LOBPENGGPT01201112 File3of3

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 461

INDIAN OIL CORPORATION LTD.

LUBE OIL BLENDING PLANT, ASAOTI


VILLAGE & P.O. – ASAOTI, FARIDABAD - 121002,
PHONE – 91-129-2205103/ 2205104.

SUB: DESIGN, DETAILED ENGINEERING, FABRICATION,


SUPPLY, TESTING, INSPECTION, ERECTION,
COMMISSIONING OF TANKAGES, PIPELINES AND
ALLIED WORK FOR CONSTRUCTION OF HBF &
KOOLANT BLENDING & FILLING FACILITIES AT
LOBP ASAOTI

TENDER NO. :
LOBP/ENGG/PT-01/2011-12

DUE DATE & TIME: 04/10/2011 AT 14.00 HRS

PART – A

TECHNICAL COMMERCIAL BID


Tender No: LOBP/ENGG/PT-01/2011-12

INDIAN OIL CORPORATION LIMITED


(MARKETING DIVISION)
LUBE OIL BLENDING PLANT, ASAOTI
VILLAGE & P.O. – ASAOTI, FARIDABAD - 121002,
PHONE – 91-129-2205103/ 2205104.

Ref No: LOBP/ENGG/PT-01/2011-12 Dated: _____________

M/s ________________________________

___________________________________

___________________________________

___________________________________

SUBJECT: DESIGN, DETAILED ENGINEERING, FABRICATION, SUPPLY, TESTING,


INSPECTION, ERECTION, COMMISSIONING OF TANKAGES, PIPELINES
AND ALLIED WORK FOR CONSTRUCTION OF HBF & KOOLANT
BLENDING & FILLING FACILITIES AT LOBP ASAOTI

Tender No: LOBP/ENGG/PT-01/2011-12 due on 04/10/2011 at 14.00 hrs.

Dear Sirs,

Kindly refer to your request for subject tender documents. We are enclosing the complete set
of tender documents. The set of tender documents consists of two parts namely Part ‘A’ -
Technical/ Commercial Bid and Part ‘B’ - Price Bid. A soft copy of the same in PDF
Format is also enclosed in CD, which can be retained by you for your future reference. The
tender document is to be studied thoroughly including logistic of the areas, all tender conditions
and duration of contract period, Scope of Work, Schedule of Rates, Specifications, Drawings etc
very carefully before submitting the bid. The tender document contains:

S No PARTICULARS Page No

PART ‘A’ – TECHNICAL/ COMMERCIAL BID

1. Notice Inviting Tender – Annexure – I 1-6

2. Check List for Bidders - Annexure – II 7

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12

S No PARTICULARS Page No

3. Undertaking - Annexure – III 8

4. List of documents required in support of qualifying norms – Annexure IV 9-10

5. Particulars of Earnest Money Deposit - Annexure – V 11

6. Statement of Credentials - Annexure – VI 12-15

7. Technical Specification - Annexure – VII 16-212

8. Payment Terms – Annexure - VIII 213

9. Special Instructions to Tenderers/ Contractors – Annexure – IX 214-225

10. Important Guidelines to Tenderers – Annexure X 226

11. Additional Instructions to Tenderers/ Contractors – Annexure XI 227-228

12. Indemnity Bond Undertaking for PF - Proforma A & B - Annexure – XII 229-234

13. Declaration - Annexure – XIII 235-237

14. Declaration A, B & C - Annexure – XIV 238-239

15. List of Directors of IndianOil Corporation - Annexure - XV 240

16. Proforma of Declaration of Black Listing/ Holiday Listing - Annexure – XVI 241

17. Proforma Indemnity Bond For Lost Deposit Receipt - Annexure – XVII 242

18. Proforma for Work Permit – Annexure XVIII 243-245

19. General Conditions of Contract – Annexure A 1 Set

20 Safety Practices During Construction – Annexure B 1 Set

21. Drawings – Annexure C 1 Set

PART ‘B’ – PRICE BID

1. Price Bid 1-54

The Earnest Money Deposit is to be paid by way of Demand Draft from Nationalized/ Scheduled
Bank in favour of INDIAN OIL CORPORATION LIMITED (Marketing Division) payable at
New Delhi. Name of Firm should be written at the back of Demand Draft. Copy of receipt

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12

against payment of Tender Fee & instrument toward Earnest Money Deposit are to be attached
with Technical/ Commercial Bid (Part - ‘A’). Tenders received without Earnest Money
Deposit would be rejected.

Tender document can also be downloaded from our website


www.indianoiltenders.com. However in that case, No Tender Fee is Required while
submitting the tender.

Sealed quotation for the above work must be placed in TENDER BOX kept in the
"Administrative Block", INDIAN OIL CORPORATION LTD. (M.D.), LUBE OIL BLENDING PLANT,
ASAOTI, VILLAGE & P.O. – ASAOTI, FARIDABAD – 121002 upto 14.00 Hrs on or before the
due date.

Conditional offers are liable for rejection.

All documents including hard copy of tender documents duly signed & stamped on each page
are to be attached with Technical/ Commercial Bid only.

Tender Documents are non-transferable and can be submitted only by the purchaser/party in
whose name those are issued or downloaded from website. Violation of this provision will
automatically debar the tender from consideration.

Tenders received without Earnest Money Deposit, in the manner as described above, may be
rejected.

TENDER NO. : LOBP/ENGG/PT-01/2011-12

DATE OF START OF TENDER SALE : 07/09/2011 AT 11.00 HRS

DATE OF CLOSE OF TENDER SALE : 26/09/2011 AT 17.00 HRS

PRE BID MEETING ON DATE : 27/09/2011 AT 11.00 HRS

DUE DATE & TIME OF SUBMISSION : 04/10/2011 AT 14.00 HRS.

DATE & TIME OF OPENING : 04/10/2011 AT 14.30 HRS.

NAME OF THE WORK : DESIGN, DETAILED ENGINEERING, FABRICATION,


SUPPLY, TESTING, INSPECTION, ERECTION,
COMMISSIONING OF TANKAGES, PIPELINES AND
ALLIED WORK FOR CONSTRUCTION OF HBF &
KOOLANT BLENDING & FILLING FACILITIES AT LOBP
ASAOTI.

TENDER FEE : Rs. 1000.00 (IN FORM OF DEMAND DRAFT PAYABLE


AT NEW DELHI) NON-REFUNDABLE.

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12

ESTIMATED COST : Rs. 2,10,92,262.00

SECURITY DEPOSIT : 10% OF WORK ORDER VALUE SHALL BE DEPOSITED AS


SECURITY DEPOSIT.

EARNEST MONEY DEPOSIT : Rs. 2,10,923.00 (PAYABLE BY WAY OF DEMAND


DRAFT/ BANK GUARANTEE) CENTRAL/ STATE PSUs,
NSICs & JVs OF INDIANOIL ARE EXEMPTED FROM
PAYMENT OF EARNEST MONEY DEPOSIT.

VALIDITY OF TENDER : FOUR MONTHS FROM THE DATE OF OPENING OF


TENDER.

COMPLETION PERIOD : TWENTY (20) WEEKS FROM THE DATE OF HANDING


OVER OF SITE. ZERO DATE FOR THE WORKS SHALL
BE 10TH DAY FROM THE DATE OF LOI.

INCOME TAX/ EXCISE DUTY/ : SHALL BE DEDUCTED AS PER PREVAILING RULES.


WORKS CONTRACT TAX/ SALES THE PARTY MUST QUOTE RATES INCLUSIVE OF ALL
TAX/ SERVICE TAX TAXES/STATUTORY LEVIES ETC. INDIANOIL SHALL
NOT ENTERTAIN ANY REQUEST FOR PAYMENT OF
ANY TAXES/ LEVIES, EXTRA.

PRICE ADJUSTMENT : ½% OF WORK ORDER VALUE PER WEEK OF DELAY


OR PART THEREOF (MAX. 10%) AS PER GENERAL
CONDITIONS OF CONTRACT.

The tenderer must seal & sign on all pages of Technical/Commercial & Price Bid.

Your offer complete in all respects must be submitted before due date and time indicated in the
Notice Inviting Tender. The offer must be submitted so as to reach the following address
before due date and time:

DY. GENERAL MANAGER (PLANT),


INDIAN OIL CORPORATION LIMITED
(Marketing Division),
Lube Oil Blending Plant, Asaoti
Viallge & P.O. – Asaoti,
Faridabad - 121002

It must be noted that the tender document to be submitted in the supplied and earmarked
covers duly sealed indicating the Tender Number, Due Date and Time of Opening, Name of
Work and Address of Tenderer in the appropriate place provided on the covers.

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12

In case of tender document downloaded from website, the same shall be submitted in covers
(as described) duly sealed and indicating the Tender Number, Due Date and Time of Opening,
Name of Work and Address of Tenderer.

Any Modification/ Correction on Schedule of Rates may render the tender invalid.

Verification of Original Documents: Tenderers shall have to visit our office for verification
of original documents submitted in support of Qualifying Parameters on 07/10/2011. Parties
shall report with all originals to our office on specified date and time. Failure on part of the
tenderer to report on specified date and time may result in rejection of the tender
submitted without further communication

IndianOil reserves the right to reject any or all Tenders without assigning any reasons thereof.

Thanking you,
Yours truly,

for Indian Oil Corporation Limited,

Dy. General Manager (Plant)

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 1

Annexure - I

NOTICE INVITING TENDER


(Tenderers are advised to download Notice Inviting Tender along with other tender documents
and submit hard copy of all pages duly signed and stamped along with required documents to
substantiate the claim towards their credentials)

Sealed tenders are invited on two-bid system (Part ‘A’ - Technical/Commercial Bid and Part
‘B’ - Price Bid) from competent, quality conscious, experienced, financially and technically
sound contractors meeting Qualifying Parameters along with other details given below.

Tender fee of Rs. 1000.00 is non refundable.

Earnest Money Deposit to be submitted along with Part ‘A’ of the tender document.

1) NAME OF WORK:

DESIGN, DETAILED ENGINEERING, FABRICATION, SUPPLY, TESTING, INSPECTION, ERECTION,


COMMISSIONING OF TANKAGES, PIPELINES AND ALLIED WORK FOR CONSTRUCTION OF HBF &
KOOLANT BLENDING & FILLING FACILITIES AT LOBP ASAOTI

2) Tender No. : LOBP/ENGG/PT-01/2011-12

3) Validity of Tender : 4 Months From Date of Tender Opening

4) Completion Period : 20 Weeks From the Date of Handing Over of Site. Zero
date for the works shall be 10th day from the date of
LOI

5) Pre Bid Meeting On Date : 27/09/2011 At 11.00 Hrs

6) Estimated Cost of Work : Rs. 2,10, 92,262.00

SCHEDULE DATE / HOURS OF TENDERING ACTIVITIES

Sale of Sale of Due Date &


Tender Tender Time of Due Date & Time of
Name of Works
Starts on Closes on Submission of Opening of tender
Date/ Time Date/ Time Tender

Design, Detailed Engineering, Fabrication,

Supply, Testing, Inspection, Erection, 04/10/2011 at 14.30

Commissioning of Tankages, Pipelines 07/09/2011 26/09/2011 04/10/2011 Hrs

and Allied Work For Construction of HBF at 11.00 Hrs at 17.00 Hrs at 14.00 RS (ONLY TECHNICAL

& Koolant Blending & Filling Facilities At BID)

LOBP Asaoti

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 2

7) MINIMUM QUALIFYING PARAMETERS:

a) The tenderer should have Average Annual Turnover of at least


Rs.63,27,679.00 in last 3 financial years ending 31/03/2011. In case party fails
to produce the documents related to the turnover of any of the three years, the
average will be calculated based on the turnover for the years for which the
documents have been submitted.

b) The tenderer should have successfully completed Similar Works of Minimum


value, as described below against single work order during the period
between 01/10/2004 to 30/09/2011

• One similar completed work costing not less than the amount equal
to Rs. 1,68,73,810.00

OR

• Two similar completed works each costing not less than the amount
equal to Rs. 1,05,46,131.00

OR

• Three similar completed works each costing not less than the
amount equal to Rs. 84,36,905.00

c) ONLY WORKS AS DESCRIBED BELOW WOULD BE ACCEPTED AS


SIMILAR WORK:

The Similar Work will be defined as Minimum 1


(One) No. MS Vertical Storage Tank of Minimum
4.9M Dia For Hydrocarbon/ Lubricants/ Chemical
Storage With or Without Associated Work Like
Civil, Mechanical, Electrical & Instrumentation
Work, Design, Detailed Engineering, Testing,
Inspection.
Proof of successful completion of Similar Work must be enclosed for the
purpose of Qualification. Applicants not fulfilling the above qualifying
parameters need not apply.

8) MODE OF SELECTING THE PARTIES:

a) The criteria for selection shall be as given below:

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 3

i) The Technical/ Commercial bid of only those parties submitting their


tenders before due date and time, shall be opened on the due date &
time of opening.

ii) The offers shall be evaluated based on the qualifying parameters


mentioned above.

iii) The Price Bid of only those parties shall be opened who will be qualified
as per parameters mentioned above.

iv) After opening of the Price Bids, the list of parties shall be made in the
ascending order of their offers received. In case, same amount is quoted
by two or more parties, the party with higher average annual turnover
shall be preferred in the list made above. For this purpose, tenderer are
required to enclose a certified copy of their audited balance sheet for
last three financial years ending by 31st March 11 along with this tender.
In case party fails to produce the documents related to the turnover of
any of the three years, the average will be calculated based on the
turnover for the years for which the documents have been submitted

v) The work will be awarded to the lowest tenderer. The lowest rate shall
mean the lowest acceptable rate quoted by the L-1 party (with or
without negotiations as the case may be), after following the
Corporations’ rules on the procedure of bid comparison.

vi) The lowest rate shall mean the lowest acceptable rate quoted by the L-1
party (with or without negotiations as the case may be), after following
the Corporation's rules on the procedure of bid comparison.

9) TERMS AND CONDITIONS:

a) Tender document: Tenderers can purchase tender document from our office
on payment of Rs. 1000.00 (non refundable), against Demand Draft in
favour of Indian Oil Corporation Limited (Marketing Division) payable
at New Delhi.

b) Tenderes are advised to submit EMD of Rs 2,10,923.00 against Demand


Draft/ Bank Guarantee in favor of Indian Oil Corporation Limited, payable at
New Delhi.

c) Tender document can also be downloaded from our website


www.indianoiltenders.com. However in this case, no tender fee is required

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 4

while submitting the tender.

d) Tender Documents are non-transferable and can be submitted only by the


purchaser/ party in whose name those are issued or downloaded from website.

e) Tenderers who do not meet the qualifying norms mentioned above


need not apply since their offer will be summarily rejected without any
further reference to them.

f) Submission of Tender: Filled in Tenders complete in all respects, addressed to


Dy. General Manager, LOBP Asaoti can be dropped in the tender box kept in our
Administrative Block office on or before due date and time. Tenderer should
submit the following documents in the respective envelopes:

i) ENVELOPE ‘A’ FOR TECHNICAL/COMMERCIAL BID

• Complete set of tender document Part ‘A’ duly filled in signed &
stamped on all pages.

• Bank Guarantee/ Demand Draft of Rs. 2,10,923.00 towards


required Earnest Money Deposit.

• Copies of all testimonials and other enclosures duly signed and


stamped on each page by the tenderer.

ii) ENVELOPE ‘B’FOR PRICE BID

• Complete set of tender document Part ‘B’ duly filled in signed &
stamped on all pages.

iii) ENVELOPE “C” FOR EARNEST MONEY DEPOSIT

• Demand Draft/ Bank Guarantee as per NIT towards required


Earnest Money Deposit.

• Price bid of Parties who have not submitted EMD in


separate envelope shall not be opened.

iv) ENVELOPE ‘D’ FOR TECHNICAL/COMMERCIAL & PRICE BID

• All the above envelopes are to be kept in this envelope.

• The Technical and Price Bid of the Downloaded


Tender along with attached credential papers,
must be submitted in book/ spiral bound form in
the manner as prescribed above. The parties, who
have downloaded the tender documents from
website, need not submit the tender fee.

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 5

Envelopes ‘A’, ‘B’ & ‘C’ are to be pasted & stapled at both the ends.
Signed with rubber stamp of the company to be affixed overlapping the
flaps sealed and over the center seam. Then transparent adhesive
tapes to be put partly covering the sign & stamp at both the ends and
also on the center seam. After sealing Envelopes ‘A’, ‘B’ & ‘C’ properly
as mentioned above the same should be inserted in a bigger Envelope
‘D’ and sealing to be done in a similar way as done for Envelope ‘A’, ‘B‘
and ‘C’

v) Parties downloading the tender document from our website


www.indianoiltenders.com may use Plain envelopes separately for
Envelope “A” - Technical/ Commercial Bid, Envelope “B” - Price
Bid (Separate for Each Part), Envelope “C”- “EMD Instruments”
& Envelope “D” - All the Envelopes “A”, “B” & “C” are to be kept
in Envelope “D”. (To facilitate the same, pages to be pasted on
respective envelopes shall be available on our website as part of tender
document).

vi) Following details should be written on all envelopes:

• Name and Address of the Tenderer: M/s. ________________.

• NAME OF WORK: Design, Detailed Engineering, Fabrication,


Supply, Testing, Inspection, Erection, Commissioning of
Tankages, Pipelines and Allied Work For Construction of HBF &
Koolant Blending & Filling Facilities At LOBP Asaoti.

• Tender No: LOBP/ENGG/PT-01/2011-12 due on –


04/10/2011 at 14.00 Hrs

g) Verification of documents: For verification of original documents tenderer


shall be required to come to our office on 07/10/2011. Parties shall report
with all originals to our office on specified date and time. Failure on part of
the tenderer to report on specified date and time may result in
rejection of the tender submitted without further communication.

h) Authorized representative of IndianOil, if required, prior to


empanelment may carry out field visits to verify the credentials
claimed by the tenderer. The tenderer shall extend necessary co-
operation to facilitate the visits.

i) Tenderer should be in a position to produce all the original documents and/or


any other information as and when required by IndianOil.

j) Incomplete Tenders are liable for rejection without any further communication to

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 6

the tenderer and decision of IndianOil in this respect will be final.

k) IndianOil reserves the right to reject the Tender of any or all the
tenderers without assigning any reason whatsoever at its absolute
discretion.

l) IndianOil will not be responsible for the postal delay under any
circumstances for non-receipt of Tenders/submission of filled in tender
document by due date & time.

10) ENCLOSURES: The Tender should, interalia, be accompanied with the following:

a) Name, address, mobile/ landline/ fax numbers, E-Mail address, details of contact
person, etc.

b) Company profile with supporting documents pertaining to its constitution, like


Partnership Deed or Certificate of Incorporation.

c) Similar work completed during in last 7 years ending 30/09/2011


along with this tender pertaining to qualifying parameters with copies
of work order and certificate for satisfactory completion. (Similar work
would be will be defined as Minimum 1 (One) No. MS Vertical Storage
Tank of Minimum 4.9M Dia For Hydrocarbon/ Lubricants/ Chemical
Storage With or Without Associated Work Like Civil, Mechanical,
Electrical & Instrumentation Work, Design, Detailed Engineering,
Testing, Inspection.

d) Income Tax PAN card No and copies of IT return filed for the preceding three
financial years.

e) Copies of Profit & Loss Account, turnover and balance sheet for the preceding
three financial years or as applicable.

f) Tenderer having PF Registration number and ESIC Registration Number must


submit the copies of documents.

11) Your offer complete in all respects must be submitted before due date and
time indicated in the Notice Inviting Tender. The offer must be submitted so as
to reach the following address before due date and time:

DY. GENERAL MANAGER (PLANT),


INDIAN OIL CORPORATION LIMITED
(Marketing Division),
Lube Oil Blending Plant, Asaoti
Viallge & P.O. – Asaoti,
Faridabad - 121002

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 7

Annexure - II
CHECK LIST FOR BIDDERS

For the benefit of the bidders, we are giving below a summary of check list which
are to be tick marked ( ) before submitting the documents in tender box by
schedule date and time at the address mentioned in tender document/notice.

TICK
S. No DOCUMENTS TO BE CHECKED/ ATTACHED
MARK

1 All pages of Technical Bid and Price Bid duly signed and stamped.

2 Required EMD instrument is attached with Technical Bid.

Filling of all details in Statement of Credential and attaching required


3
documents as desired therein.

4 An affidavit duly Notarised that party is not Black/Holiday listed attached.

Copies of Similar Nature Work Order(s) meeting qualifying parameters


5
and their Completion Certificates attached.

Latest Income Tax Clearance Certificate/Income tax assessment Order


6
with PAN No attached.

Copy of Balance Sheets of last Three Financial Years in support of


7
Qualifying Annual Turnover attached.

Copy of Partnership Deed for Partnership Firm/ Certificate of


8
Incorporation for Company attached (if applicable).

9 Registration with PF Commissioner/Exemption certificate attached.

10 Copy of ESIC registration certificate/exemption certificate attached.

Quoted Rate both in words and figures in Price bid without any condition/
11
suggestion.

We have studied very carefully all the Tender Documents,


12 Schedule of Rates, Specifications, Drawings contained in Parts
“A” and “B”.

13 Tender documents have been kept in specified envelope.

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 8

Annexure - III

UNDERTAKING

We confirm that we have quoted the rates in this tender considering Inter-alia the:

1. Notice Inviting Tender

2. Price Bid

3. Special Instructions To Tenderers/ Contractors.

4. Technical Specifications

5. General Conditions of contract

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

Signature of the Tenderer/ Authorized Representative

Name & Address: _____________________________

Seal: _____________________________

Telephone Nos.: _____________________________

Date:
Place:

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 9

Annexure - IV

LIST OF DOCUMENTS REQUIRED IN SUPPORT OF


QUALIFYING NORMS

PARTIES ARE REQUIRED TO SUBMIT ONLY FOLLOWING DOCUMENTS. NO OTHER


EXTRA DOCUMENTS SHOULD BE ATTACHED TO THE TECHNICAL/ COMMERCIAL BID.

NON SUBMISSION OF ALL REQUIRED DOCUMENTS OR INCOMPLETE SUBMISSION


OF ANY DOCUMENTS MAY RESULT IN REJECTION OF THE TENDER.

Essential Documents: Following documents are essentially to be attached with the Technical/
Commercial Bid for consideration of the offer (In the absence of these documents, the
tender is liable for rejection):

i. Instrument towards Earnest Money Deposit with Technical/ Commercial bid unless
exempted.

ii. Copy of Audited Accounts of the previous three financial years 2008-09, 2009-10 and
2010-11. The Average Annual Turnover as per audited accounts, submitted by the
tenderer shall be the basis for further evaluation, wherever required.

iii. Copies of Similar Nature Work Order(s) executed during last 7 years ending
30/09/2011.

The definition of Similar Work: Minimum 1 (One) No. MS Vertical Storage


Tank of Minimum 4.9M Dia For Hydrocarbon/ Lubricants/ Chemical Storage
With or Without Associated Work Like Civil, Mechanical, Electrical &
Instrumentation Work, Design, Detailed Engineering, Testing, Inspection.

Completion certificate from the client in respect of Work Order being submitted against
Sl. No. 3 above. The certificate should have reference of Work Order & date of
completion & final executed value or the copy of final Rate Contract, the details of total
work executed against the Rate Contract duly supported by copies of bills and payment
advices and certified by the C.A. should be submitted in proof of completion.

iv. An affidavit duly Notarised that party is not black/holiday listed in enclosed proforma.

Other Documents/Information:

Copies of the following documents should also be attached with the Technical/ Commercial Bid:

i. Certificate of Incorporation in case of Company.

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 10

ii. Registration Certificate & Partnership Deed in case of Partnership Firms.

iii. Power of Attorney in favour of the person signing the documents.

iv. Copy of Latest Income Tax Return submitted and PAN No.

v. Registration with PF Commissioner.

vi. Registration with ESIC Commissioner.

vii. Solvency Certificate from any Nationalized bank to indicate the worth of firm

The tender shall stand summarily rejected inter-alia on following grounds:

i. Party not meeting tender qualifying norms.

ii. Non-withdrawal of conditions & non-acceptance of IndianOil's offered rates during


negotiations post Price Bid opening.

iii. Tenderer submitting fabricated/forged documents alongwith tender documents.

iv. Party not Quoting Rates both in figures and words.

v. Party not worked in their own name for work experience order.

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 11

Annexure - V

The details of Earnest Money Deposit payments should be filled in the above. The
bank instruments in originals must be enclosed in original along with this
TECHNICAL/ COMMERCIAL BID only. Requests for payment of pending dues
towards EMD shall not be entertained.

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. 2,10,923.00 (Rs. Two Lac Ten Thousand Nine Hundred Twenty Three Only)

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

OR

BANK GUARANTEE NO. ...................................................... DATED.................…………

ISSUED BY BANK ......................................................................…………..…….…………

FOR Rs. 2,10,923.00 (Rs. Two Lac Ten Thousand Nine Hundred Twenty Three Only)

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

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 12

Annexure - VI

STATEMENT OF CREDENTIALS
• Tenderers should fill in below mentioned details and the same to be submitted duly
sealed along with other documents.

• Please state “NIL” or “NOT APPLICABLE” in case you have no positive answer. For
example if you are not a proprietary firm, please state “NIL” or “NOT APPLICABLE”
against relevant item below instead of leaving the same blank.

• Incomplete information and/or data not furnished in the prescribed formats are liable
for rejection of tender.

• Power of attorney for the person signing the tender document should be attached.

(A) 1. Name and Permanent Address of the Tenderer

_______________________________________________________

_______________________________________________________

_______________________________________________________

2. Indian Oil Vendor ID, if any ____________________________________

3. Telephone No. ____________________________________

4. Fax no., if any. ____________________________________

5. Mobile no., if any. ____________________________________

6. E-mail address, if any. ____________________________________

7. Name of Contact person. ____________________________________

8. Name of authorized signatory ____________________________________

9. Income Tax PAN No. ____________________________________

10. PF Registration No. ____________________________________

11. ESIC Registration No. ____________________________________

(B) 1. Name and Correspondence Address of the Tenderer __________________

_______________________________________________________

_______________________________________________________

2. Telephone No. _______________________________

3. Fax No., if any. _______________________________

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 13

4. Mobile No., if any. _______________________________

5. Contact Person _______________________________

(C) Type of Firm:

1. Sole proprietorship? : ___________________________________

(Give name of the Proprietor)

2. Partnership firm? : ___________________________________

Name of Partners 1. __________________________________

and enclose copy 2. __________________________________

of Partnership Deed 3. __________________________________

4. __________________________________

3. Private or Public Limited Company? : _________________________

Give list of Directors 1. __________________________________

and attach copy of 2. __________________________________

Certificate of 3. __________________________________

Incorporation 4. __________________________________

5. __________________________________

6. __________________________________

(D) Type of work in which engaged as an independent contractor


______________________________________________________________________

______________________________________________________________________

(E) Experience with Oil Industry :

1. Type of work ____________________________________________________

2. With IOC (Marketing Division)

Working since ___________________________________________________

(Enclose copy of first work order).

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 14

(F) 1. Solvency certificate reference (copy to be enclosed)

Solvency Certificate – for Rs. ______________ obtained from (name of bank)


_______________________________________________________

2. Income Tax Assessment Order (copy to be enclosed)

Income Tax Assessment Order for the years __________ submitted. In case
assessment of any year is not completed, the acknowledged copy of Income
Tax Return is to be submitted.

3. PAN No. of contractor ___________________________________

4. PF Code No. ______________ received vide letter No. ________


dated ______________ issued by PF Commissioner/ Department
(copy to be enclosed).

5. ESIC code No. _____________ obtained vide letter No. _________


dated __________ issued by _______________ (copy to be enclosed).

(G) Details of jobs of Similar Nature as per qualifying parameters, carried out
between 01/10/2004 to 30/09/2011:

S Name of Work, Work Order reference, Completion Date Present

No Location & Client date & amount & status of

completion time As per Order Actual work

(Attach Copy(ies) of Work Order(s) and its completion certificate). Completion


certificate should inter-alia, incorporate details of work, value of completed works, date
of satisfactory completion, location of work, name of contractor, etc. Originals are to
be produced for verifications when required by IndianOil.

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 15

(H) Details of Annual Turnover in Rs. Lacs in last three financial years:

Year 2008-09 2009-10 2010-11

Turnover

(Copy of audited Balance sheets or Income Tax Assessment Order for the above three
financial years. In case assessment of any of the year is not completed, the
acknowledged copy of income Tax Returns is to be submitted). Originals are to be
produced for verifications when required by IndianOil.

Tenderer’s Seal & Signature


Tender No: LOBP/ENGG/PT-01/2011-12 16

Annexure - VII

SCOPE OF WORK & SPECIFICATION FOR TANK AND ALLIED WORK

Indian Oil Corporation Ltd planned to construct Servo Brake Fluid & Servo Kool manufacturing
& filling plant of annual capacity of 2500 KL in its existing shed of Lube Oil Blending Plant
(LOBP) at Asaoti, Faridabad District, Haryana to manufacture and fill the products in barrels &
Small Cans of capacity 210 Liter & 1 Liter respectively through filling Machines.

The brief description of the job covered under this tenser are as under :

1. The tentative layouts of different facilities are detailed in the layout diagram attached
herewith.

2. The pipeline with operationally convenient arrangement for transferring Lube oil from
input tank to blending kettle, from blending kettle to finished storage tank and finished
storage tanks to filling machine including provision of header near Barrel filling
Machine.

3. Design, submission of detailed fabrication drawing, construction drawing etc. as per


IS-803/ API-650 and enclosed technical specifications including final layout plan of tank
farm area with piping, pump, manifold details etc for proposed work. The design
includes structural’s (including for Mezzanine floor for 1 x 20 KL & 1 X 12 KL blending
tanks and mounting of Agitator for 1 x 20 KL & 1 X 12 KL Blending Kettle & 1 X 500 L
Dosing tank) and the foundation design for column support to tank & Mezzanine floor
for supporting the hanging of blending kettles & stability certificate done by structural
engineer and submission to IOCL before commencement of work.

4. Supply, Fabrication, Installation & Commissioning of Conical bottom vertical tank


(CBVT) as per enclosed specification.

a. 1 No. (Capacity 100 KL) of size approx. 4.9 M dia. X 6.0 M Ht. - for storage of MEG.

b. 1 Nos. (Capacity 50 KL) of size approx. 3.8 M dia. X 5.0 M Ht. - for storage of
Finished Lube Oil.

c. 1 Nos. (Capacity 30 KL) of size approx. 3.2 M dia. X 4.0 M Ht. - - Finished Lube Oil
Tank.

d. 1 Nos. (Capacity 20 KL) of size approx. 3.12 M dia. X 3.48 M Ht. - Blending kettle
with roof mounted Agitator.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 17

e. 1 Nos. (Capacity 12 KL) of size approx. 3.12 M dia. X 2.3 M Ht. - Blending kettle with
roof mounted Agitator.

f. 1 No. (Capacity 500 L) Dosing Tank at Mezzanine floor of 1 no. blending kettle.

5. Painting of vertical CBVT tank, pipes, valves, fittings etc. as per enclosed specification.

6. Provision of earthing in tank farm area.

7. Calibration of the above CBVT tank.

8. a. Design, supply, fabrication & erection of steam heating coil outside the tank,
Agitator on roof of tank and air sparger system for 1 No. above mentioned Blending
tank (capacity-20 KL) for Koolant Blending Kettle.

b. Design, supply, fabrication & erection of steam heating coil outside the tank,
Agitator on roof of tank for 1 No. above mentioned Blending tank (capacity-12 KL) for
HBF Blending kettle.

9. Supply, handling, laying, welding, testing of above ground pipelines system for tanks,
steam, condensate and air lines, fittings, flanges, valves etc as specified in the
schedule herewith.

10. Provision of automatic Radar gauging system for storage /service tanks including
software and hardware.

11. Provision of tank weighing systems for 1 X 20 KL & 1 X 12 KL Blending kettles with 1
nos. flameproof & weatherproof weigh indicator per blending kettle including supply
and installation of all allied accessories like Junction Box, Controller, cable (power,
control & signal), display indicator 1 no. per tank, local on/off switch, all complete.

12. Supply, Installation & Commissioning of Pump for proposed tank.

13. Any other job as per the direction of Site Engineer.

14. Contractor shall be solely responsible for the timely supply, unloading, unpacking, local
transportation, handling etc and shall carry out inspection of the material with Third
Party approved by IOCL. IOCL official with Third Party may also inspect the material.
Where ever special items like Pumps, radar gauge etc are supplied, the contractor is
needed to get the approval of vendor prior to place the order for all necessary
technical and quality compliance. Contractor shall supply all necessary test certificates
for material like Pipes, firings, etc and ensured that the materials are supplied in time.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 18

In general for all the materials, the contractor must get prior approval for delivering
materials at site from IOCL. It is must that contractor supplies right materials at site for
carrying out appropriate work. This must be supported by the drawings and detailed
bar chart for execution. The purpose is to avoid unnecessary dumping of materials at
site. In case of such damping, IOCL is not liable to make any payment towards
material supply.

15. SCOPE OF SUPPLY

15.1 GENERAL

The detailed scope of supply is mentioned under each technical portion of


bidding document, Standard specification and Drawings. The scope of supply
in brief, as given here below, shall be read in conjunction with the scope of
supply mentioned under various sections of the bidding document.

15.2 OWNER’S SCOPE OF SUPPLY

The Owner’s scope of supply shall be none. Also water and power for
construction shall be arranged by the contractor.

15.3 CONTRACTOR’S COMPLIANCE

Contractor’s scope of supply shall include any and all materials required for
completing the provision of tanks and allied facilities at LOBP Asaoti, whether
such materials are specifically mentioned under CONTRACTOR’S Scope of
supply in various parts of the bidding document or not. The procurement and
supply in sequence and at the appropriate time of Equipment and bulk
materials forming part of permanent work, temporary facilities and
consumable, in accordance with technical requirement, process data sheets,
engineering data sheets, drawings, standard specifications etc shall be entirely
the responsibility of the CONTRACTOR and quoted LUMPSUM price shall
include such materials / facilities. CONTRACTOR’s scope of supply shall be
inclusive but not limited to that mentioned in the individual technical sections
of the bidding document. The successful tenderer shall execute any item of
work, which will be required to complete the proposed work but not included
in the scope without any extra cost to IOCL. It is advised that the tenderers
shall visit the site at LOBP Asaoti and take into consideration all requirements
before submission of the tender.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 19

16. INSPECTION AND TESTING

a. Contractor shall get the material inspected by Third Party and IOCL at
manufacturing site / Vendor’s premises for all the items being procured by the
contractor. All the expenses for such inspection shall be paid by contractor.

b. Shop inspection and tests shall be as per applicable codes, standards and
specifications.

c. Contractor’s examining personnel shall have the requisite qualification and


experience.

d. Owner and their authorized representative reserve the right to suggest


changes in Contractor’s procedure.

e. Contractor shall carry out inspection, flushing, & testing of piping etc as per
specification.

f. Test reports for all mandatory (as well as supplementary, wherever specified)
tests shall be furnished.

g. Contractor shall provide necessary arrangements for testing at site. Co-


ordination and approval with Owner / any statutory body shall be in
Contractor’s scope.

h. All piping shall be hydro tested to pressure of 10.5 kg/sq. cm.

17. The drawings attached with this tender document (Drawing Nos.
IOCL/PT-01/1, IOCL/PT-01/2 & IOCL/PT-01/3) showing schematic layout
of tank and nozzles details, column support for CBVT Tanks, Process line
diagram and layout plan of existing shed etc as per existing CBVT tank, are
only for general guidelines. Depending upon the requirements and design,
final drawing to be submitted by the contractor and commencement of work
shall be started only after approval of drawing by approved Third Part and
IOCL. Tenderer shall visit LOBP Asaoti and understand the job involved as
per existing similar tank in totality, before quoting the rates. The quoted
rates shall be inclusive of providing all nozzles/ manholes etc required as
per operational requirement and design parameter. Successful tenderer
shall finalize the details after discussion with IOCL.

18. The dimensions given in drawings are tentative showing schematic layout
of tank and nozzles details, column support for CBVT Tanks, Process line

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 20

diagram and layout plan of existing shed etc. The quoted rate shall be valid
for the final drawing as per design & operational requirement included in the
scope of work of tenderer. The design is in the scope of work of tenderer.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 21

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

17. CBVT - CONICAL BOTTOM VERTICAL TANK

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 22

SPECIFICATION

APPROVED MATERIALS/ MANUFACTURERS/ STANDARDS TO BE FOLLOWED (unless


otherwise specified).

1. Bricks Local best quality available having minimum


2
compressive strength of 75kg/cm

2. Sand Best quality - Coarse sand/ Fine Sand Confirming to IS


- 383.

3. Stone Aggregate for Confirming to IS-383, IS-2386 (Latest Cement


Concrete works Amendment).

4. Ordinary portland cement Confirming to IS 269-1967

5. White cement JK/ Birla white

6. Cold twisted bars Confirming to IS 1786-1966

7. MS Bars Confirming to IS 432

8. Flush door shutters Sitapur, Swastic, Novapan.

9. MDF Boards Nuwud, Duratuf.

10. Water proofing compound ACCOPROOF of ACC or approved equivalent of JK


white.

11. Synthetic enamel paints Berger, J & N, Shalimar, Asian paints

12. Spectrum Paint Coating Unitile/Toster Glue/ Spectrum

13. Aluminium door Aluminex, Alumilite, Jindal, Hindalco.

14. Aluminium Grill Decogrille

15. Ceramic tiles Spartek, Regency, Kajaria, Bell.

16. Glazed tiles Somani, Johnson make.

17. PVC Antistatic Flooring Marblex, Bhor, Premier Vinyl.

18. Sun control film Garware Polyster

19. Oil bound distemper ICI Maxilite, Nerolac, Asian, Tractor, Berger Bison.

20. Dry distemper ICI Maxilite, Nerolac, Asian, Tractor, Shalimar, Berger
Bison.

21. Cement paint Super Snowcem of Klic Nekson.

22. Water Proofing STP, Tikitar.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 23

23. Mortice lock Godrej, Harrison, Golden.

24. AC Sheet Charminar, Everest, Uppal.

25. Structural Steel Sections JISCO, TISCO, SAIL, IISCO, Rathi.

26. Coloured PCC Tiles Nitco, Dura Modern.

27. False Ceiling tiles Anchor, Sitatex.

28. Plastic lamination Neolux, Decolite, Ramopal.

29. Venetian Blinds Aerolux, Luxaflux, Vista levolor (Horizontal/Vertical)

30. Chemical emulsion for CHLORPYRIPHOS, EPTACHOR, ORDANE Anti-Termite


treatment

31. PCC/RCC Shall conform to following table

MIN. CUBE COMPRESSIVE STRENGTH AFTER

MIX PROPORTION 7 DAYS CURING 28 DAYS CURING


KG/SQ.CM KG/SQ.CM

1:1.5:3 175 265

1:2:4 140 210

32. Hollow/ Solid Blocks As per IS:2185 (Part-I) 1979

33. Wood wool sheet Lloyd Insulations.

NOTE :

1. ALL MATERIALS ARE SUBJECT TO APPROVAL OF THE CORPORATION. INCASE OF


NON AVAILABILITY OF THE ABOVE LISTED MAKES, ONLY EQUIVALENT MAKES AS
APPROVE BY THE ENGINEER WILL BE PERMITTED.

2. THE CONTRACTOR IS REQUIRED TO HAVE MINI SITE LAB FOR TESTING OF THE
ABOVE BUILDING MATERIAL AND CASTED ITEMS AS PER I.S. CODE OF PRACTICE
WITHOUT ANY EXTRA COST TO THE CORPORATION.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 24

SPECIFICATION & CONDITIONS FOR FABRICATION OF CBVT TANK

1.0 GENERAL

The contractor is expected to visit site before quoting to get himself acquainted with
the site conditions such as availability of water, power, approach road etc. Contractor
shall be entirely responsible for provisions of all such items. No delay whatsoever shall
be entertained on this account.

1.1 For payments purpose against items of supply, fabrication and erection of steel
of all types, the weight shall be calculated based on dimensions of sections
given in the standard steel tables and physical verification. The net fabricated
edge to edge shall be taken into account. The measurement shall exclude any
allowance for wastage and weld metals etc. The Contractor shall have no extra
claim on account of any changes and shall agree to accept final measurement
of the finished job without any allowance whatsoever.

1.2 The foundation with finished bed and unfinished aprons shall be handed over
to the contractor. The contractor shall check and satisfy himself of the
evenness of levels (within a tolerance of 10mm) and conical bed of
foundations before taking over. Any defect in the tank found at a later date
shall not be attributed to defects in the level of the foundations.

2.0 DESIGN SERVICES :

2.1 Contractor has to design the tanks strictly as per IS 803/API 650, B&R manual
adopting the available plate size in the market for construction of tanks.

2.2 The contractor shall submit the detailed drawing etc. for approval. No
execution work shall be taken up without the prior approval of drawings from
Third Party / IOCL.

3.0 SUPPLY,ERECTION AND FABRICATION SERVICES :

3.1 The fabrication drawings shall be prepared by the contractor and subject to
requirement laid down in IS 803. The drawings shall be got approved from
IOC/ Third Party before commencement of work. Contractor shall supply such
quantity of steel plates for bottom, shell, roof, wind girder and shell manhole
reinforcement plate as assessed on the basis of actual utilization.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 25

3.2 The steel plates required for bottom, shell, roof, wind girder and for
reinforcement of shell manhole shall be supplied by the contractor as per the
drawing.

3.3 The size of tanks wherever indicated in the tender is nominal and the actual
size may vary.

3.4 The scope of work under supply, fabrication and erection, services of the
contractor shall include supply of all materials required for the entire work,
receipt, movement, handling and storage of all materials, fabrication and
erection , alignment , welding testing. Supply, transportation of fittings and
fixing of all appurtenances and accessories and other instruments as specified
in the standard document, final cleaning, supplying and application of primers
and paints as required.

3.5 Since the tanks are for storage of hydrocarbons (explosive in nature) and
quality of the works is of prime importance and shall be in accordance with
specifications annexed and/or as modified, drawings, if any, to be issued after
award of work. The fabrication and erection works shall be carried out in
accordance with the drawings and specifications to be prepared and furnished
by the contractor under design services duly approved by Third Party / IOC.

3.6 Shaping of shell plates - Shell plates may be shaped to suit the curvature of
the tank and erection procedure.

3.7 All machined surfaces of plates edges adjacent to welded joints, bolts and nuts
be left unpainted and coated with an approved corrosion inhibitor in a
petroleum base.

3.8 Specifications for Construction - The fabrication, erection and welding of the
tanks shall generally confirm to latest edition of IS 803/API 650 Code of
practice for design, fabrication and erection of vertical mild steel cylindrical
welded oil storage tanks, subject to the provisions in the tender documents.
Contractor shall keep one set of all codes at site for reference.

4.0 SCRAP

Scrap to be disposed off outside plant premises to an unobjectionable place.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 26

5.0 STRUCTURAL

5.1 The structural and appurtenances under Contractor’s scope of supply for CBVT
tank includes columns, girders, rafters, curb angles, full hand railing around
the tank, all attachments and fasteners such as cleats, bolts, nuts, washers,
gaskets, roof manhole (cover and neck plates). Temperature hatch, shell
nozzles, roof nozzles, dips pipe & hatch, roof vents, wind girders, except plates
which will be paid under item of supply and fabrication of plates. This also
includes all structure in addition to above as required to complete the tank as
per standard drawings and specifications in all respect.

5.2 The inlet and outlet nozzle size & additional nozzle for pipeline receipt shall be
as given in Layout / drawing unless otherwise specified.

5.3 Providing additional structural supports for fixing the auto level gauges,
temperature sensor, pressure transmitter & feeder line per requirement unless
otherwise specified.

5.4 For supply and fixing items like tank body gate valve, gaskets of compressed
asbestos fibre and all the required nuts and bolts of approved make are
required to be supplied by the contractor at their cost.

5.5 Wherever possible the edge cutting of plates shall be done with mechanical
cutter only.

5.6 All structural steel should be stored and handled at the site so that the
members are not subject to excessive stresses and damages.

5.7 During erection, the steel work shall be securely bolted or otherwise fastened
and wherever necessary, properly braced to provide for all loads to be carried
by the structure during erection including load of equipment and winds. No
permanent bolting or welding should be done until proper alignment is
obtained.

5.8 Tanks and their structural attachments shall be welded by the metal arc or
submerged arc process. The welding may be performed manually,
automatically or semi-automatically using suitable equipment.

5.9 The structural and appurtenances for tanks will be supplied as under :

5.9.1 All pipeline flanges of various diameters shall be supplied by


Contractor.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 27

5.9.2 Other structural appurtenances will be under contractor’s scope of


supply.

6.0 INSPECTION

6.1 Our engineers shall have free access at all reasonable time to inspect those
parts at the manufacturer’s works which are connected with the fabrication of
steel work and shall be provided with all reasonable facilities for satisfying
himself for the provisions of this contract.

6.2 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.

6.3 Should any structure or part of a structure be found not to complete with any
of the drawings and specifications, it shall be rejected. No structure or part of
the structure once rejected shall be resubmitted for test except in case where
the corporation considers the defect are rectifiable.

6.4 Defect which may appear during fabrication shall be made good by the
contractor according to the procedure laid down by the corporation.

6.5 The suitability and capacity of all plants and equipment used for erection shall
be to the satisfaction of the engineer.

7.0 WELDING

7.1 Welding sequence - The welding sequence for tack welding and final welding
of the bottom, shell and roof plates shall such as to minimize the distortion due
to welding shrinkage.

7.2 Weather conditions - Welding shall not be carried out when the surfaces of the
parts to be welded are wet from any cause and during period of rain and high
winds unless the welder and work are properly shielded.

7.3 Electrodes - Electrodes for welding shall be stored in a dry place (HOT CASE)
in their original packets or cartons.

7.4 Tack welds - Tacks weld used in the assemble of the vertical joints of tank,
shell and those used for assembling the shell to the bottom shall be removed
and surface grinded properly and gaps filled with weld metal.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 28

8.0 WELDER QUALIFICATION :

8.1 Welder employed on the job should be have test certificate issued as per
provisions of ASME Boiler & Pressure Vessels Code Section IX(7.2 & 7.3)
“Welding and Brazing qualification” and API-650 Section 7 “Welding Procedure
and Welder qualification”. Also refer IS:817.

8.2 Welders test certificate is treated invalid, if he has not done welding for
continuous six months. Fresh certificate is to be obtained before carrying out
welding again by him.

9.0 THE CALIBRATION OF TANKS SHALL INCLUDE:

9.1 Co-ordination with CPWD/ or any authority including payment of calibration fee
and other expenses.

9.2 Temporary structural scaffoldings arrangements around the tank of safe


designs to ensure safety of the workers.

9.3 All labour and equipment required for calibration i.e. tested water meter and
strapping tape.

9.4 Dismantling and removing the scaffolding materials after calibration and
making good the damages caused to the foundations.

9.5 After calibration, the water shall be drained out and the bottom shall be
cleaned properly and manhole covers to be fixed properly including replacing
the gaskets etc. wherever necessary and completing as directed by our site
engineer.

9.6 Preparation and submission of calibration charts in triplicate duly approved by


CPWD/ calibrating authorities. One set of charts shall be submitted duly
laminated and balance two in file covers.

10.0 ACCEPTANCE

Before handing over the tank to the operation, the contractor shall ensure following:

10.1 The full bottom and roof plates shall be free of dents and in correct slope after
hydrostatic test of the tanks.

10.2 Similarly where in case of unevenness in roof plates, contractor shall carry out
the jacking up of columns and extend the column as required to bring in the

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 29

roof plates in reasonable uniform slope to the satisfaction of Engineer-in-


charge. Jacking and repairing of columns if required shall be done at no extra
cost to the corporation.

10.3 The shell should be in plumb. Any excess bulge or dents will have to be
repaired at no extra cost to the corporation.

10.4 The site should be free of all scrap and other materials used for
fabrication/erection of tanks.

11.0 GENERAL SPECIFICATIONS FOR MATERIALS

Unless mutually agreed otherwise, the material for the construction of oil storage tanks
shall confirm to Indian Standard where applicable.

11.1 Steel Plates

Plates supplied by the contractor and used in tank fabrication shall confirm to
IS 2062 GR A/B subject to stipulation provided in IS 803 (Make : SAIL /
TISCO).

11.2 Other Materials

a. Material : Electrodes.

Code : AWS – A 5.1/ E -6013

Makes : M/s ESAB India ltd.

M/s Advani Orlekons.

M/s Honavar Electrodes Ltd..

M/s D & H Sechron Electrodes Ltd.

M/s D & H Welding Electrodes (India) Ltd.

M/s. Mailam Metallogen (P) Ltd.

M/s. Royal Arc Electrodes (P) Ltd.

M/s. Maruti Weld Ltd.

M/s. Dwekan Electrodes Limited.

M/s. Kobe Steels Pvt. Ltd.

M/s. Anand Arc Welding Electrodes

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 30

b. Material : Structural sections.

Code : IS: 808-1964, IS: 808(Part - I) 1973.

Makes : TISCO/SAIL

Note: Angle up to 50x50 mm , Channels up to


75 x 40 mm, Flats and Square bars any ISI
make/ make approved by the Site Engineer.

c. Material : Piping.

Code : IS-1239, 1969

Makes : TATA / JINDAL PIPES LTD.

d. Material : Flanges.

Code : ANSI-B16.5 Class 150 (raised neck).

Serration : All flanges will have raised serrated face.

e. Material : Bolts, nuts and washers.

Code : ASTM A 36 or A 33 or Property class 4,6 & 40


confirming to IS:1367-79 and washers to
IS:20-1967.

Makes : M/s Guest Keen Williams (GKW).

M/s Unbreako.

f. Material : Compressed Asbestos Fibre Gasket (CAF)

Code : IS: 2712-1979 Grade W2.

Makes : M/s. Champion Style 59 Oil Grade

M/s Telborite

M/s I G P

M/s DIKSON & CO.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 31

11.3 IS 803 may be referred to for details and conditions , if any in using above
referred IS Codes for various materials.

11.4 Any other materials used in association with steel work shall, (where
appropriate Indian Standard specification for materials exist) confirm to such
specifications.

12.0 TESTING OF TANKS

i. General.

ii. Bottom testing.

iii. Shell testing.

iv. Shell appurtenance reinforcement plates to shell plates weld testing.

v. Fixed roof testing.

vi. Repair of leaks.

vii. Earth testing.

Note : 1- The fabricator shall repair the defective welds and repeat the test till
entire satisfaction.

2- The fabricator shall position the air compressor and other testing
equipment at site from start of the work.

12.1 General :

a. Initial reduced levels of column foundation top.

b. Plate thickness checking for all plates at minimum 6 points each plate
using ultrasonic gauge.

c. Initial level of tanks bottom before hydrostatic testing of tank and after
full erection of tank & transfer of load to SPF at above column
foundation after every 1mtr. increase in water level.

d. Vertically test for tanks @ 3mtr c/c on tank periphery.

e. Reinforcement pads for shell manhole, nozzle to be tested with


pneumatic pressure of 1kg/sq.cm.

f. Procedure for conducting the hydrostatic testing of tank :

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 32

A - Filling :

i. Tank shall be filled up @ 1mtr water column per day for a height of
4mtrs.

ii. In case differential settlement between two consecutive points is less


than 5 mm then increase water filling rate @ 2 mtr. water column per
day subject to total settlement not exceeding 2mm per day.

iii. Fill water up to leg of top curb angle and hold water for at least one
week or up to a time when total settlement is less than 2mm per day
whichever is later.

iv. The sequence of filling various tanks in a tank farm shall be such as to
avoid over-lapping of settlements. To achieve this, it would be
necessary to fill diagonally opposite tanks when simultaneously or
individual filling is carried out.

B - Emptying :

i. The emptying of water shall be @ 2mtr. to 3 mtr water column per


day.

ii. Ensure that covers of all roof opening are opened.

12.2 Bottom testing :

a. Test all weld joints by soap suds.

b. Chalk kerosene test for shell to bottom joint.

Annular plate butt welds will be radiographed as per API-650and as


per para 13 below.

12.3 Shell Testing

The shell of fixed roof tanks shall be tested after the completion of the roofs
those of open top. Testing shall be by filling the tank with water to the level of
the top leg of the top curb angle and hammering the shell joints. Sweating
from any joints will be an evidence for leak.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 33

12.4 Shell appurtenance reinforcement plates to shell plates weld :

Make a TELL TALE HOLE in the reinforcement plates before its welding to shell
and shell appurtenances. Then the reinforcement plates shall be tested by
applying up to 15 pounds per square inch gauge pneumatic pressure between
the tank shell and the reinforcement plates on each opening using TELL TALE
HOLE. Use soap suds on welds between reinforcement plate to shell,
reinforcement plate to appurtenances to shell plate welds.

12.5 Fixed Roof testing :

Pressure testing of roof at 40 mm of water gauge.

When the tank is full of water the roof shall be tested by pumping air under
the roof plates. Soap suds or other suitable material shall be applied to all
joints for detection of leaks. Alternatively, the roof weld seams may be tested
by vacuum box method.

12.6 Repair of Leaks :

a. All leaks tested detected during the testing shall be repaired to the
satisfaction of the corporation and on completion, the entire tank shall
be tight and free from leaks.

b. In the joints between roof plates only, pinhole leaks may be repaired
by mechanical caulking. However, where there is any indication of
considerable porosity the leaks shall be sealed by laying down
additional layer of weld metal over the porous section.

c. In all other joints, whether between shell plates or bottom plates or


both, leaks shall be repaired only by welding, if necessary, after first
cutting out the defective part.

d. When the tank is filled with water for testing, defects in the shell joints
shall be repaired with water level at least 300mm below the joints
being repaired.

e. No welding shall be done on any tank unless connection thereto have


been completely off, no repairs shall be attempted on tanks while filled
with oil , nor any tanks which have contained of until the tanks have
been emptied , cleaning and gas filled in safe manner. No repairs shall

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 34

be attempted by the contractor on a tank which has obtained except in


absence of the corporation’s site engineer.

12.7 Earth Testing :

The earthing provided to the tank shall be tested with 3 point meggar to give
correct reading and a certificate from licensed electrician is to be submitted.

13.0 RADIOGRAPHY INSPECTION OF JOINTS

13.1 Radiographic tests and rectification if required are to be carried out as per IS
803/API 650 and as per the following :

Joints requiring radiography :

a. Tanks shell butt welds.

b. Tank bottom welds.

c. 100% of butt weld around the periphery of all nozzles in the tank
shell.

d. All ‘T’ joints in shell irrespective of plate thickness to be Radiographed.

Minimum size of radiograph films for the above applications are as under :

i. All T-joints - 6 inch x 4 inch

ii. All others - 3 inch x 8 inch

NOTE: The party shall kept at Site Radiography agency approved by a


competent authority to shot and interpreted the films with suitable
arrangements to develop the films at site and submit the reports.

13.2 NUMBER AND LOCATIONS OF RADIOGRAPHS

13.2.1 VERTICAL JOINTS

A - TANKS HAVING PLATE THICKNESS UPTO 10MM OR LESS

a. One spot radiograph shall be taken in the first 3m of


completed vertical joints of each type & thickness welded by
each welder.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 35

b. Thereafter without regards to number of welders, one


additional spot radiograph shall be taken in each additional
30m and any remaining fraction of vertical joint of the same
type and thickness.

c. In addition to the above, requirements, one random spot


radiograph shall be taken in each vertical joint in the lowest
course of the tank.

d. In addition all junctions of vertical & horizontal joints (Tee


joints) shall be radiographed.

e. Each film shall clearly show not less than 50mm of weld length
on each side of vertical intersection and 150mm along the
weld.

B -TANKS HAVING PLATE THICKNESS GREATER THAN 10MM


AND UPTO AND INCLUDING 25MM.

a. Spot radiographs shall be taken as per A above.

b. In addition, two spot radiographs shall be taken in each


vertical joint of lowest course of the tank. One of the
radiograph Will be as close to the bottom as practicable and
other shall be taken at random.

C -TANKS HAVING PLATE THICKNESS GREATER THAN 25MM


AND UPTO AND INCLUDING 40MM.

a. For plate thickness up to 25mm, spot radiography shall be


taken as per details given in A & B above.

b. In addition, all vertical joints in the plate thickness in the


range of more than 25mm and up to & including 40mm shall
be fully radiographed.

13.2.2 HORIZONTAL JOINTS

a. One spot radiograph shall be taken in the first 3m of complete


horizontal butt joint of the same type and thickness without
regard to number of welders.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 36

b. Thereafter, one radiograph shall be taken in each 60m and


any remaining fraction of horizontal joint of the same type and
thickness.

c. No. of such radiograph shall exclude junctions of vertical and


horizontal seams.

13.2.3 BOTTOM PLATE JOINT

For single welded joint using backing up strip, one spot radiograph
shall be taken on 50% of radial joints. Location of radiographs shall be
preferably at outer edge. The minimum length of radiograph shall be
150mm; extra care should be exercised to intercept such radiographs.

13.2.4 PERIPHERY OF NOZZLES.

100% radiography shall be carried out of the butt weld around the
periphery on an insert manhole or nozzle in the tank shell.

13.3 REMARKS

a. For purpose of radiography, plates shall be considered of the same


thickness when difference in the specified or design thickness does not
exceed 0.85MM.

b. When two or more tanks are erected in the same terminal/depot, the
number of spot radiographs to be taken should be based on meterage
of the welds of the same type and thickness in each individual tank
rather than aggregate meterage of welds of all tanks.

c. It is permissible to inspect the work of 2 welders with one spot


radiograph, if they weld opposite sides of the same butt joint, In the
event of rejection of a spot radiograph, further spot radiograph shall
be used to determine whether on or both welders were at fault.

d. As far as possible, an equal, number of spot radiographs shall be taken


from the work of each welder, except that this requirement does not
apply where length of joints welded by welder is much less than
average 1mm comparison with other welders.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 37

e. Radiograph shall be taken as soon as practicable during process of


welding. The number and locations of radiographs should pre-
determined as per above guideline given 13.1 and 13.2 (I to iv)

f. Each radiograph shall clearly show a minimum of 150mm of weld


length and 50mm on either on either side from the center line of the
weld. Hence each film should show radiograph of 150 x 100 mm of
selected weld. The film shall be centered on the weld and shall be of
sufficient width to permit adequate space for location of identification
works and thickness gauge.

13.4 EXAMINATION OF RADIOGRAPHS

a. The radiographic examination method employed shall be in accordance


with the ASME Boiler and Pressure Vessel Code Section V , “Non
Destructive Examination” Article 2.

b. The requirements of Article 2 of Section V of ASME code are to be


used only as guide. However, final acceptance of radiographs shall be
based on the ability to see the prescribed pentameter image and
specified hole.

c. The acceptability of welds examined by radiography shall be judged by


the standards in Section VIII, Division 1, Paragraph UW-51 (b),
of the ASME Code.

d. As far as possible equal number of spot radiographs shall be taken


from the work of each welder. Radiograph shall be taken as soon as
practicable during the process of welding. Each radiograph film shall
show radiograph of 150mm x 100mm of selected weld.

13.5 DETERMINATION OF LIMITS OF DEFECTIVE WELDING

a. When a section of weld as shown by radiograph to be unacceptable


under provisions of 13.4 (c) or limits of the deficient welding are not
defined by the radiograph, two adjacent spots shall be examined by
radiography.

b. However, if original radiograph shows at least 75mm of acceptable


between the defect and any one edge of the film , an additional
radiograph need not be taken of the weld on that side of defect.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 38

c. If the weld at either side of two adjacent sections fails to comply with
the requirements of 13.4 (c) , additional nearby spots shall be
examined until the limits of acceptable welding are determined or the
fabricator may replace all the welding performed by the welder on that
joint.

d. If welding is replaced as per 13.5 (c) one radiograph should be taken


at any selected location on any other joint on which the same welder
has welded.

e. If any of these additional spots fails to comply with the requirement of


13.4(c), the limits of unacceptable welding shall be determined as
specified for the initial section.

13.6 REPAIR OF DEFECTIVE WELDS.

a. The defective weld shall be removed by chipping or melting out by


thermal gouging process from both sides of the joint and re-welded.
Only sufficient cutting out of the defective joints, as necessary to
correct the defect, is required.

b. All required weld on joints shall be checked by repeating the original


inspection procedure and by repeating the hydrostatic testing vacuum
box testing method.

13.7 RECORD OF RADIOGRAPHIC EXAMINATION

a. The fabricator shall make a record consisting of all the films with their
identification marks on a developed shell plate diagram.

b. After completion of tanks, the films shall be handed over to IOC.


Radiography films for every two shells have to be submitted to IOC for
inspection during the course of fabrication. After getting them
inspected, further welding shall be undertaken.

14.0 DRAWINGS

14.1 Contractor shall prepare all detailed drawings required for construction and
submit to IOC/Third Party for approval. No fabrication will start without the
approval of IOC/Third Party. The construction drawings shall include :

i. General arrangement drawings.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 39

ii. Location of all weld seams, weld sizes and details of welds etc.

iii. Material to be used.

iv. Welding procedures and radiographic inspection

v. Edge preparation and method employed.

vi. Tolerances.

vii. Quality, brand and gauge of electrodes to be used.

viii. Details of reinforcement.

ix. Nozzle orientation and details.

x. Details of brackets supporting pipes, platforms, staircase, earthing


connections, wind girders etc.

xi. Details of structure for roof support.

xii. Details of appurtenances.

xiii. Details of fixtures for integral.

xiv. Complete bill of material with item wise quantities for material supplied
by the contractor.

xv. Any connection or modifications suggested by IOC while approving the


drawings.

14.2 On completion of work, as built drawings are to be prepared and furnished by


the contractor as required by IOC.

14.3 All drawings are to be prepared on Auto-Cad (on PC). The contractor shall
submit one set of CDs containing the above drawings, one set of tracing and 3
sets of drawings/ printouts.

15.0 DOCUMENTATION

15.1 The fabricator shall submit the following completion documents for storage
tanks in shape of a file duly binded. Three sets shall be submitted.

a. As built drawings of the tank foundation

b. As built drawings of the tank.

c. Settlements results of tank bottom.

d. Bottom layout and test results of the bottom.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 40

e. Shell development drawings indicating the location of radiography and


test result of the radiograph.

f. Wind girder drawings.

g. Roof layout and test results.

h. Pipe support drawings with orientations.

i. Test certificate of seal.

j. Certificate of tank mountings i.e. PR valves etc.

k. General arrangement drawings and material specification

l. Nozzle orientation drawings.

m. Stairway details with orientation.

n. Certificate of earthing of tank.

o. Calibration charts.

p. Radiography films (separately).

16.0 SPECIAL NOTE

16.1 Table showing the approx. size of nozzles to be provided for new tank (to be
fabricated by party are given below and all other details are shown in drawing
enclosed with tender documents (for general guideline).

LOCATION WITH
SIZE QTY SERVICE
ELEVATION

100 1 Outlet with internal pipe Shell

100/ 1 Inlet/ Recycle (eductor) Shell


75

40 1 Temp. Indicator Shell

80 1 Level Transmitter Shell

80 1 Level Alarm (High) Shell

750 2 Side Manhole Shell

150 1 Outlet Shell

200 1 Level Transmitter (Radar) Roof

150 1 Vent with Goose & Bird Screw Roof

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 41

LOCATION WITH
SIZE QTY SERVICE
ELEVATION

600 2 Roof Manhole with Hinge Roof

200 1 Gauge Hatch Roof

100 1 Scaffold Cable Support Roof

50 1 Air Sparger Roof

50 1 Multi Point Temp. Element Roof

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 42

GENERAL NOTES FOR ALL ITEMS

1. The tenderer is expected to visit site before quoting to get themselves acquainted with
the site conditions such as availability of water, power, approach road etc.

2. The FOUNDATION should have even levels. The tolerance allowable for the finished
level for the tank pad shall be +3mm for a length of 3m for any direction and shall be
+12mm between any two points on the tank periphery. Any defect observed shall be
rectified at no extra cost to IOC.

3. During hydrostatic testing, settlement shall be monitored and records of each tank
settlement shall be maintained at interval mutually agreed.

4. The height and diameter of tanks wherever indicated in the tender is nominal and the
actual height may alter.

5. Wherever required our drawings/ specifications (attached) and IS: 803, and other
relevant codes should be followed to complete the job in all respect and as per our Site
Engineer's instruction. The entire tank fabrication work shall be carried out as per BIS-
803 (latest version) and any deviation shall be carried out only under the specific
approval from IOC. Incase of any details not available in BIS 803, then API 650 to be
referred and accordingly work to be carried out.

6. All Ms structurals, tubular and other fitting to be supplied by the party should be
conforming to IS codes as per IOC specifications and should be of SAIL/ TISCO or
equivalent reputed approved make.

7. FOR RADIOGRAPHY OF SHELL JOINTS, USAGE OF GAMMA RAYS IS ACCEPTABLE TO


IOC.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 43

SPECIFICATION FOR SHOT BLASTING & PAINTING OF


PRODUCT AND WATER STORAGE TANK

1.0 MATERIAL SPECIFICATION

1.1 Steel Ball

The steel ball used for shot blasting shall be free from moisture, salt and shall
be as per standard norms.

1.2 Brushes

The brushes used in painting shall conform to IS 384.

1.3 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.

1.4 Finish coat

The finish coats shall conform to given specifications.

1.5 Sky Blue Paint

The Sky Blue Paint shall be used for painting outer surface of water tank.

1.6 Only superior grade paints of approved make and quality and conforming to
given specification shall be used. Contractor shall obtain approval form 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.

2.0 GENERAL NOTES

2.1 The shot blasted surface shall not be kept exposed to atmosphere for more
than 24 hours (particularly) at night time when humidity %age in atmosphere
is more and might spoilt the surface prepared).

2.2 The first coat of primer shall be applied soon after cleaning and before any
visible rusting occurs.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 44

2.3 The paint coat shall be smooth and even and shall not show any trace of brush
mark. The bands, lettering, etc. shall be carried out as per drawing after the
external painting is completed.

3.0 PAINTING OF OIL STORAGE TANKS

3.1 CONICAL BOTTOM VERTICAL TANKS

CBVT - outside surface of the tank shell up to and including curb angle, upper
side surface of roof, wind girders, roof and shell appurtenance

3.2 SURFACE PREPARATION

Before shot blasting surface shall be cleaned thoroughly leaving it free of all
scales, dust, grease, oil coating moisture and other impurities (with the help of
brass wire brushed, sand paper, emery paper etc. wherever required) any weld
metal etc. shall be grounded by grinding machine to get smooth polished
surface. Heavy deposits of grease of oily matter if any shall be removed by
suitable solvent wash, before shot blasting is undertaken.

3.3 SHOT BLASTING

3.3.1 Blast cleaning shall conform to Sa 2½ standard as per Swedish


Standard SIS-055900-1967 or equivalent i.e. Blast cleaning to near
white metal cleanliness, until 95% of each element of surface area is
free of all visible residues.

3.3.2 Before shot blasting, the surface have to be cleaned thoroughly


leaving it free from all scales, dust, grease, old coating, moisture and
other impurities. Any weld metal etc. shall be ground by grinding
machine to get a smooth surface. Heavy deposit of greases of oily
matter if any shall be removed by solvent wash.

3.3.3 Good quality steel ball is to be used. It should be free from moisture
dust and other foreign materials.

3.3.4 Minimum air supply pressure to be maintained at the delivery nozzle is


7 Kg/cm2 (100 psi apprx.) during blasting operation.

3.3.5 The compressor capacity shall be checked to ensure that it is capable


of giving the requisite volume of air at specified pressure based on the
nozzle size and type employed for shot blasting.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 45

3.3.6 The three common sizes of shot blast nozzles for general maintenance
painting and air flow requirements are as follows.

Nozzle size Air flow requirements

i. 1/4" 150 cfm

ii. 5/16" 240 cfm

iii. 3/8" 393 cfm

3.3.7 Compressor capacity for each type of nozzle should be atleast 25 to


30% above the rated amount of air required for that size of nozzle.

3.3.8 Compressor should have moisture/ oil trap.

3.3.9 Atleast 1 "internal diameter hose has to be used if the distance from
the air compressor to shot blaster is about 50 feet long or more to
avoid excessive pressure drop across the hose.

3.3.10 Blast cleaning shall not be performed where dust can contaminate
surfaces undergoing such cleaning or during humid weather conditions
(humidity exceeding 85%).

3.3.11 After shot blasting, the surface need to be cleaned by dry brush or by
dry compressed air (free from moisture and oil) to remove sand, dust
or silica deposits.

3.3.12 Irrespective of method of surface preparation, the first coat of primer


must be applied on dry surface by airless/ conventional spray and as
directed by Site Engineer. Delaying the primer application is not
advisable beyond 2 hours. If weather is dry and humidity level is less
than 80%, and if primer is applied within 4 hours, there is no need to
provide inhibitor wash over the blastered surfaces. If it is not possible
to apply primer within 4 hours, then application of inhibitor is a must.
It is essential to preplan the activities to start the primer application
immediately after shot blasting.

3.3.13 The surfaces shall be blast cleaned using one of the abrasives : steel
ball at pressure of 7 kg/cm2 at appropriate distance and angle
depending on nozzle size maintaining constant velocity and pressure.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 46

Steel ball shall be in the form of shot or grit of size not greater than
0.055 "maximum incase of steel".

3.3.14 Blast cleaned surface should be inspected by using magnifier glass or


surface profile for anchor patterns. Surface profile in blast cleaning
should ideally be 50 to 70 microns (generally 1/3 of the total DFT).

3.3.15 Arrangements for inspection at various stages of work should be made


available so that entire blasted area is accessible for inspection.

3.3.16 The thickness of plates used for tank shell is not uniform. This factor
should be kept in mind while blast cleaning to prevent damage for
thinner plates. When carrying out blast cleaning on the shell and roof,
the work shall always be done in such a manner with respect to the
wind direction that the abrasive particles are blown away clear of the
tank surface.

3.4 CLEANING

Abrasives or dirt particles and the other loose metals shall be removed from
the shot blasted surface by means of clean soft brush or vacuum or
compressed air (free from oil & moisture).

3.5 PAINTING

Painting of Finished Lube Oil Tank (Mild steel CBVT)

Tank Type Carbon steel cone roof tanks for finished Lube Oil

Surface to be painted EXTERNAL PAINTING: INTERNAL PAINTING:


External side of SHELL and Complete internal surface of
roof structurals and also roof and structurals and
external surfaces of above 300mm from top curb angle.
ground mild steel pipelines
and fittings for all types of
tanks.

First time painting

Surface preparation Blast clean to SA 2½ Blast clean to SA 2½

Paint system a) One coat of Zinc Ethyl a) One coat of Zinc Ethyl
Recommended Silicate primer (P1) to Silicate primer (P1) to

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 47

average DFT of 75 microns average DFT of 75 microns

b) One coat of 2 pack b) One coat of 2 pack


Epoxy- Polyamide MIO (U1) Epoxy- Polyamide MIO (U1)
to a DFT of 110-120 microns to a DFT of 110-120 microns

c) Finish paint of two coats c) Finish paint of two coats


of 2 Pack Aliphatic Acrylic of 2 Pack Aliphatic Acrylic
Polyurethane paint (F1-of Polyurethane paint (F1-of
approved colour) to DFT of approved colour) to DFT of
30-35 microns per coat 30-35 microns per coat

3.6 Specification for Paints

3.6.1 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 Grey

Application Spray (airless/ air)

Dry film thickness per coat average 75 microns

Theoretical coverage 8 sqm/ litre

Drying time 4 hours

Re-coating time 10 hours (min.)

% of total metallic zinc in dry film 85-90% by wt.

(As per the ASTM D520 -


Spherical size)

Storage life 4 months under sealed


Conditions

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 48

TWO PACK EPOXY POLYAMIDE ZINC PHOSPHATE PRIMER :


(P2)

These coatings are corrosion resistant inhibitive primers based on cold


cured epoxy polyamide two pack system, over vqhich subsequent
coatings can be applied.

Type of epoxy Condensation product of


bisphenol A and epichlorohydrin
with terminal epoxides groups.

Epoxide equivalent 450 - 500

Curing agent Polyamide

Volume solids 45-50%

Pigment The main pigment shall be a


mixture of iron oxide with zinc
phosphate. Out of total
pigmentation, the minimum
quantity of zinc phosphate
should be 9% W/W.

Pigment volume concentration 40-45%

Application By brush or spray

Dry film thickness/ coat 75 microns

Spreading rate 6-7 sqm/ litre

Drying time Surface dry in four hours

Over coating time 24-48 hours. This should be


very strictly adhered to in order
to avoid peeling of subsequent
coat.

Storage life 12 months under sealed


conditions.

ZINC PHOSPHATE PRIMER : (P3)

This primer is based on single pack modified alkyd medium pigmented


with a mixture of zinc phosphate and red oxide.

Volume solids 40 ± 2%

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 49

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 µm

Theoretical coverage 11-13 sqm/ litre

Drying time Touch dry - 1 hour

Hard dry - over night

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 by brush air less spray

Dry film thickness/ coat 175 microns

Theoretical coverage 5 sqm/ litre

Overcoat interval 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.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 50

3.6.2 Undercoats

TWO PACK EPOXY - POLYAMIDE MIO UNDERCOAT (U1).

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

Type of epoxy Condensation product of


bisphenol A & 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 By brush or airless spray

Dry film thickness coat 110-120 microns

Spreading rate 5 - 5.5 sqm/l.

Drying time Touch dry in 2 hours.

hard dry in 48 hours

Overcoating time 24-48 hours. This should be


very strictly adhered to in order
to avoid peeling of subsequent
coat.

Storage life 12 months under sealed


conditions.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 51

3.6.3 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 microns

Theoretical coverage 11-13 sqm/ litre

Drying time Surface dry 1 hr. Full cure 7


days.

Storage life 3 months under sealed


conditions

ALUMINIUM FINISH PAINT (F2)

It is a two pack system based on oleoresinous binder and leafing


aluminium pigment given separately in paste form. Both are mixed at
the time of application.

Volume solids 20 -25%

Main pigment Aluminium (ASTM 962)

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 52

Colour Metallic Aluminium

Pigment Volume Concentration 15-20%

Application Brush or spray

Dry film thickness per coat 15-20 µm

Theoretical coverage 13-15 sqm / litre

Drying time Surface dry/ 1 hr.

Hard dry 8 hrs.

Storage life 6 months under sealed


conditions

COAL TAR EPOXY (F3)

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

Type of epoxy Condensation product of


bisphenol A and epichlorohydrin
with terminal epoxides groups.

Curing agent Polyamide

Volume solids 80-85%

Application By brush or airless spray

Dry film thickness / coat 150-200 microns

Spreading rate (Theoretical) 4-5 sqm/ l.

Drying time Touch dry - overnight


dependent on ambient
temperature and ventilation.

Overcoating time 24-48 hours. This should be


adhered to in order to avoid
peeling of subsequent coat.

Storage life upto 9 months under sealed


conditions

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 53

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.

Hard dry - in 18 hours

Storage life 12 months under sealed


conditions

TWO PACK EPOXY BASED TANK LINER (L1)

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

Volume solids 50-60%

Pigment volume concentration 35-40%

Dry film thickness µm/coat 125 microns

Spreading rate 4-5 m2/ litre

Storage life 12 months under sealed


conditions

3.6.4 Specifications for coating of buried and semi-buried tanks

a. Surface preparation:

The external surface of the tank, turn buckle, anchor bolts,


buried portion of manholes, nozzles, saddles etc. shall be
thoroughly cleaned to remove loose rust, dirt, dust to SSPC -
SP2.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 54

b. Doping:

Two coats of hot 30/40 grade bitumen shall, be applied as per


manufacturer's recommendations resulting in an overall
coating thickness of 3.2mm. The 30/40 grade bitumen shall be
heated to the required temperature as recommended by the
manufacturer for easy and uniform application.

The application bitumen shall be done as to give the


appearance of a rough cast plaster and this can be obtained
by dabbing.

3.6.5 Painting of chimneys/ stacks

For chimneys/ stacks, heat resistant aluminium paints available with


reputed paint companies can be used. These paints are useful for
service temperatures up to 200ºC.

3.7 PRECAUTIONS TO BE TAKEN DURING PAINTING

3.7.1 Precautions to be taken during application of epoxy and


polyurethane paints

3.7.1.1 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.

3.7.1.2 Use all the mixed paints within the stipulated pot life
period indicated by the manufacturer

3.7.2 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.

3.8 MARKET EQUIVALENT OF DIFFERENT PAINTS

For each paint recommended in the manual complete specifications have been
provided. In the case of painting for large areas, these specifications can be
included in the tender documents and can strictly monitored by testing random
samples of each paint. But where the area to be painted is small and where

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 55

tendering procedure is difficult to be adopted, paints have to be procured from


the market directly and applied. To enable this, the recommended paints are
matched with different types of protective coatings manufactured and
marketed by leading paint companies and given in the following table. Paints
are manufactured by different companies under various formulations and
hence the equivalents provided in the table are not exactly the same
formulations but they fit into a comparable similarity and hence can be treated
as equivalents. In this exercise, the formulation details could not be obtained
from some of the paint companies whose names do not find a place in the
table.

MARKET EQUIVALENT OF DIFFERENT PAINTS

Name of Bombay Grand Jenson & Coromandel


Berger CDC Shalimar
Paint Paints Polycoats Nicolson Prodorite

Zinc ethyl Hempel CDC Zinc GP ethyl


-
silicate - P1 Galvosil 15710 11 Zinc silicate

Epoxy zinc Epilac zinc


GP Prime COROCRETIN -
phosphate Epilux 13 HB Pentadur 8530 - phosphate Epiguard 4
Guard 235 ZNP
primer - P2 primer

J&N High Tufkote HB


Bison HB zinc Kangroo HB
Zinc phosphate Build Zinc zinc
phophate phosphate - -
primer P3 phosphate phosphate
primer primer
primer primer grey

CDC
Mastic P4 - - - - - COROLAC-AL
Mastic 15

High Build
Epiliux - 4 HB Pentadur HB GP Guard Epilac HB
Epoxy MIO - - Epiguard - 5
MIO MIO 5567 MIO 233 MIO I-23
U1

Aliphatic
Bergerthane CDC 134 GP Bond Shalithane
polyurethane Pentathene 4510 J&N 993 HB COROLAC-UP
enamel Finish 141 Finish
finish paint F1

Ferrotol HR
Ferrotect HR Lustrol
Aluminium aluminium
- - - Aluminium aluminium (2
finish paint F2 paint (2
paint 600 pack)
pack)

Epilux 555
Epilac solvent
Coal tar Epoxy Coal Tar CDC Bipigard 580 COROCRETIN-
Pentadur 6518 less coal tar
F3 Epoxy High Mastic14 HB Black IF
epoxy coating
Build

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 56

Name of Bombay Grand Jenson & Coromandel


Berger CDC Shalimar
Paint Paints Polycoats Nicolson Prodorite

Tufkote
Bison
Synthetic GP J&N Chemical chemical
Synthetic chemical
enamel to IS TRUCOAT resisting resisting
enamel F4 resisting
2932 331 enamel enamel
enamel
(9609-49)

Epoxy - based Epilux 78 HB Pentadur FP Epigard TL


CDC 187 - Eplac 976
tank liner L1 TL 4535 HB 533

INSPECTION FORMAT DURING PAINT APPLICATION

Surface preparation adopted

Type of primer used

Method of application

Date and time of application

Weather condition prevailing on the day of


application (temp. Humidity, rainy, sunshine)

DFT Measured (24 hour later)

Type of subsequent paint

Method of application

Date & time of application

Weather condition on the day of application

DFT measured

Type of subsequent paint

Method of application

Date & time of application

Weather condition on the day Providing and


fixing application

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 57

INSPECTION FORMAT AFTER PAINT APPLICATION

Area -

Date of completion of painting -

Type of surface preparation and paint applied with DFT -

Date of application Type of defect Failure type uniform/ Any other


noticed localised remarks

4.0 LOGO AND WRITING WORK

4.1 Logo, capacity and other lettering work of tank details are to be painted as per
norms.

5.0 EXTERNAL PAINTING OF NON GALVANISED STEEL WORKS

5.1 CBVT TANKS

Spiral staircase, hand rail, mid and top landing platforms, top railing rolling
ladder etc. of cone roof and floating roof tanks and cat walks.

5.2 SURFACE CLEANING

Surface shall be cleaned thoroughly leaving it free of all scales, dust, grease,
oil coating moisture and other impurities. Any weld metal etc. shall be ground
by grinding machine to get a smooth and polished surface. Heavy deposits of
grease or oily matter if any shall be removed by suitable solvent wash.

5.3 SURFACE PREPARATION

Surface preparation may be undertaken manually/mechanically (with wire


brushes etc.)

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 58

5.4 CLEANING AFTER SHOT BLASTING

Abrasives or particles and the other loose metals shall be removed from the
prepared surface by means of clean soft brush or vacuum or compressed air
(free from oil and moisture)

5.5 PAINTING

2 or more coats of HIGH BUILD CHLORINATED RUBBER ZINC PHOSPHATE


PRIMER and 2 or more coats of CHLORINATED RUBBER PAINT shall be applied
only after the primer coat is thoroughly dry.

DFT for primer coat Total 100 microns (Minimum)

DFT for finish coat Total 60 microns (Minimum)

6.0 PAINTING MANUFACTURERS

6.1 An indicative list given below of paint manufacturers whose products


conforming to the respective qualities specified herein maybe considered for
use. However, site engineer reserves the right to reject any material of these
manufacturers which do not conform the specifications

a. M/s Asian Paint India Ltd.

b. M/s Berger Paints India Ltd.

c. M/s Bombay Paints.

d. M/s CDC Carboline, Madras.

e. M/s. Goodless Nerolac Paints Ltd., Mumbai.

f. M/s. Garware Paints Ltd., Mumbai.

g. M/s. Jehnson & Nicholson (India) Ltd., Calcutta.

h. M/s. Shalimar Paints Ltd., Mumbai.

i. M/s. Solvosol Paints Pvt. Ltd. Hyderabad.

j. M/s. Grand Polycoats Co. Pvt. Ltd., Vadodra

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 59

6.2 GUARANTEE FOR SIXTY MONTHS PAINTING WORK TO BE


SUBMITTED BY PARTY.

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 :


Tender No: LOBP/ENGG/PT-01/2011-12 60

SPECIFICATIONS FOR PIPELINE WORKS


a. The supply, handling, laying and welding of pipelines shall be carried out conforming to
relevant ISI specifications unless otherwise stated in our specifications attached here
with.

b. The measurement against the item of supply and laying of pipelines shall be based on
measurements along the centre line of the pipeline, exclusive of fittings such as valves,
flanges, strainers etc.

c. Contractor shall supply such quantity of pipes as is assessed based on the layout
drawings.

d. The pipes, valves, strainer etc. shall be supplied by the Contractor.

e. Contractor shall prepare isometric drawing for piping layout and get it approved by the
site engineer before undertaking the work.

1.0 MATERIALS

1.1 Electrodes: Electrode for metal arc welding shall conform to IS-814/1957
specifications. Covered electrodes for metal arc welding of mild steel, shall be
stored in electric oven. Make of electrode shall be as per specification given
above.

1.2 Piping : Pipe and pipe coupling, wherever required to be supplied by the
contractor shall conform to API 5L/IS-1978 / IS -1239 specifications for line
pipes.

1.3 Flanges : Plate right flanges, with raised serrated faced finish wherever
required to be supplied by the contractor shall conform to drawing and ANSI
16.5

1.4 Bolts & Nuts : Shall conform to the requirement of turned grade bolts as per
ASTM A 354 or A 193 and washer to IS 2016.

1.5 Jointing Material (Gasket) : Details of the gasket to be used for our works are
given below ,

Quality Specification Manufacturer Service

Non-metallic Type IS-2712-1979 Champion Style For use on all pipeline


CAF -9 thickness 1/8" Oil Grade 59 Oil Grade flange joints.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 61

2.0 WELDING

2.1 Only welders proficient in welding in the vertical and overhead positions as per
the stipulations of ISI 817 shall be allowed to weld these pipelines. Preferably
welders with proficiency certificate from Govt. Test House or equivalent
recognized authority should be put on the job. It shall be contractor’s
responsibility to arrange for and bear all costs towards testing of welders.

2.2 Welding shall be manual shield metal arc process. Standard quality line up jigs
and fixtures so as to ensure sound welds should be used. The cutting of pipes
and welding shall conform to our specifications and to satisfaction of our site
engineers. Welder’s qualifications test and welding should be carried out as per
API 1104.

2.3 Welding shall not be performed when surfaces to welded are wet, when rain is
falling on such surface or during the period of high winds unless the welder
and the works are shielded in a roved manner.

2.4 Joint preparation for welding shall be so as to leave a smooth finished profile
free of cavities and conforming to standard practice. Edges shall be cleaned of
paint, rust, scale, slag, dirt and other foreign matter before welding.

2.5 The throat thickness of the tack welds shall be similar to that of the initial root
run to be deposited in the groove and where necessary, the extremities of the
tack welds shall be dressed by grinding, chipping and flame gauging to
facilitate proper fusion when they are incorporated in the initial root run.

2.6 No. 12 (2.5mm) welding rods shall be used for depositing the first bead (route
run) in multi layer welds. Depositing the next bead by using 3.15mm and
4.0mm size electrodes.

2.7 All slag and scales etc. shall be removed from the surface of each completed
bead before depositing the next bead.

2.8 The finished weld shall present a smooth bright and shiny surface of constant
width and uniformly spaced tipples. The welds shall be free from slag pockets,
porosity, undercutting, incomplete penetration and fusion and other weld
defects.

2.9 The weld protrusions spatter etc. on the welds surface and adjacent area shall
be removed so as to leave the surface smooth and clean.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 62

2.10 The weld shall not project beyond the plain surface in butt weld by more than
2mm.

2.11 All valves, flanges risers, bends and other fittings shall be in perfect plumb and
planned, care should be taken to align the pipelines and bends properly to
keep the symmetry of the pipeline layout.

2.12 To maintain the specified alignment and gap during welding the pipes shall be
securely held in positions by technical, means, tack welding or by welding on
bridge pieces. Electrodes or filer rods used for tack welding shall be of the
same quality as those for completing the first run of the weld.

2.13 Radiography and Inspection of Welds : radiographic examination of welds for


pipelines and tanks etc, limits of acceptability, repair and removal of defects
shall be conducted as per API - 1104, ASTM E - 94 and ASTM E - 142.
Radiographic examination will be carried out by a third party (approved by
IOC) arranged by contractor at his own cost. No charge will be paid to the
contractor on this account. The minimum size of the radiograph films should
be 3” x6”. Any additional length will not be paid extra.

Weld area to be radiographed shall be designated by the Engineer-in-Charge


or his representative. Overall 10% of the joints shall be radiographed.

Radiographs of the welds shall be taken as soon as the welding of the joints is
completed. If repair are required they shall be carried out before continuing
the other welds.

Repeat radiography due to contractor’s fault or additional radiography


necessitated due to poor performance of contractor / welders shall be done at
Contractor’s cost.

Welders found faulty as a result of radiographic, visual or other tests must be


chipped off to the satisfaction of the Engineer-in-charge or his representative
and re-welded as per specifications and instructions. The re-welded portion
shall be re-tested as per the instructions of the Engineer-in-charge or his
representative. No claims for compensation whatsoever shall be entertained by
Engineer-in-charge or Owner on this account.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 63

3.0 LAYING OF PIPES :

ABOVE GROUND PIPES :

a. Wherever flange joints/valve fittings are required, the same shall be


provided by contractor.

b. All suitable hoisting tackle/ equipment should be used for speedy and
safe handling of pipes while laying the pipes on supports, specially in
case of surface coated pipes. Such tackles / equipment shall be
provided with cushioning material to avoid damage to the lining /
coating of the pipes.

c. All pipes to be cleaned from inside for stones, sand etc. before laying.

4.0 PREPARATION OF PIPE ENDS :

4.1 The pipes supplied by the corporation will be generally with beveled end.
However, in case any ends are damaged, the cutting / beveling shall be done
by the contractor at no extra cost.

4.2 For pipes that are intended to be axial alignment the plane of pipes ends be
square with the axis o f the pipes.

4.3 The pipes which were intentionally out of the axial alignment, the plane of the
joint shall bisect the angle between adjacent pipes.

4.4 All tack welded butt joint assembles shall be inspected to ensure root gap
alignment, quality of tack welds, their root penetration section and cleaning
and freedom from crack. Any substandard tack weld shall be cut out and
remade upto the standard before starting the welding.

5.0 MS PIPE JOINTS :

5.1 The ends of pipes 3/16 inch and under in wall thickness need not to be
beveled. The ends of all pipes over 23/16 inch wall thickness shall be beveled
to an angle to 30 degrees for electric arc welding. Where bevel is made with
cutting torch, the cut edge shall be mechanically cleaned to remove all scale,
oxides and irregular edges.

5.2 In aligning the ends of pipes for welding a space at the root of the joint
ranging from 1/16 to 5/32 inch shall be allowed before tack welding. Where

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 64

chill rings are used, spacing upto 3/16 should be allowed.

5.3 While practical aligning, clamps should be used and the ends shall be tack
welded to retain their position during welding. The number of tacks welds shall
be not less than 3 for pipe from 2 inches upto and including 8 inches and not
less than 4 for pipe above 8 inches. The tack welds shall be approximately 1
inch long and when fused along the sides of and to the bottom of “V” or
groove.

5.4 The weld shall thoroughly fused to both sides of the “V” or groove and through
the bottom of the joint. The pipes shall be welded with three runs of weld.
There shall be good fusion between each and the scale shall be thoroughly
removed from the surface of each bead or layer of scaling or moderately
peeing before next one is applied. Any cracks occurring, tack welds shall be
chipped out before welding is continued. Special care will be exercised to
remelt the tack welds, fusion them with the weld.

5.5 Where the pipe can be turned, all welding shall be carried out in the down
hand position.

5.6 The finished weld shall be uniform as to reinforcing and width and be generally
smooth as to finish. There shall be no overlapping or excessive undercutting of
the pipe at the edge of the weld.

6.0 RISER AND BRANCH CONNECTIONS :

6.1 The end of the riser or branch connection and the opening in the line or
header shall be prepared by gas cutting or machine along templates lines.
After gas cutting the edge forming the pipes opening shall be beveled so as to
permit welding to the bottom of and completely around, the joint for setting in
connections. Any rough gas cut edge shall be cleaned and or removed by
chipping or other mechanical means. The riser may be fitted inside the
opening in the header, or set in top. In the latter case, the branch shall be
beveled for welding. It is preferable to have the riser at least size smaller than
the header but risers of the same sizes as the headers are permitted. The use
of welding toes in such cases is recommended.

6.2 After beveling the work shall be assembled and checked as regards matching
of ends, uniformity of spacing and bevel angle and any defects noted shall be
corrected prior to welding.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 65

6.3 The joint shall be tack welded in a manner similar to that required for “pipe
line joint”.

6.4 Where the riser is set in, the weld shall be thoroughly fused to both the
beveled edge of the header and to the side walls of the riser. Where the
branch or riser is beveled for setting on top of opening care shall be exercised
to penetrate well, metal shall be fused through at the root. Where the riser is
placed on the top of the header it should be back welded on the inside
wherever possible.

6.5 Where recessed coupling are used the recessed and shall be completely out
away so as not to form any part of the welded joint.

6.6 All set in connections shall be prepared so that the ends are at least finish with
the inside wall of the header.

6.7 In the case of an off set riser subjected to excessive stresses, knee braces
gaskets shall be used.

7.0 SUPPORTS

7.1 Pipe supports should be provided (I) near changes in direction, branch lines
and particularly near valve (ii) on pipe and not on valves, fittings or expansion
joints (iii) on pipes and not on sharp radius bends or elbows (iv) on runs which
do not require frequent removal for maintenance (v) As close as practical to
heavy load connections such as vertical runs which do not require frequent
removal for maintenance (vi) as close as practical heavy load concentration
such as vertical runs branch lines, heavy valves, separators, strainers etc. and
as per direction of site engineer.

7.2 In establishing the location of pipe supports the engineer should be guided by
two requirements (I) The horizontal span must not be so long that sag in the
pipe will impose an excessive stress in the pipe wall and (ii) the pipe line must
be pitched downward so that the outlet of such span is lower than maximum
sag in the span in order to facilitate drainage. The following table gives the
spacing for standard weight pipe supports. This tabulation assumes that
concentrated loads such as valves and flanges are separately supported. The
spacing is based on the pipe filled with water.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 66

Normal pipe
80 100 150 200 250 300 350 400 450 500 600
size in mm

Max. span
3.66 4.27 5.18 5.79 6.71 7.01 7.62 8.23 8.53 9.14 9.75
in M

7.3 The height of supports shall be adjusted so as to suit the pipeline gradient
required and also the pipe work installed at G.L. should have a minimum
distance of 300mm from the underside of the pipe to the ground. This enables
easy maintenance of the pipelines and fittings. Special consideration should be
given to the control valves etc. in pipe run.

7.4 Grade stakes set to correct levels shall be provided along the pipeline
alignment at suitable intervals for checking the levels of the pipe supports /
pipeline during constructions of supports / laying of pipeline.

7.5 Due care shall be taken while laying the pipeline on the supports. Any damage
caused to supports shall be made good by the contractor and no claim
whatsoever shall be entertained by the Corporation on this account.

7.6 Cement concrete pipe supports are to be provided with properly designed
foundation. Sliding contact between the support and the pipe may be achieved
by providing a piece of cross pipes of 25mm to 40mm dia fixed on top duly
embedded in cement concrete.

8.0 HYDRAULIC TEST :

8.1 On completion of laying of entire pipeline system / past system all open
flanges except one on the line shall be blanked off with blank flanges.

8.2 The trenches shall be kept free of water and the pipeline surface dry. The
pipeline shall be filled with water and the pressure built up by means of test
pump with a gauge to the specified pressure in the work order item.

8.3 A test pressure of 10.5 Kg/sq. cm for minimum (15 kg/sqcm for fire hydrant
line) period of 24 Hrs shall be maintained. The hydrostatic test shall be
considered positive only if there is no drop in pressure at the end of the
specified period.

8.4 All welded and flange joints and the seam welds on the ERW pipes shall be
inspected for leaks.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 67

8.5 Leaky joints shall be repaired by chipping or gauging out such defects as
required and rewelded. The cut out of the joints shall be just sufficient to
correct the defect. After repairing the leaky joints, the line shall be rated to
prescribed pressure. No claims for expenditure incurred by the contractor
towards such repairs of defective work and retesting shall be entertained by
the Corporation.

8.6 After test, the water shall be completely emptied out and the line shall be
made free of water.

9.0 PAINTING OF PIPING SYSTEM :

9.1 This specification defines the requirements for surface preparation, selection
and application of paints, on piping and steel structure etc.

9.2 The following surfaces and material shall require painting :

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

b. All above ground piping and fittings including identification marks.

c. Painting of valves.

d. Identification colour bands and directions on all piping as required.

e. Supply of all primers, paints and all other material required for
painting.

9.3 Painting shall be done only after the mechanical completion and testing on
systems are completed.

9.4 The paint manufacturer’s instructions shall be followed as far as practicable at


all times unless otherwise directed by site engineer.

9.5 All tools, brushes, rollers, spray guns, hand/power tools for cleaning and all
equipment, scaffolding material etc. required to be used for painting shall be
suitable for the work and all in good order and shall be arranged by the
contractor at site and in sufficient quantity at his own cost.

9.6 Surface preparation - Mill scale, rust, rust scale and foreign matter shall be
removed fully to ensure that, a clean and dry surface is obtained. All other
containment, oil, grease etc. shall be removed by use of an aromatic solvent
prior to surface cleaning.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 68

9.7 The first coat of primer must be applied by brush on dry surface immediately
and in case within 4 hours of cleaning of surface.

9.8 Paint material - Contractor shall furnish the characteristics of all paints from
manufacturers indicating the suitability for the required service conditions,
Primer & furnish coats shall be a first class quality and shall confirm to the
following :

a) One coat of Zinc Ethyl Silicate primer (P1) to average DFT of 75 microns

b) One coat of 2 pack Epoxy- Polyamide MIO (U1) to a DFT of 110-120


microns

c) Finish paint of two coats of 2 Pack Aliphatic Acrylic Polyurethane paint (F1-
of approved colour) to DFT of 30-35 microns per coat

d) Colour coding of pipelines for products, names, directions etc.

e) The surface preparation shall be SA2 1/2.

Manufacturers - The paint shall confirm to the specifications given above and
first class quality in their products range of any of the following :

a. M/s Asian Paint India Ltd.

b. M/s Berger Paints India Ltd.

c. M/s Bombay Paints.

d. M/s CDC Carboline, Madras.

e. M/s. Goodless Nerolac Paints Ltd., Mumbai.

f. M/s. Garware Paints Ltd., Mumbai.

g. M/s. Shalimar Paints Ltd., Mumbai.

h. M/s. Solvosol Paints Pvt. Ltd. Hyderabad.

i. M/s. Grand Polycoats Co. Pvt. Ltd., Vadodra

10.0 GENERAL SPECIFICATION FOR MATERIALS:

10.1 Unless mutually agreed otherwise the material for the fabrication & laying of
pipeline work, shall conform to Indian standards where applicable.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 69

10.2 Other Materials

a. Material : Seamless Pipes for Steam/ Condensate


line.

Code : ANSI B 36.10 (Note 1)

Rating : ½” to 1½” Pipe Size–Sch.80, Material A-106


Gr.B

2” to 8” Pipe Size – Sch.40, Material A-53 Gr.B

Makes : 1. Maharashtra Seamless

2. Kalyani Seamless

3. Ratnamani Metal Tubes

b. Material : Seamless Pipe Fittings for Steam/


Condensate line.

Size Material
Item Rating Ends
(NPS) Specifications

Pipe Nipples ½”-2” Sch. 80 Plain/ Same as per Pipeline


Threaded

Unions/ Plugs/ Cap/ ½”-2” Class-300 Socket weld/ A-105 Gr.2 Forged
Outlets/ Fittings Butt weld/ Steel/ SA-234 GR
Screwed/ Plain WPB for 2” T Elbow
both ends & fittings

Flanges (SORF) ½”-2” Class-150 -do- -do-

Steam Traps 1” Class-150 Screwed Mechanical ball float


type CI body with SS
internal, built in air
vent, Spirax Sarco
CT-30 or equivalent

Y-Strainer 1” Class-150 Screwed Cast Steel, 20 mesh


SS Screw, Spirax
Sarco Type CT or
equivalent

Gaskets ½”-2” Class-150 Flexible style “CG”


Spiral wound gasket

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 70

with centring ring or


approved equivalent

Bolting Studs A-193 Gr B7, Alloy


stud bolts, cadmium
plated or galvanized

Gate Valve/ Globe ½”-1½“ Class-800 Socket Welded Forged Steel


Valve/ Check Valve
2”-12” Class-150 Socket Welded Cast Steel

c. VALVES

Design Conditions

Fluid : Finished Lube Oil

Design : Pressure 7.5 kg/Sq.CM

Pressure rating : Class 150#

Temperature : 50 Deg. C

d. GATE VALVE

1.0 Basic Specification : API - 600

2.0 Basic Rating : Class 150#

3.0 Construction

3.1 Bonnet : Bolted bonnet, outside screw &


Yoke type with rising stem

3.2 Wedge : Solid Wedge

3.3 Ends : Flanged to ANSI B16.5, CI-150,


RF, serrated finish

3.4 Seat ring : Renewable

3.5 Backseat : Renewable

3.6 Hand Wheel : Required

4.0 Material

4.1 Body : Carbon Steel to ASTM A 215 Gr.


WCB

4.2 Bonnet : same as Body

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 71

4.3 Wedge : 13% Cr.

4.4 Stem : AISI- 410, 13% Cr.

4.5 Body seat ring : A 105/ A216 Gr. WCB, Stellited

4.6 Gate : A216 Gr. WCB 13% Cr faced

4.7 Stem Packing : Impergnated braided Asbestos.

4.8 Bonnet bolts : A 193 Gr. B 7

4.9 Bonnet nuts : A 194 Gr. 24

4.10 Bonnet Gasket : Spiral wound SS 304 with


compressed Asbestos filler.

5.0 Testing & Inspection : As per API 598 (all tests)

e. CHECK VALVE

1.0 Basic Specification : API - 594

2.0 Basic Rating : Class 150#

3.0 Construction

3.1 Body : Cast Steel

3.2 Ends : Flanged to ANSI B16.5, CI-150,


RF, serrated finish

3.3 Type of Disc : Dual Plate

4.0 Material

4.1 Body : Carbon Steel to ASTM A 216 Gr.


WCB

4.2 Cover : same as Body

4.3 Disc : ASTM A216 Gr. WCB, 13% Cr.


Faced

4.4 Body seat ring : ASTM A216 Gr. WCB, Stellited

4.5 Disc Hinge pin : 13% Cr.

5.0 Testing & Inspection : As per API 598 (all tests)

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 72

f. FILTERS / STRAINER

1.0 Type : Basket Type / V Type

2.0 Liquid : Finished Lube Oil

3.0 Construction : Plate Fabricated

4.0 Design Standard : IS-2825

5.0 Screen Perforation : 1/8" (3.15mm)

6.0 Design pressure : 10.5 kg/ sq. cm

7.0 Design flow thro' strainer : 600 LPM.

8.0 Allowable pressure Drop

Clean Condition : 1.00 PSi

50% clogged condition : 2.00 Psi

9.0 Material of Construction

Shell : IS 2062 or equivalent

Screen : SS 304 (min 14 SWG thick)

Flanges : fabricated from IS-2062

10.0 End connection : 100 NB flanged

11.0 Accessories

a) Drain and vent connection with isolation valves

b) Counter flange with nuts and bolts.

c) Lifting eye bolts

d) Any other, as required for safe and trouble free


operation and maintenance.

12.0 Testing and Inspection

a) Inspection and testing shall be carried out as per


latest standard.

b) Visual and Dimensional Check

c) Hydro testing

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 73

d) Report to be submitted for hydro-testing, chemical


and physical testing

e) Radiographic tests for weld joints.

f. THERMAL CONTROL STEAM VALVE WITH SENSOR

1.0 Fluid : STEAM

2.0 Operating Pressure : Class -150

3.0 Pressure Rating : Class – 150

4.0 Cut Off Temp. Range : 40ºC – 105ºC

5.0 Make : SPIRAX

6.0 Type : NS Double seat for heating, TR-121


with adjustable temperature

7.0 Scope of Supply : Control valve with sensor, capillary


tubing of required size & length with
all fixing items required at site to fix
valve in steam line.

g. PRESSURE GAUGE (150MM)

Type - Direct reading Type

Mounting - Local

Dial - 100mm non rusting black numerals


on white

Case Material - Stainless Steel

Bezel - Stainless Steel

Blow out protection - at back of neoprene

Lens - Clear shatter proof toughened glass

Pressure element - Bourdon of SS

Socket - SS 316

Movement material - SS 304

Pointer - With micrometer screw for zero


adjustment

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 74

Process connection - ½" NPT M Bottom

Over range protection - as per IS 3624

Enclosure - Weather proof to IP-55 or more

Pressure range - 0 to 16 kg/sq.cm.

h. TEMPERATURE GAUGES

Temperature range - 0 to 100 Deg. C

Dial Size - 100mm Dia.

Dial Colour - White with black letters

Accuracy - ± 1 % of FSD

Minimum graduation - 1 deg C

Enclosure - SS weather proof to IP 55 min.

Mounting - Surface or projection with bottom


Entry

Connection - Size Manufacturer's standard

Capillary - SS - 316 armoured

Filling - SAMA class VB

Standard fitment - micro adjustable pointer

Thermowell material - SS 316

Thermowell to process flanged nozzle connection 1½" ANSI-150# RF


(Flanged nozzle length 200mm ).

i. TEMPERATURE SAFETY VALVE

Process data :

Fluid : Finished Lube Oil

Pressure Normal /Max : 6.0/ 10.5 Kg/m2

Temperature Min/Max : 0º C – 55º C

Set value : 7.0 Kg/m2

Orifice area : 38.0mm2 approx. or Nearby mfr. Std.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 75

Connection : 1" ANSI - 150 RF x 1" ANSI -150 RF

Material :

Body : A105/WCB

Nozzle : AISI - 316

Nozzle ring : AISI - 316 /304

Disc : AISI - 36 or better.

Spring : Cd plated C.S./SS -316

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 76

THIRD PARTY INSPECTION


Third party inspection is required for all supply items in the schedule and final Certification of quantity of entire job as per schedule of works / specification / tender
conditions to be vetted by Third Party. Before positioning of material at site, all materials procured have to be inspected by Third Party Agency and inspection report is
required against every consignment as per the tender requirement. The payment for engaging the third party agency is to be made by the contractor and confirmation
of settlement for the payments made to the third party may be submitted to the Site Engineer. The materials required to be inspected are as follows.

Sr. Shop TC of Hydro Performance Final Quality &


Item Drawing Visual Dimensions Remarks
No. Test Mfr. Test Test Qty check at site

1 Tanks X X X X X X

2 Steel Plates X X X X

3 Radar gauge X X X X X X

4 Pump X X X X X X X X

5 Valves/ Strainer/ Trap X X X X X X X

6 Flow- Tees X X X X X X X

7 M.S. pipes and fittings X X X X X

8 M.S. Flanges X X X X X

9 Gasket X X X X X

10 Bolt, Nuts and washers X X X X X

11 Protective coating & Appliance X X X X X X X To be examined as per


manufacturer's specification

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 77

Note

1. X - to be carried out by third part inspection agency.

2. Shop test only indicates whether the tests as defined like visual, dimensional, hydro test and performance test shall be carried out at shop.

NOMINATED THIRD PARTY AGENCIES

1. M/S. BUREAU VERITAS INDUSTRIAL SERVICES

2. M/S. PDIL

3. M/s. MECON

4. M/s. CERTIFICATION ENGINEERING INIDA LTD.

5. M/s. DNV

6. Any other nominated agency by the OWNER.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 78

STRUCTURAL WORKS
1.0 The contractor is expected to visit the site before quoting to get himself acquainted
with the site conditions such as availability of water, power, approach road etc. The
contractor shall be entirely responsible for provision of all such items. No delay
whatsoever shall be entertained on this account.

2.0 The temporary fire screen wall shall be of the specified dimension in the schedule,
made with corrugated GI sheets using suitable steel sections or steel tubular structure
frame works as per IS 800 with adequate structural stability against maximum wind
pressure at the location including winds of short duration as specified in IS 875 as well
as dead load etc. The foundation should be adequately designed to avoid settlement
and overturning etc. Since the screen wall is required basically to protect the adjoining
tanks and the facilities installed in the licensed premises from the hot work to be
carried out in this work, no holes, no openings shall be permitted in the screen wall.
The design of the screen wall shall be got approved for the stability/ safety from the
registered structural engineer and two copies of the same are to be submitted after the
scheme of the wall is approved from IOC. Any damage/ losses caused to the
corporation due to faulty workmanship of the screen wall, shall be borne by the
contractor. The screen wall shall be dismantled and taken away by the contractor
immediately after completion of work and shall remain contractor’s property.

3.0 For the purpose of payment against item of supply, fabrication and erection of steel of
all types, the weight shall be physically/ mathematically calculated based on the
sections given in standard steel tables. The net fabricated dimensions edge to edge
shall be taken in account. The measurement shall exclude any allowances for wastage
and weld metal etc.

4.0 The drawings supplied by the corporation for a model location are only for basic
reference which shall be returned back to the corporation immediately on approval of
scheme and system design by the registered structural engineer. On approval of the
scheme/ system the contractor is required to submit the certificate of stability/ safety
from the registered structural engineer in duplicate and one tracing along with 5 prints
and a CD to the corporation before commencement of work.

5.0 The structural (contractor’s scope of supply) for the proposed works for all types of
steel sections are to be painted as per the specification given under the paint
specifications head and should be so stored and handled at the site that the members
are not subjected to excessive stresses and damages.

6.0 During erection the steel work shall be securely bolted or otherwise fastened and
wherever necessary, properly braced to provide for all loads to be carried by the

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 79

structure during erection including load of equipment and winds. No permanent bolting
or welding should be done until proper alignment is obtained.

7.0 All structural attachment shall be welded by the metal arc or submerged arc process.
The welding may be performed manually, automatically or semi-automatically using
suitable equipment. The electrodes used shall be in accordance with AWS-E6012/ 13/
14, acid covered electrodes for metal arc welding of mild steel. They shall be stored in
dry place in their original packets or cartons.

8.0 Our engineers shall have free access at all reasonable time for inspection of all parts at
the manufacturers works which are connected with the fabrication of the steel work
and shall be provided all reasonable facilities for satisfying him that the fabrication is
being undertaken in accordance with provision of this contract.

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

10.0 Should any structure or a part of structure be found not to comply with the any of the
drawing or 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 defect as rectifiable.

11.0 Defects which may appear during fabrication shall be made good by the contractor
according to the procedure laid down by the corporation.

12.0 The suitability and capacity of all plants and equipment used for fabrication and
erection shall be to the satisfaction of site engineer, and a list of all such equipment
used for the fabrication and erection should be submitted by the contractor to the site
engineer.

13.0 The earthing provided to the structure shall be tested with 3 point megger to give
correct reading and a certificate from a licensed electrician is to be submitted.

14.0 Welders employed on the job should have test certificate issued as per provision under
API-650 section 7 welding procedure and welder qualification. Also refer IS 817. In
absence of this, testing of welders shall be done in accordance with above. Welders
test certificate is treated invalid if he has not done welding for continuous six months.
Fresh test certificate is to be obtained before carrying out welding again by him.

15.0 Temporary structural scaffolding arrangement for painting the TLF and Pump house
structural should be of safe design to ensure safety of the workers. On removal of the
scaffolding materials, the contractor is require to make good the damages.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 80

SPECIFICATION FOR PAINTING WORK

1.0 PAINTING OF STRUCTURAL MEMBERS

1.1 This specification defines the requirements for surface preparation, selection
and application of paints, on piping and steel structure etc.

1.2 The following surfaces and material shall require painting :

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

b. Supply of all primers, paints and all other material required for
painting.

1.3 Painting shall be done only after the mechanical completion.

1.4 The paint manufacturer’s instructions shall be followed as far as practicable at


all times unless otherwise directed by site engineer.

1.5 All tools, brushes, rollers, spray guns, hand/power tools for cleaning and all
equipment, scaffolding material etc. required to be used for painting shall be
suitable for the work and all in good order and shall be arranged by the
contractor at site and in sufficient quantity at his own cost.

1.6 Surface Preparation may be undertaken manually/ mechanically, with the help
of mechanical tools along with manual chipping and wire brushing to remove
loose rust and mil scale to st.2 Swedish SIS 05 5900

1.7 Paint Application Methods

1.7.1 Painting of all structural members is to be done by conventional spray


method with external mix nozzles unless otherwise specified.

1.7.2 The DFT of the surface is to be achieved as mentioned in the schedule


for various paint applications.

1.7.3 Painting with brush will only be permitted where it is practically not
possible to use the spray technique for primer coat of DFT less than 50
micron per coat . In case of painting with brush, dipping the brush
deep into the paint should be avoided. The brush should be tapped on
the side of the can to distribute the paint among the bristles. The
painter should work in strips about a foot wide and spread the paint

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 81

crosswise. Paint coats should be smooth and should not show any
trace of brush marks. The brushes used for painting shall confirm to
IS-384.

1.7.4 The DFT is to be checked with electronic type Alcometer which the
contractor has to arrange at site.

1.8 Paint System

Surface to be painted Steel structurals

FIRST TIME PAINTING REPAINTING

Surface preparation Blast clean to SA-2½ Clean to SSPC SP 2

Paint system a) One coat of Zinc Ethyl One coat of Mastic coating

Recommended Silicate primer (P1) to (30-35 µm each) + two coats

average DFT of 75 microns of 2 Pack Aliphatic Acrylic

Polyurethane paint (F1-of


b) One coat of 2 pack Epoxy-
approved colour) to DFT of
Polyamide MIO (U1) to a DFT
30-35 microns per coat
of 110-120 microns

c) Finish paint of two coats of

2 Pack Aliphatic Acrylic

Polyurethane paint (F1-of

approved colour) to DFT of

30-35 microns per coat

1.9 PAINTING MANUFACTURERS

An indicative list given below of paint manufacturers whose products


conforming to the respective qualities specified herein maybe considered for
use. However, site engineer reserves the right to reject any material of these
manufacturers which do not conform the specifications

a. M/s Asian Paint India Ltd.

b. M/s Berger Paints India Ltd.

c. M/s Bombay Paints.

d. M/s CDC Carboline, Madras.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 82

e. M/s. Goodless Nerolac Paints Ltd., Mumbai.

f. M/s. Garware Paints Ltd., Mumbai.

g. M/s. Jehnson & Nicholson (India) Ltd., Calcutta.

h. M/s. Shalimar Paints Ltd., Mumbai.

i. M/s. Solvosol Paints Pvt. Ltd. Hyderabad.

j. M/s. Grand Polycoats Co. Pvt. Ltd., Vadodra

1.10 GUARANTEE FOR SIXTY MONTHS FOR PAINTING WORKS TO BE


SUBMITTED BY THE PARTY.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 83

DATA SHEET FOR PRODUCT LUBE OIL PUMPS

PUMP DETAILS FLUID DETAILS

Capacity 5 NOS. - 600 LPM Type of Fluid Lube Oils

1 NO. – 250 LPM

Head 25 MWC Specific Gravity 0.99 to 1.2

Type of pump Twin Screw Viscosity 7 - 600 CST

Drive Motor Operated

Quantity 5 NOS. - 600 LPM

1 NO. – 250 LPM

Drive Motor Driven

Mounting SKID

OPERATING PARAMETERS END CONNECTIONS

Suction 600 LPM - Flooded Suction Flanged

250 LPM – from


barrel / drum

Delivery Horizontal Delivery Flanged

Temperature 15 – 65 Deg. C Rating # 150

Type ANSI B 16.5

Suction pipe 600 LPM - 100 NB

250 LPM – 37 NB

Discharge pipe 80 NB

MATERIAL OF CONSTRUCTION DRIVE DETAILS

Casing Vendor to Specify Drive Electric Motor

Rotor Vendor to Specify Classification Zone – 1

Shaft Vendor to Specify Flame Proof Yes

Coupling Vendor to Specify Power 415 V 50 Hz

Gears Vendor to Specify Motor Power Vendor to Specify

Mounting Horizontal

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 84

DATA SHEET FOR AGITATOR

S.NO. DESCRIPTION IOCL REQUIREMENT/SPECIFICATION

01 TYPE OF AGITATOR VENDOR TO SPECIFY

02 AGITATOR TO BE INSTALED 20 KL BLENDING KETTLE & 500 L DOSING


KETTLE

03 MAKE VENDOR TO SPECIFY

04 MODEL VENDOR TO SPECIFY

05 LIQUID TO BE HANDLED LUBRICATING OIL/HBF & KOOLANT

06 NUMBER TO BE SUPPLIED 1 NO. FOR 20 KL BLENDING KETTLE, 1 NO.


FOR 12 KL BLENDING KETTLE & 1 NO. FOR
500 L DOSING KETTLE

07 VOLUME OF TANK WHERE MIXING 1 X 20 KL BLENDING KETTLE, 1 X 12 KL


IS TO BE DONE BLENDING KETTLE & 1 X 500 L DOSING
KETTLE

08 APPROX DIA OF TANK AS PER SCHEDULE OF WORKS

09 APPROX HEIGHT AS PER SCHEDULE OF WORKS

10 VISCOCITY RANGE 7-250 CST

11 SP.GR RANGE 0.99 – 1.2

12 OPRATING TEMP RANGE 15 DEGREE C TO 65 DEGREE C

13 TYPE OF GEAR BOX VENDOR TO SPECIFY

14 POWER REQUIREMENT VENDOR TO SPECIFY

15 TYPE OF COUPLING OF GEAR BOX VENDOR TO SPECIFY

16 MOUNTING FROM TOP

17 BASE PLATE MILD STEEL

18 TYPE OF BEARING OF THE VENDOR TO SPECIFY


AGITATOR

19 TYPE OF IMPELLER VENDOR TO SPECIFY

20 BODY OF THE AGITATOR VENDOR TO SPECIFY

21 TYPE OF MOUNTING/STRUCTURE VENDOR TO SPECIFY

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 85

S.NO. DESCRIPTION IOCL REQUIREMENT/SPECIFICATION

22 TYPE OF MOTOR-NON FLP VENDOR TO SPECIFY

23 POWER REQUIREMENT VENDOR TO SPECIFY

24 RPM OF MOTOR VENDOR TO SPECIFY

25 MAKE OF GEAR BOX VENDOR TO SPECIFY

26 MAKE OF MOTOR VENDOR TO SPECIFY

Tenderer is to verify the specification of Pump & Agitator as per product to be


handled, so that functional requirement is met. The data given is tentative only and
tenderer is to check the functional requirement of the Pump & Agitator in liasioning
with IOCL and Pump & Agitator manufacturer.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 86

APPROVED MAKES

S.
Item Description Approved Make
No.

CIVIL WORKS

1 Tiles (Terrazzo, Mosaic, Nitco/ Bharat/ Dura/ Modern or equivalent (to be approved
Chequered Plain cement) by IOCL)

2 Ceramic Tiles - White/ Coloured Somani Pilkington, Nitco, Bell, Johnson, Kajaria, Euro
Glazed Tiles Merchandise (India) Ltd. or equivalent (to be approved by
IOCL)

3 Vitrified Tiles Somani Pilkington, Bell, Nitco, Kajaria, Marbonite, Johnson,


Euro Merchandise (India) Ltd. or equivalent (to be approved
by IOCL)

4 Ceramic Tiles (Non-Glazed) Somani Pilkington, Bell, Johnson, Spartek, Regency, Kajaria,
Nitco, Euro Merchandise (India) Ltd. or equivalent (to be
approved by IOCL)

5 Waterproofing Tiles (West Coast IS Makes or equivalent (to be approved by IOCL)


Tiles)

6 PVC Antistatic Flooring/ Tiles Marblex, Premier Vinyl, Krishna Vinyl or equivalent (to be
approved by IOCL)

7 Cement Tiles Nitco, Dura, Modern or equivalent (to be approved by IOCL)

8 Flush doors & Plywood products Sitaboard , Anchor, India Plywood Mfg. Co. or equivalent (to
including Teak Particle Boards) be approved by IOCL)

9 Steel doors, Windows and Agew Steel, Sen Harvic, Steelage India, Raymos or
Ventilators equivalent (to be approved by IPCL)

10 Aluminium Doors, Windows, Jindal, Hindalco, Indal, ECIE or equivalent (to be approved
Partitions sections by IOCL)

11 Rolling Shutter & Grills As per IS Codes or equivalent (to be approved by IOCL)

12 Waterproofing Compound Fosroc, Multiplas, Pidilite, Cico No.1, Impermo, Acco-proof,


STP, Impermo, Llyod, ACC or equivalent (to be approved by
IOCL)

13 Hardners Ironite, Fosroc, Hardonite, Walia, Cecco, Ciba Geigy, Pidilite


or equivalent (to be approved by IOCL)

14 Paints & Distempers Jenson & Nicholson, Berger, Asian Paints,Bombay Paints,
CDC Carboline, ICI, Goodlass, Nerolac, Garware, Shalimar,

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 87

S.
Item Description Approved Make
No.

Solvosol, Grand Polycoats or equivalent (to be approved by


IOCL)

15 Red Oxide Zinc Phosphate Primer Shalimar, Asian Paints, Berger, Bombay Paints, CDC
Carboline, Nerolac, ICI, Garware Paints or equivalent (to be
approved by IOCL)

16 Waterproof Cement Paint Supersnowcem, Nitcocem, Nitcote, Acrocem, Surfacem,


Apex or equivalent (to be approved by IOCL)

17 Marking Compound Shalimar/ MRF or equivalent (to be approved by IOCL)

18 Glass Modiguard, Ashahi, St. Gobin or equivalent (to be approved


by IOCL)

19 Door Closers, Floor Springs Everite, Godrej, Garnish, Efficient Gadgets, Sandhu or
equivalent (to be approved by IOCL)

20 A.C. Sheets, Fittings & Fixtures Everest, Charminar, Uppal or equivalent (to be approved by
IOCL)

21 Interlocking Paver Block Conwood Pre-fab Pvt. Ltd., Vyara tiles, Nimco, KK, Comt,
Ravindranath & Sons or equivalent (to be approved by
IOCL)

22 False Ceiling Sheets – Canopy Luxalon, Hunter Douglas, Harsons, Meta Craft, Trac-

Precoated Interarch, Specotech, Sonex or equivalent (to be approved


by IOCL)

Non Metallic Anchor, Sinxtex or equivalent (to be approved by IOCL)

23 Roofing Sheet for Canopy Jindal, SAIL, TATA, Interarch, Nippon Deno, Llyod,
Specotech, Sonex, Multicolor or equivalent (to be approved
by IOCL)

24 Permoulder Joint fillers STP ltd. or equivalent (to be approved by IOCL)

25 Sealing Compounds FOSROC, Apoorva, STP, Pidilite or equivalent (to be


approved by IOCL)

26 Bitumen Sealents FOSROC, STP or equivalent (to be approved by IOCL)

27 PVC Door / Windows Sintex, Rajshree or equivalent (to be approved by IOCL)

28 HDPE Water Tanks Sintex , Uniplas, Unitank, Devi Polymer, Prakash, Diplast or
approved ISI equivalent (to be approved by IOCL)

29 G.I. Sheet TATA, Jindal ,Bhushan , Essar, Lloyd or equivalent (to be


approved by IOCL)

30 PVC Pipe & Fittings Finolex, Supreme, Prince, Surya or equivalent (to be

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 88

S.
Item Description Approved Make
No.

approved by IOCL)

31 Submersible Pump KSB, Crompton, CRI or equivalent (to be approved by IOCL)

32 Structural Steel Tata, Vizag, SAIL, IISCO, JISCO, Jindal, Essar, Rathi or
equivalent conforming to IS 808 (PartI). Angle upto 50x50,
Channels upto 75 x 40mm, Flats & Square bars to be of ISI
make or equivalent (to be approved by IOCL)

33 Tubular Section Surya Roshini, Saw Pipe, Jindal, TATA, SAIL, IISCO or
equivalent (to be approved by IOCL)

34 Reinforcement Steel TATA, SAIL, Rathi, Amba, Barnala, Kamdhenu, Vizag or


eauivalent (to be approved by IOCL)

35 Cement ACC, L&T, JK, Birla, Sriram, Jaypee, Ambuja, Ultratech,


Lakshmi, Bangur, Binani, Grasim, India Cements, Siddhi or
equivalent (to be approved by IOCL)

36 White Cement JK, Brila or equivalent (to be approved by IOCL)

37 Anti-Termite Treatment Pest Control (India) Ltd., Aristo Chemica or equivalent (to
be approved by IOCL)

38 Chromium plated bath/ fitting Plumber, Essco, Jaquar, GEM, SS or equivalent (to be
approved by IOCL)

39 G.I. Pipe Surya Prakash, TATA, Jindal or equivalent (to be approved


by IOCL)

40 Kerb Stone Nimco Prefab, KK Manholes, Allied Engineers or equivalent


(to be approved by IOCL)

41 Plywood National, Kitply, Green ply or equivalent (to be approved by


IOCL)

42 Particle Board/ Pre-laminated Novapan or equivalent (to be approved by IOCL)

43 Flush Doors Sitapur, Swastic, Duratuf or equivalent (to be approved by


IOCL)

44 MDF Board Nuwud, Duratuf or equivalent (to be approved by IOCL)

45 Sun Control Film Garware Polyester or equivalent (to be approved by IOCL)

46 FRP TANK (15/20/30/50 KL) Graphite INDIA Ltd or equivalent (to be approved by IOCL.)

SANITARY WORKS

1 European Type Water Closet Hindware, Parryware, Neycer, Cera (Catlogue No as per
detailed specifications or equivalent (to be approved by

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 89

S.
Item Description Approved Make
No.

IOCL)

2 Orissa Type Water Closet Hindware, Parryware, Neycer, Cera (Catlogue No as per
detailed specifications or equivalent (to be approved by
IOCL)

3 Vitreous Chinaware Sinks Hindware, Parryware, Neycer, Cera (Catlogue No as per


detailed specifications or equivalent (to be approved by
IOCL)

4 Wash Basin Hindware, Parryware, Neycer, Cera (Catlogue No as per


detailed specifications or equivalent (to be approved by
IOCL)

5 Plastic Seat Cover Parryware, Patel, Barbie, Marshel or equivalent (to be


approved by IOCL)

6 Flushing Cistern Hindware, Parryware, Neycer, Cera (Catlogue No as per


detailed specifications or equivalent (to be approved by
IOCL)

7 Soap Tray Hindware, Parryware, Neycer, Cera, Chilli or equivalent (to


be approved by IOCL)

8 PVC Pipe Fittings Star, Prince, Supreme or equivalent (to be approved by


IOCL)

9 Tower Rail Metro, Parko, ARK, Soma, Essco, Chilli or equivalent (to be
approved by IOCL)

10 PVC Pipes TATA, Supreme, Finolex, Prince, Prakash, Surya or


equivalent (to be approved by IOCL)

11 CP Brass Spray Shower with ball & Metro, Parko, ARK, Soma, Essco, or equivalent (to be
socket approved by IOCL)

12 Paper Holder As per approved by Site Enginner

13 Floor Trap Cast Iron : IS Approved

CP Brass Fitting : Chilli

PVC: Prince, Kishan

14 Brass Float Valves with Copper Orient, Leader, Chilli or equivalent (to be approved by IOCL)
Floats

15 CP Brass Pillar Taps Metro, Parko, ARK, Soma, Essco, Gem, Chilli or equivalent
(to be approved by IOCL)

16 CP Brass Stop Cocks Metro, Parko, ARK, Soma, Essco, Gem, Chilli or equivalent

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 90

S.
Item Description Approved Make
No.

(to be approved by IOCL)

17 CI Frame & Cover for Inspection IS Approved or equivalent (to be approved by IOCL)
Chamber

18 Manholes in Sewer RFC, NECO or equivalent IS Approved or equivalent (to be


approved by IOCL)

19 Flush Valve Metro, Parko, Essco or equivalent (to be approved by IOCL)

20 Electric Water Heater Johnson, Inalsa, Crompton, Venus, Bajaj, Voltas or


equivalent (to be approved by IOCL)

21 PVC Waste Pipe Prince, Kishan or equivalent (to be approved by IOCL)

22 Locks Godrej, Harrison or equivalent (to be approved by IOCL)

MECHANICAL WORKS

1 Sprinkler & Accessories Jain, Premier, Elgi or equivalent (to be approved by IOCL)

2 Pipe-ERW, Black, GI, API Surya Prakash, Jindal, TATA or equivalent (to be approved
by IOCL)

3 Pipe fittings DRP Melleable, Fit-well Ind. or equivalent (to be approved


by IOCL)

4 Valve Flange- Check Valve, Gate Sant, Audco, Leader, GG, Orient, Hawa Valve (India) Ltd.or
valve, Globe valve equivalent (to be approved by IOCL)

5 Valve Screwed - Check Valve, Syall, Sant, Leader, Alto or equivalent (to be approved by
Gate valve, Globe valve IOCL)

6 PV Valves OPW, Pentatech or equivalent (to be approved by IOCL)

7 Nut & bolts Unbrako, TVS, GKW or equivalent (to be approved by IOCL)

8 Pressure guage Fiebig, Manometer or equivalent (to be approved by IOCL)

9 Painting for pipe line Asian Paints, Berger Paints, Nerolac, Jenson & Nicholson,
Bombay Paints, CDC Carboline, Shalimar, Grand Polycoats,
Coromondal Prodorite or equivalent (to be approved by
IOCL)

10 Wraping & coating STP Ltd. or equivalent (to be approved by IOCL)

11 Doping Agent STP Ltd, FOSROC or equivalent (to be approved by IOCL)

12 Digital type inflator ELGI, IRA, Automotive diagnostics,Protech Kac equipments,


Manatec electronics or equivalent (to be approved by IOCL)

13 Rubber hose pipe Dunlop, Swastik, Maxwel/ Gates, Markwel brand or


equivalent (to be approved by IOCL)

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 91

S.
Item Description Approved Make
No.

14 Compressed Asbestos Fibre Champion,Telborite or equivalent (to be approved by IOCL)


Gasket

15 Electrode ESAB, Advani, D&H, Hanovar, Mailam, Royalarc, Maruti


Weld, GEE Electrode, Anand Arch or equivalent (to be
approved by IOCL)

16 Ms Pipe Tata/ Sail/ Jindal/ Equivalent

17 Pump Rotodel /Varat Pump /Tushaco Pumps Ltd/ Ut Pump /Roto


Pump/ Juhnson/ Equivalent

18 Agitator Gear Box Greaves Cotton/ Allen Berry/Radicon/ Remi/ Equivalent

19 Motor Crompton Greaves/ Siemens/ Kirloskar/ Gec/ Equivalent

20 Ms Plate Tata/Sail

ELECTRICAL

1 1.1kV Power & Control cables Cable Corporation of India, RPG Cables, Nicco, Finolex,
Havells, Universal cables, Fort Glouster, Gloster, Rallison,
Polycab, Avocab, Skytone, Grandlay, Incab, Nicco, Kalinga,
Plaza, Paragon,National, L&T, Anchor, Standard, Delton or
equivalent (as approved by IOCL)

2 Cable glands Baliga, FCG, FDS, Victor, Comet, Gripwel, Braco or


equivalent (to be approved by IOCL)

3 Flame proof glands Comet, Sudhir, Switchgear, FCG, Flexpro, Baliga or


equivalent (to be approved by IOCL)

4 Lugs Dowells, Jainson or equivalent (as approved by IOCL)

5 Cable Jointing Kits Raycham, M Seal, Super Seal or equivalent (as approved by
IOCL)

6 MCCB, MCB, TPN, SP, ELCB, Siemens, Havells, MDS-legrand, L&T, Schneider, GE Power,
Motor Protection Circuit Breaker Hager, Datar, Sprecher+Schuh, HENSEL Electrical Power
Power Distribution Board, LDB Distribution Systems, Standard or equivalent (as approved
by IOCL)

7 Normal lighting fixtures, lamps Phillips, Crompton, Bajaj, Wipro or equivalent (to be
approved by IOCL)

8 Electronic ballast Phillips, Crompton, Bajaj, Wipro or equivalent (to be


approved by IOCL)

9 Flame proof lighting fixtures Sudhir Switchgear, FCG, Flexpro, Baliga or equivalent (to be
approved by IOCL)

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 92

S.
Item Description Approved Make
No.

10 Flame proof equipment Sudhir Switchgear, FCG, Flexpro, Baliga or equivalent (to be
approved by IOCL)

11 L.T. Capacitors Siemens, L&T, GE Power, Shakti, Khatau Junkar, Universal


or equivalent (to be approved by IOCL)

12 Switch fuse units, switches, Fuses, Siemens, Havells, MDS-legrand, Anchor, L&T, Alstom, C&S,
Change over switch, current AE, Rishab or equivalent (to be approved by IOCL)
transformer

13 Industrial socket outlets Crompton, Havells, MDS-legrand or equivalent (to be


approved by IOCL)

14 Decorative Switches, Sockets Anchor Roma, MK, Havells, Northwest, Toyama, Crabtree or
equivalent (to be approved by IOCL)

15 PVC & FRLS PVC wires Anchor, Finolex or equivalent (as approved by IOCL)

16 Ceiling/ exhaust fans/ Bracket Crompton, Orient, Usha, Bajaj, Havels, GE, Alstom, Khaitan
Mounted fans or equivalent (as approved by IOCL)

17 Octagonal Lightpole Bajaj, Phillips, Crompton, BPP, Ventura or equivalent (as


approved by IOCL)

18 Fire Extinghisher Ceasefire, Safex, Firetak or equivalent (to be approved by


IOCL)

19 Ammeter /Voltmeter AE, GEC, IMP, L&T, Rishab, Kaycee, Salzer or equivalent (to
be approved by IOCL)

20 LED Binay, Technik or equivalent (to be approved by IOCL)

21 Clip On type terminals Phoenix, Wago or equivalent (to be approved by IOCL)

22 Selector Switch/ Auto manual Kaycee, Salzer or equivalent (to be approved by IOCL)
switch

23 Servo controlled stabilizer/ CVT Logicstat, Blue bird, Jindal, AE, Bhurji, Santronics,
Kironotics, Ruptronic, Balaji or equivalent (to be approved
by IOCL)

24 Telephone Cable Doorvani, Delton, Finolam, Havells or equivalent (to be


approved by IOCL)

25 MS Fan Box Gupta, Homelite, PEW or equivalent (to be approved by


IOCL)

26 MS Junction Box Gupta, Homelite, PEW, Sudhir Switchgear or equivalent (to


be approved by IOCL)

27 Electronic Regulator Anchor Roma, Crabtree, Northwest, MK, Havells, Legrand,

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 93

S.
Item Description Approved Make
No.

Toyoma or equivalent (to be approved by IOCL)

28 PVC Conduits Prakash, VIP, Universal, Avon Plast or equivalent (to be


approved by IOCL)

29 Motor Starter L&T, LK, Crompton, Siemens or equivalent (to be approved


by IOCL)

30 Pumps (Jet/ Submersible) Usha, Crompton, Kirloskar, KSB, Batliboy, Tullu or


equivalent (to be approved by IOCL)

31 D.G. set Crompton, Kirlosker, Cummins, Jacksons, Sudhir, Mahindra,


Eicher or equivalent (to be approved by IOCL)

32 Water cooler Blue star, Voltas or equivalent (to be approved by IOCL)

33 Aquaguard, RO system Eureka forbes, ION-Exchange or equivalent (to be approved


by IOCL)

34 Air compressor ELGI, Ingersall-Rand, Kirloskar, KG Khosla or equivalent (to


be approved by IOCL)

NOTE:

ANY EQUIVALENT MAKE BEFORE INSTALLATION AT SITE, SHALL BE


APPROVED BY AUTHORISED REPRESENTATIVE OF INDIANOIL I.E. SITE
ENGINEER OR ENGINEER IN CHARGE IN WRITING.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 94

SPECIFICATIONS FOR FOUNDATION

1.0 GENERAL

1.1 Office and workmen accommodation and testing room

The contractor shall provide at his own expenses adequate close


accommodation for workmen and keep the same in good order in conformity
with bye-laws laid by the local bodies. The structures shall be removed on the
completion of work at contractors cost. All materials shall belong to the
contractor. A testing room/ lab is required for performing field density for sand
pad foundations.

All work shall be done according to the drawings and instructions of Site
Engineer and the contractor shall arrange to test materials and/ or portions of
the works at his own cost in order to prove their soundness and sufficiency. If
after any such test and in the opinion of the Site Engineer or portion of work is
found to be defective and unsound, the contractor shall pull down and re-
execute the same at his own cost. Defective materials shall be removed from
the site.

1.2 Clearing the Site

The site described and shown on the plans shall be cleared of all obstructions,
loose stones and materials, rubbish of all kinds. Also the contractor shall dress
the site after completion.

2.0 MATERIALS

2.1 Water

Water shall be from Municipal main or sweet tank or well, water storage
accommodation for the water shall be of sufficient size and as directed by Site
Engineer. The contractor shall make his won arrangement of supply of water
of execution of work.

2.2 Earth (for land development)

For filling shall be free from all rubbish organic or vegetable growth including
roots, weeds etc. All clots shall be first broken down.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 95

2.3 Sand (for land development)

Sand shall be clean river or pit sand of approved quality and free from grass,
roots, weeds and rubbish organic materials.

2.4 Medium to coarse sand ( for sand pad foundation)

Sand shall be clean river or pit sand of approved quality and free from grass,
roots, weeds and rubbish organic materials, salt, earth dust or other impurities.
If required by Site Engineer it shall be washed with clean water and not more
than 5% of fine materials/ silt will be allowed, as tested by settlement in water
and passing through 10,000 mesh sieves.

The grading of sand when determined as described in I.S. 383 shall be within
the limits given in table III below of grading zones I, II, III & IV. Where the
grading falls outside the limits of any particular grading zone of sieves other
than 600 micron IS sieve, by a total amount not exceeding 5%, it shall be
regarded as falling within that grading zone. This tolerance shall not be applied
to percentages passing the 500 micron sieve or to percentages passing any
other sieve size on the coarse limit of grading zone I or the finer limit of
grading zone IV.

TABLE FOR FINE AGGREGATES

Percentage Passing for

IS Sieve Grading Zone Grading Zone Grading Zone Grading Zone

Designation I II III IV

10mm 100 100 100 100

4.75mm 90-100 90-100 90-100 95-100

2.36mm 60-95 75-100 85-100 95-100

1.15mm 40-70 55-99 75-100 90-100

600 micron 15-34 35-59 60-79 80-100

300 micron 5-20 8-30 12-40 15-60

150 micron 0-10 0-10 0-10 0-15

However, for this job percentage passing for grading zone IV is applicable.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 96

2.5 Bricks

Bricks shall be hand moulded of best quality approved by the Site Engineer
from grit and other impurities, such as lime, iron well burnt, square with sharp
edges and shall give they shall be uniform size. No brick after 24 hours
immersion in water shall absorb more than 15% of its weight. Bricks used shall
be best available local bricks and shall have a minimum strength of 75kg/
Sqcm.

2.6 Bitumen

Straight run bitumen of penetration grade 60/70 of approved make.

3.0 WORKMANSHIP

3.1 Earthwork in excavation and back filling

The excavation shall be carefully carried out to levels, shapes and dimensions
as shown or figured on the drawings or as directed by Site Engineer. The
excavated materials shall be disposed at a place as desired by the Site
Engineer and properly leveled.

3.2 Trimming and leveling

The bottom of all excavations should be trimmed and leveled. Bottoms of the
excavated area shall be rammed and watered.

3.3 Land development

Before starting the land development work, joint levels with Site Engineer and
contractor’s authorised representative shall be taken at 5m interval. Contractor
shall arrange dumpy level, staff and manpower for this purpose. Contractor
shall also make permanent bench mark (brick pedestal with plaster and hard
top as per direction of Site Engineer. The levels shall be entered in level book
and signed jointly by Site Engineer and the contractors authorised
representative. Final levels shall be taken after the final layer has been fully
compacted. The payment shall be made for compacted thickness and no
shrinkage or compaction allowance will be considered.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 97

3.4 Method for sand test

The sand at site or laboratory shall be tested in accordance with IS: 2720 (Part
28)-1974. All stipulated test procedures shall be maintained at site in the
prescribed format as per I.S. code. For this job only core cutter test is
prescribed which shall be undertaken as per code of practice.

3.5 Brick on edge

3.5.1 Bricks

Bricks shall be as per para 2.5 as specified in the schedule.

3.5.2 Preparation of sub-grade

Sand will be properly watered and rammed hard. Nothing extra shall
be paid for this work.

3.5.3 Laying

Bricks shall be laid on edge in approved pattern. Before laying, the


bricks shall be well soaked in water. The bricks shall be laid dry and
joints shall be grouted with fine sand (as specified in schedule). The
thickness of the joint shall not be more than 6mm.

3.5.4 Pointing

Flush pointing : The mortar shall be finished off level to give smooth
appearance,. Care should be taken to avoid falling or sticking or
mortar to faces. Regular curing of pointing shall be done.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 98

SPECIFICATIONS FOR CIVIL WORKS

Notes :

a) These notes are applicable to all specifications of the items of works as mentioned in
the schedule of quantity and required during progress of work.

b) The work shall be carried out according to these specifications whether specifically
mentioned in the Schedule of quantities or not. No extra in any form will be paid unless
it is definitely stated as an item in the Schedule of Quantities.

c) The work shall be carried out in co-operation with contractors. The work shall be
carried on till it is completed satisfactorily. The contractor shall keep the other
contractors informed well in advance of the proposed programme of the work and shall
give adequate notice to enable them to carry out their part of work.

d) The work shall be related to the drawings which the contractor is presumed to have
studied. Nothing extra will be paid for any item on account of its shape, size, location,
or other difficult circumstances. Even if the schedule makes no distinction in its
description provided the item is shown in the drawings.

e) The source of materials stated in the specifications are those from which materials are
generally available. However, materials not confirming to specifications shall be
rejected even if they come from the stated sources. The contractor should satisfy
himself the sufficient quantity of material of acceptance specification is available from
the stated or other sources and should tender accordingly.

f) The requirements of these specifications shall be fulfilled by the contractor without


extra charge, i.e. the item rates quoted shall be deemed to have taken these
specifications into account.

1. GENERAL

1.1 Office And Workmen Accommodation And Testing Room

The contractor shall provide at his own expense adequate close


accommodation for workmen and keep the same in good order in conformity
with bye-laws laid by the local bodies. The structures shall be removed on the
completion of work at contractors own cost. All materials shall belong to the
contractor. A testing room will also be provided.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 99

1.2 Drawings, Instructions, Measurements

All work shall be done according to the drawings and instructions of the site
engineer and the contractor shall arrange to test materials and/ or portions of
the work at his own cost in order to prove their soundness and sufficiency. If
after any such test and in the opinion of the site engineer any work or portion
of work is found to be defective and unsound, the contractor shall pull down
and re-execute the same at his own cost. Defective materials shall be removed
from the site.

1.3 Temporary Protection

All trenches, walls, newly laid concrete or other works requiring protection
either from inclement weather or accidental injury shall be protected by means
of tarpaulin or in other way so as to keep the work immune from damage.
Nothing extra will be allowed on this account.

1.4 Quality Of Work

Materials, tools and plants and workmanship shall be best of the several kinds
obtainable in the market and as approved by the site engineer.

1.5 Leave Clean

On completion, all work must be cleaned down, rubbish removed and the
works and land cleared or rubbish, surplus materials, debris and other
accumulations, and everything left in a clean and orderly condition.

1.6 Storage

Safe dry and proper storage shall be provided for all materials, particularly
cement.

2. MATERIALS

2.1 Water

Water shall be from municipal main or sweet tank or well, water storage
accommodation for the water shall be of sufficient size and as directed by the
site engineer. The contractor shall make his own arrangement of supply of
water for execution of work.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 100

2.2 Sand

Sand shall be clean river or pit sand of approved quality and free from salt,
earth or other impurities.

Grading :

i. Fine aggregates shall confirm to following sieve analysis :

SIEVE PASSING

3/8 100

No. 4 95-100

No. 8 80-100

No. 16 50-85

No.30 25-60

No. 50 10-30

No.100 2-10

No.200 0-5

ii. The fine aggregate shall have not more than 45% retained between
any two consecutive sieves and its fineness module shall not be less
than 2.2 nor more than 3.2

iii. Should the fineness modules vary more than 0.20 from the value
assumed in selecting the proportions concrete, the fine aggregates
shall be rejected unless suitable adjustments are made in concrete
proportions to compensate for the difference of grading.

iv. Bulking : Moist sand when loosely into a container occupies a larger
volume than it would occupy when dry. When sand is measured by
loose volume. It is necessary in such a case to increase the measured
volume of the sand in order that the amount intended for the nominal
mix is used. The increase in the volume shall be equal to the
percentage bulking, to be determined by laboratory tests for each
batch.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 101

2.3 Portland Cement

Cement shall comply with the Indian Standard Specification and shall be of
Indian made. When stored in BAGS these shall be raised 30cms above ground
and stacked in rows of 10 bags high, 0.6m, clear from the walls..

2.4 Cement Mortar

Cement mortar should be of the proportions specified for each type of work in
the schedule. It shall be composed of Portland cement and sand. The
ingredients shall be gauged by measure and shall be well and evenly mixed
together in a mechanical mixer, care being taken not to add more water than
required. No mortar that has began to set shall be used. Coarse sand shall be
used unless otherwise specified.

If hand mixing is allowed, then it shall be done in brick tanks. The gauged
materials shall be put in the tank and mixed dry. Water will be then be added
and the whole mixed again until it is homogenous and of uniform colour. Not
more than one bag of cement shall be mixed at one time and which can be
consumed within half hour of its mixing.

2.5 Bricks

Bricks shall be hand moulded or of best quality approved by the site engineer
free from grit and other impurities, such as lime, iron and other deleterious
salts, well burnt, copper, coloured, sounds hard, square with sharp edges and
shall give ringing sound when struck with a mallet. They shall be of uniform
size. No brick after 24 hours immersion in water shall absorb more than 15%
of its weight. Bricks used shall be best available local bricks and shall have a
minimum strength of 75kg/cm2.

2.6 Scaffolding

Scaffolding shall consist of ballies and necessary battens and planks. All the
scaffoldings members before installation shall be checked for their strength
and stiffness and tied up properly.

2.7 Coarse Aggregate

The coarse aggregate shall be crushed stone. Other material having the
characteristics specified later for coarse aggregate shall not be used without
approval.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 102

The pieces of aggregate shall be angular or, except for concrete surfaces
subject to abrasion, rounded in shape & shall have granular or crystalline or
smooth (but not glossy) non-powdery surfaces. Friable, flaky and laminated
pieces, mica, and shale shall only be present in such quantities as not to effect
adversely and strength and durability of the concrete.

For reinforced concrete work, aggregate having a maximum size of 20mm are
generally considered satisfactory.

Inserts : Inserts will be specified on drawings. Inserts for bolt hangers be


either threaded or bolted as required by the type of hanger to be used.
Threaded inserts shall have integral lugs to prevent turning.

2.8 Fine Aggregate

The fine aggregate shall be natural sand or sand derived by crushing suitable
gravel or stone and shall be free from coagulated lumps. Sand derived from a
stone unsuitable for coarse aggregate shall not be used as fine aggregate.

2.9 Reinforcement

The reinforcement shall be Cold twisted or tor steel confirming to IS-1786.

Certificates And Test For Reinforcement

For each consignment of bar reinforcement used in the works the contractor
shall supply a certificate giving the ultimate strength, yield stress and
elongation, and result of the cold bend test for each type and each size of bar.
Tests for the purpose of obtaining confirming on these certificates shall comply
with the procedure specified in the appropriate Indian Standard.

2.10 Water

Water for making concrete or mortar shall be clean and fresh and free from
acid, oil, pollution from industrial or farmyard waste, or other organic or
inorganic matter in solution or suspension in amounts which in the opinion of
the Corporation will impair the strength or durability of the concrete.

2.11 Cement Paints

These shall be approved brand in sealed tins or packages as specified.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 103

3. WORKMANSHIP

3.1 Earthwork In Excavation And Back Filling

3.1.1 Excavation : The foundation trenches or pits or area below floors


shall be dug to the dimensions shown on the drawings.

3.1.2 The excavation shall be carefully carried out to levels, shapes and
dimensions as shown or figured on the drawings or as directed by the
site engineer. The excavated material shall be stacked at a sufficient
distance away from the edge of the excavation so as not to damage it.
Should any of the excavation be taken down below the proper levels,
the contractor shall fill in such excavation at his own expense with
base concrete well rammed in positions until it is brought up to the
proper level filling in which excavated materials will not be allowed for
this purpose.

3.1.3 If the excavation are made broader or longer than directed, the extra
breadth and length shall be filled in after the foundation are built with
earth rammed hard, by the contractor at his own cost. The contractor
shall at his own expenses and without extra charge, make provision for
all shoring and shutting, extra excavation in slope, pumping or bailing
out water, and the excavation shall be kept free from water while the
foundation work is in progress. The contractor shall, also at his own
cost, remove such portion of boulders or rocks, as are required to
make the bottom of the excavation horizontal and level. Nothing extra
shall be paid for carrying out the above work unless otherwise taken
as a separate item in the schedule of quantities.

3.1.4 Trimming and leveling: The bottom of all excavation should be


trimmed and leveled in accordance with the drawings. Bottom of the
trenches, pits or basement shall be rammed and watered before
concrete is deposited.

Back Filling: Back filling in side of trenches shall be done with soil
obtained from excavation in not more than 15cms layers. Each layers
shall be compacted hard with water before adding the next layer. Such
filling shall be brought up to levels with directed without extra charge.

Disposal of earth: All surplus earth remaining after back filling shall be
disposed as directed by the site engineer.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 104

3.2 Cement Concrete (Plain And Reinforced)

3.2.1 Mixing: All proportions shall be by volume except cement which shall
be proportioned by weight unless otherwise specified. Mixing shall be
done in a mechanical mixer as per specifications of reinforced concrete
work. Only that much concrete shall be mixed which can be used
within half an hour. Each stack shall however not be larger than
consuming one bag of cement.

3.2.2 Protection: All plain and reinforced cement concrete shall be


adequately protected. Newly placed concrete shall be protected by
approved means from frost, sun, dust, storms and hot spells. Concrete
placed below the ground shall be protected from falling earth during
and after placing. Approved means shall also be taken to protect
immature concrete from damage by debris, excessive loading,
vibration, abrasion, flotation due to sub-soil water and other influences
that may impair the strength and durability of the concrete. This shall
apply to all items of cement concrete, such as foundation, sub-grade,
damp proofing and al other items of reinforced concrete, plain
concrete. No extra charge shall be allowed for this.

3.3 Plain Concrete In Foundation

3.3.1 Mixing : As per para 3.2.1

3.3.2 Laying : Concrete shall be laid in horizontal layers of not more than
150mm thick and gently rammed.

3.3.3 Curing : After laying, the concrete shall be kept for 15 days. In cast in
hot weather it shall be covered with gunny bags which shall be kept
constantly wet. Other work on concrete shall not start until after 3
days of laying the concrete.

3.4 Reinforced Concrete

All work shall be done in accordance with detailed specifications. The


compaction of concrete shall be by mechanical vibration.

All work shall be protected as per para above without any extra charge.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 105

3.5 Cement Mortar

Mixing : Materials shall be gauged by proportions as specified in the schedule


and mixed dry on a platform, water shall then be added and whole mixed
again till colour is uniform.

3.6 Brick Masonry

3.6.1 Brick Work: Bricks shall confirm to para 2.5. Every brick will be
thoroughly soaked in water before using till the bubbles cease to come
up. No broken bricks for tiles shall be used except as closers. The
course shall be truly horizontal and the work strictly in plumb, joints
shall be broken vertically and they shall not be exceed 12mm in
thickness. The brick work shall not be raised by more than 14 single
courses per day. The bricks shall be laid in English bond. The joints
shall be racked out for plastering or pointing as the work proceeds.

. 3.6.2 Bonding: When bonding, the Brick work must be set back in every
course. No vertical toothing shall be accepted.

3.6.3 Mortar: Mix as stated in item of schedule to be mixed and used as per
specification given above.

The work shall be well watered for a fortnight. The rate of brick work
shall be inclusive of all necessary scaffolding, watering and cutting of
bricks etc.

3.7 Brick Flooring And Paving

3.7.1 Bricks : Bricks shall be as per para 2.5 above.

3.7.2 Preparation Of Sub-Grade : Base will properly watered and rammed


hard and loped as directed before laying bricks. Nothing extra shall be
paid for earth work.

3.7.3 Laying : Bricks shall be laid on edge (as specified) in horrig-bone bond
or other approved pattern. Before laying, the bricks shall be well
soaked in water. The bricks shall be laid as specified.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 106

3.8 Plaster

Plaster shall be composed of mortar in proportion of cement and river sand/


coarse sand as stated in the schedule, as per specifications of such material.
Mortar shall be mixed as stated in para 3.5 above.

No more cement mortar shall be mixed than that can be used within half an
hour. The joints in Brick work shall be racked out to a depth of 12mm if not
already done, and the surface watered and cleaned of all dust and dirt.
Concrete surfaces shall be properly hacked to get adequate key. The mixture
shall be applied evenly with force on the surface to be plastered. The plaster
shall be as specified in the schedule. The surface shall be finished at once by
being rubbed over with trowel till cement appears on the surface. All corners,
angles and junction shall be truly vertical and horizontal as the case may be,
and carefully and neatly finished. Rounding off corners and junctions where
required shall be done without extra charge. The finished plaster shall then be
left to cure for 10 days.

3.9 Pointing

3.9.1 Mortar : As specified in the schedule and mixing as per para 3.5.

3.9.2 Flush Pointing : The mortar shall be finished off level to give smooth
appearance. Care should be taken to avoid falling or sticking or mortar
to faces. Curing of pointing shall be done as per plaster.

3.10 Cement Based Paint

Cement based paints shall be obtained from approved manufactures as


specified.

3.10.1 Application: Before painting is commenced on surface, all dirt and


foreign matter shall be completely removed. The surface shall be
wetted by sprinkling of water with fine spray. The surface shall be
sprayed several times with a few minutes intervals between each
spraying to allow the moisture to soak into the surface. Paint solution
shall be applied to the surface with hair brushes in a number of coats
to get uniform finish. After the first coat of paint has hardened, it shall
be cured with water at least for 24 hours. The surface shall be wetted
again before the application of second coat. This procedure to be
repeated for second coat.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 107

4. Additional Specifications For Reinforced Concrete Work

4.1 General

These specifications are to be read in conjunction with other specifications of


this contract.

4.2 All R.C.C work shall be carried out in strict accordance with this specification
and I.S specifications and the working drawings and other details, which shall
be studied thoroughly and any discrepancy in the dimensions on the drawings
or any point not cleared to the contractor should be brought to notice of site
engineer for clarification well in advance and before proceeding with work.

4.3 The contractor shall allow for every wastage in all materials.

4.4 He shall also allow for all test of concrete materials and if required produce
manufacturer’s certificate for cement and steel.

4.5 No concrete work shall be cast in the absence of the site engineer of the
corporation. The contractor’s technical representative shall personally check
that both the form work and reinforcement have been correctly placed and
fixed, and satisfy himself that all work preparatory to the casting is completely
ready, before requesting the site engineer for final inspection and approval, for
this purpose at least 24 hours notice shall be give by the contractor.

5. MATERIALS

General

5.1 The materials used in the work shall be new and of the quantities and kind
specified.

5.2 Materials failing to comply with this specification shall be immediately removed
from the works at the contractor’s cost.

5.3 Cement

The cement shall be ordinary Portland cement of approved brand and


manufacture and shall comply in all respect with the latest IS-269 for cement.

It shall be delivered on the site in packages with an unbroken seal fixed by the
makers and plainly marked with the name of the brand and manufacturer.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 108

It shall be stored in a dry place in regular stacks not exceeding ten bags high
and in a such a manner that it will be efficiently protected from moisture and
contamination, and that the consignments can be used up in the order in
which they are received. If necessary, cement shall be screened at contractor’s
expense to remove any lumps. No cement which has become damage shall be
used in the work but shall be immediately removed from the work by the
contractor at his own expenses.

5.4 Aggregate

All aggregate shall confirm to IS-383-1970. Aggregate shall, where possible, be


delivered from a source that normally produce aggregates satisfactory for
concrete, and if directed by the corporation, the mortar. Water shall be
obtained from a public supply where possible. It shall be taken from a spring,
well, river, lake or similar source only if approved.

6. WORKMANSHIP

6.1 General : The workmanship shall be of the quality specified or described and
all persons employed on the works or elsewhere in connection with works shall
be competent and skilled in their respective occupations.

6.2 Preparation of Ground : Plain lean concrete in foundations or site concrete


shall be placed in direct contact with the bottom of excavation, the concrete
being deposited in such a manner as not to be mixed with the earth.

6.3 Action In Case Ground Water Is Encountered : In case Ground Water is


encountered at or before bottom level of footing de-watering shall be done to
render the excavation dry to that lean concrete below footings can be laid on a
reasonably dry surface. However, if mud or slush accumulates at the bottom
level of the footing, dry brickbats shall be conveniently placed and rammed
into the slushy areas to make lean concrete operation feasible. No extra shall
be paid on this accounts and it will be presumed that such a contingency has
been considered by him while quoting his rates.

6.4 Bending Reinforcement

6.4.1 Reinforcement bars shall be bent by approved means producing a


gradual and even motion.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 109

6.4.2 Bars shall comply with the dimensions described in the drawings.
Overall dimensions of bent bars of internal dimensions of binders or
the like shall be within a tolerance of +6mm. Any discrepancies or
inaccuracies found by the contractor in the drawing or other
documents shall be immediately reported to the corporation whose
interpretation and requirements relating thereto shall be accepted.

6.5 Fixing Reinforcement

6.5.1 Reinforcement shall be accurately fixed and by approved means


maintained in the position described. Bars intended to be in contact
shall be securely tied together at all such points with No. 15 gauge
annealed soft iron type wire. Binders, stirrups and links shall tightly
embrace the bars with which they are intended to be in contact and
shall be securely tied with wire or, if approved, spot welded thereto.

6.5.2 Reinforcement shall be lapped, jointed or spliced only at the positions


described. Splices and the like, found to be necessary elsewhere, shall
be formed only if and as instructed.

6.5.3 Where practicable, bars in each member shall be assembled and fixed
in the form of rigid cage or skeleton before placing in the mounds or
shuttering.

6.5.4 Immediately before concreting, the reinforcement shall be checked for


position, cleanliness, freedom from rust, or retarding liquid. Measures
shall be taken to ensure that reinforcement remains correctly in
position with required cover during the placing and consolidation of
the concrete.

6.5.5 Reinforcement projecting from work being concreted or already


concreted shall not be bent out of its correct position for any reason
unless approved and shall be protected from deformation or other
damage. Reinforcement left projecting for binding with future
extensions shall be thoroughly coated with cement wash or encased in
concrete or otherwise protected from corrosion as instructed.

6.6 Form Work and Centering

6.6.1 Material used for form work in various parts of the structures shall be
as follows :

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 110

Part Type of Form Work

FOUNDATION Unwrought

COLUMNS BELOW GROUND LEVEL Unwrought

PLINTH BEAMS, LINTEL BEAMS Unwrought

FLOOR BEAMS, ROOF BEAMS, LINTELS ETC. Unwrought

WALLS Unwrought

STAIRS Unwrought

In general, all shuttering and from work to be used shall be


unwrought, unless otherwise stipulated.

Wrought form work if required to be used for work shall be : Wooden


form work lined with plywood or metal without indentation or ‘Anchor
Board’ shuttering or equivalent approved by Site Engineer. When the
wrought type of form work is used, the concrete surfaces after the
removal of form work shall not require any plaster.

Unwrought form work : Wooden plank used for this type of form work
shall be as available from the saw mill. They need not be further
planned. When this type of form work is used, the concrete surfaces
after removal of form work shall be plastered only where necessary, as
required by Site Engineer.

6.6.2 The form work shall be so constructed that it is rigid enough to remain
free from any bulging, sagging or any movement during the placing of
the concrete, and that it can be subsequently removed without
damaging concrete. The form work shall be sufficiently water tight to
prevent loss of liquid from the concrete. All form work shall be fixed to
proper elevation. No concreting shall be undertaken by the contractor
until the level, size, suitability, etc. is approved by the Site Engineer.

6.6.3 Wooden forms for reinforced cement concrete shall at least 25mm
thick. All rubbish shall be removed from the interior of the form work
to come in contact with concrete shall be cleaned and thoroughly
treated with oil. The oil shall be applied before the reinforcement is
placed, and care shall be taken that no oil comes in contact with steel
while it is being placed in position. The joints of forms shall be
watertight by plugging them with good clay and jute, or by other

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 111

approved means before applying oil. The form shall be so fixed that
only slight marks are visible on the surface of the concrete after
stripping the forms.

6.6.4 No plugs, bolts, ties or any appliances whatsoever for supporting the
shuttering shall be fixed permanently in the structure, nor be placed
temporarily in such a manner that damage to the structure would
result from their removal at the time of striking the forms and
supports.

6.6.5 No forms shall be removed or staging struck until it is safe to do so


and approved by Site Engineer. All vertical centering members shall be
sufficiently braced with stiff members. Bamboo shall not be used as
bracing members.

All form work shall be removed without shock or vibration and without
damaging the new concrete. The side forms shall be so fixed that
while removing them the supporting forms and posts are not disturbed
to any extent. In no circumstances, should the supporting forms be
struck until the concrete reaches strength of at least twice the stress
to which the concrete may be subjected at the time of striking. Under
normal conditions, the periods shown below are the minimum which
should be allowed between the placing of the concrete and the
removal of the forms.

Removal of the Form Work Normal Portland Cement


Weather Temp. Above 21ºC

Side of beams, walls & columns 48 hours

Shuttering under slabs & beam sofits 2 weeks for spans less than 6m.

Supports or props under horizontal 3 weeks for spans over 6 m.


members

6.6.6 Form work shall be cambered as described below, unless otherwise


shown or specified. Deflection reading of various elements shall be
taken as directed.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 112

Compression Steel as %age Camber Coeff.


Type of Member
of Tensile Strength K

0 0.066
SIMPLE SPAN
50% 0.037

Continuous or 0 0.032

restricted span 50% 0.020

0 0.086
Cantilever span
50% 0.046

Camber (in inches) = ‘K’

Where K = Camber coefficient

L = Length of member in ft.

Depth of member in ft.

6.7 Consistency of Concrete

Only sufficient water shall be added to the cement and aggregate during
mixing to produce a mixture of sufficient workability to enable it to be well
consolidated, to be worked into corners of the shuttering and around the
reinforcement to give the specified surface finish, and to have specified
strength.

6.8 Distribution Of Concrete

The concrete shall be distributed from the mixers to the positions of placing in
the works by approved means that do not cause separation or otherwise
impair the quality of the concrete.

6.9 Preparation For Placing Concrete

Before the concrete is placed the shuttering shall be trued up and any water
accumulated therein shall be removed. All saw dust, chips, nails and other
debris shall be washed out or otherwise removed from within the shuttering.
The reinforcement shall then be inspected for accuracy or fixing. Immediately
before placing the concrete the shuttering shall, except in frosty weather, be
well wetted and inspection opening shall be closed.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 113

6.10 Placing Concrete In Extreme Weather

Work shall be done according to clause 20.1.6 of IS-456 of 1978.

6.11 Curing and Protection of Concrete

6.11.1 Newly placed concrete shall be protected from rain. During hot, dry or
windy weather approved covering shall be used to prevent premature
drying out. The concrete shall also be protected from frost as herein
before specified. All exposed faces of concrete shall be kept moist by
approved means for fifteen days after placing or for three days if Rapid
Hardening Portland cement is used, except when there is danger of
curing water getting frozen.

6.11.2 Concrete in foundation and other underground work shall be protected


from admixture with falling earth during and after placing. Concrete
placed in ground containing deleterious salts shall be kept free from
contact with such waters during placing and for a period of three days
thereafter. The ground water around basements, underground tanks,
and similar construction shall be kept down to an approved level by
pumping, or the works shall be flooded with water or other approved
means taken to prevent flotation.

6.12 Vibrators

6.12.1 The vibrators shall be rotary out of balance immersion type of the
electromagnetic type and operate at a frequency of not less than
4,000 cycles per minute.

6.12.2 Disposition of Vibrator : Internal vibrator shall be disposed within the


mix, when placed, so as to maintain the whole of the concrete under
treatment in an adequate state of agitation such that de-aeration and
effective compaction may be attained at a rate commensurate with the
supply of concrete from the mixers. Insertion of the vibrators at about
18” center to center is considered sufficient.

6.12.3 Period of Vibration : Vibration shall continue during the whole period
occupied by placing concrete, the vibrators being adjusted so that the
center of vibration approximates to center of the mass being
compacted at the time of placing. The concrete should not be over-

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 114

vibrated and the period of insertion of interval vibrator should be


about 15 seconds at any one point.

6.12.4 The vibrator must not be placed against the steel or the shuttering,
the minimum distance being 3”. The compressor must be placed in
such a position that shuttering, reinforcement and recently laid
concrete and subjected to the minimum amount of vibration.

7. Test

The contractor shall at his own cost arrange and carry out the following tests of
materials to be used in the works. The tests shall be carried cut in laboratories
approved by the site engineer.

Cement

A sample taken once for every 1000 bags or from each batch shall be tested for its
initial and final set, tensile and compressive strength.

Aggregates

a) Coarse : Aggregates shall conform to latest IS-383 for grading the strength
and other properties. One sample each for 45 Cum or part thereof shall be
tested for following tests in accordance with the procedure mentioned against.

1) Sieve analysis - As per IS-2386 (Part-I)

2) Percentage of deleterious material - Visual inspection

b) Fine Aggregates : One sample each for 20 Cum or part thereof shall be tested
for the following tests in accordance with latest IS-383.

1) Sieve analysis - As per IS-2386 (Part-II)

2) Silt Content - Field test.

R.C.C

One sample each for 20 Cum or part thereof shall be tested for cube strength.

Cube strength - Testing as per IS-456

6 cubes shall be made from each sample taken from every 20 Cum or part thereof of
concreting and shall be tested for the density and crushing strength.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 115

The contractor at his own cost shall supply all materials, apparatus, moulds, labour for
pouring etc. and shall arrange for testing at site or through approved labs.

STRENGTH OF CONCRETE

THE COMPRESSIVE STRENGTH OF THE CONCRETE ON WORK TESTS FOR


DIFFERENT MIXES

Compressive Strength (Kg/cm2)


Concrete Mix
7 Days 28 Days

1:1.5:3 175 265

1:2:4 140 210

Slump in mm
S.
Work Vibrators Vibrator
No.
Used Not Used

1. Mass concrete in foundations 10-25 50-75


retaining wall & pavement

2. Thin sections of floorings less75mm 25-40 75-100


thickness

3. Reinforced cement concrete work - -

4. Under water concreting - - Actual slump to be


decided by E-I-C

CONCRETE COVER OVER REINFORCEMENT

Shall not be less than the following thickness :

Footings and other principal structural members in 50mm between steel


which concrete is deposited against the ground. and ground

When concrete surfaces, after removal of forms are exposed to weather or ground :

For beams & girders :

For bars more than 16mm in dia. 25mm

For bars 16mm or less in dia. 25mm

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 116

Where surfaces are not directly exposed to weather or ground :

For slabs and walls 15mm

For columns 40mm

All covering, except at ends of reinforcement bars to be equal to the diameter of the
bar at 12mm minimum. At each end of reinforcing bar not less than 25mm nor less
than twice the diameter of such rod.

STEEL IN WALLS

Unless otherwise shown, shall be continuous throughout the length of the various
members. Splices shall not occur at critical sections.

All reinforcement bars shall be bent and extended for at least 60cm around all corners
or to fully develop the bar.

Where embedded items interfere with the reinforcing bars, the spacing of the bars on
either side of the embedded item shall be decreased to maintain the required steel
area.

CURING

All cement concrete after placing shall be covered with a layer of sacking, canvas,
hessian, or similar absorbent material and kept wet continuously for not less than a
fortnight. All water used, both in the preparation and final wetting to be clean from
sediment of any kind and generally fit for drinking. The work shall be protected from
drying winds and direct sunrays.

EMBEDDED ITEMS IN CONCRETE

The contractor shall furnish and install all ladders as and where indicated on the
drawings. All costs for accurate placing or inserts and for all modifications to form work
shall be included in rate.

CONSISTENCY

For reinforced cement concrete work, plastic concrete, which will flow sluggishly into
the forms and around the reinforcement without any separation of coarse aggregate
from the mortar shall be used. The degree of plasticity shall depend on the nature of
work and whether the concrete is vibrated or hand tamped. The following slumps in
the standard slump test shall be adopted for different types of work.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 117

Type Of Work Slumps

Mass concrete in RCC foundation footings and retaining walls 12mm to 25mm

Beams, slabs and columns simply reinforced 25mm to 40mm

Thin RCC section or section with congested steel 40mm to 50mm

To determine the required quantity of water per bag of cement for the proper
consistency, the slump test shall be carried out at site with a standard slump cone
twice a day and also when it is desired by Site Engineer.

STRENGTH OF CONCRETE

For all items of RCC work, the grading and quality of aggregates shall be such as to
give minimum compressive strength for different mixes as given below :

Compressive Strength (Kg/cm2)


Concrete Mix
7 Days 28 Days

1:1.5:3 175 265

1:2:4 140 210

Note : Controlled concrete shall be designed in accordance with IS:456-1964. The mix
proportions of ordinary concrete shall be per table No. III -IS:456-1964.

FINISH OF CONCRETE SURFACES

Slight honey combed minor defects shall be patched with cement mortar 1 part cement
to 2 parts fine aggregates after approval of Site Engineer.

STRENGTH TEST DURING THE WORK

Samples of concrete shall be taken as after as considered necessary by Site Engineer


and tests carried out in accordance with IS 516-1959 sample six frequency and
acceptance criteria shall be in accordance with IS-456-1964. In case the strength
obtained is less than specified minimum strength after 28 days Site Engineer shall
reflect the defective the defective portion of the work and the Contractor shall be
required to dismantle all (such work together with the other work structurally
connected with the same) at his cost and risk. In case however the less strength
obtained is acceptable to the Engineer-in-Charge, the rate of concrete for the quality
represented by the sample tested shall be reduced in proportion to the strength

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 118

actually obtained after 28 days. Site Engineer shall decide the quantity of work for
which the rate is to be reduced or part of the structure required to be dismantled.

Samples shall be taken from each 50m3 of concrete made during the progress of the
work, or when a days concrete work does not amount to 50m3, from each day’s pour.
Six cubes or cylinders as approved by Site Engineer shall be made for every sample,
and three of them shall be tested after 7 days, and the remaining three after 28 days.
Incase the 7 day test is unsatisfactory, the result of the 28 days test by taking an
average of the three test specimens shall be considered for the action contemplated
above. The results of test conducted by any of the recognized laboratories shall
betaken as final and binding on the contractor.

Moulds shall be furnished by the contractor and shall arrange for testing of cubes a
laboratories specified by Site Engineer at no extra cost to Employer.

The contractor shall furnish the labour and facilities for taking samples and handling
and storing of concrete test cube/ cylinders at the site of the work without any cost to
Site Engineer.

EXPANSION JOINTS

Expansion joints shall be constructed as indicated on the drawings. In no case shall the
reinforcement, corner protection angles or the other fixed metal items embedded in or
bonded into concrete run continuously through an expansion joint.

EXPANSION JOINTS IN ROOF

Joints shall be 25mm wide in the roof and shall be covered with 246 crimped approved
metal sheets flashing edges of the cement floors or concrete slabs along the expansion
joints shall be neatly finished with a slightly rounded edging tool.

EXPANSION JOINTS IN WALLS BETWEEN COLUMNS

Concreting shall be carried out continuously up to construction joints, the position and
details of which shall be predetermined by Site Engineer.

When the work has to be resumed on a surface which has hardened, such surfaces
shall be roughened, the surfaces shall then be thoroughly cleaned and all paintings
removed with wire brushes and compressed air. In addition to that the surface should
be completely wetted and slushed with coat of neat cement grout immediately before
placing of new concrete. The first layer of concrete to be placed on these surfaces shall
not exceed 15cm thickness and shall be well rammed against old work, particular

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 119

attention being paid to corners and close spots. Shear keys not less than 5cm deep
and equal to 50% of the gross sectional area shall be provided to all constructional
joints.

Reinforcing rods shall be extended thirty five diameters beyond construction joints
unless otherwise indicated.

Joints shall be kept at places where the shear force is minimum and these shall be at
right angles to the direction of main reinforcement. In the case of columns, the joints
shall be horizontal and about 15cm below the bottom of the deepest beam framing
into the column head and the portion of the column between the stopping off level and
the top of the slab shall be concreted with the beam.

At least two hours must elapse after depositing concrete in the columns or walls before
depositing in beams, girders or slabs supported thereon. Beams, girders, brackets,
columns, capitals and haunches shall be considered as part of the floor system and
shall be monothically placed therewith.

When stopping the concrete on a vertical plane in slabs and beams an approved stop
board shall be placed with necessary slots for reinforcement bars to pass freely without
handling or any other obstruction. The construction joint shall be keyed by providing a
triangular or trapezeidal fillet nailed on the stop board inclined ‘Feather’ joints shall not
be permitted.

RETAINING WALLS

Retaining walls shall be constructed as shown on drawing to retain earth. They shall be
laid on hard and compacted soil with minimum of 20mt/sq.mt safe bearing capacity.

BACK FILL

No back filling shall be undertaken until the retaining walls is complete in all respects,
fully cured and strong enough to withstand earth pressure. All back filling shall be done
in 15cm layers of approved quality soil and watered as necessary for proper
compaction.

MEASUREMENTS

Concrete quantities shall be measured and indicated in the schedule of quantities.

Reinforcement shall be measured on weight basis and on the basis of reinforcement


schedule to be submitted by the contractor and approved by Site Engineer. Laps other

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 120

than approved shall not be paid for.

If specified as an item separately payable as per schedule of quantities form work shall
be measured on the basis of area in contact with concrete. Modifications to form work,
if any, for fixing inserts, embedded items shall be included in the rate of form work.
Any rendering finishing work, required to be carried out as a result of faulty form work
shall be carried out by the contractor at his own cost, in manner approved by Site
Engineer.

WATER

Before starting the work and wherever the quality of source of water changes and re-
testing is required by the site engineer, water shall be tested for its chemical and other
impurities to ascertain its suitability for use in concrete.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 121

INDIAN OIL CORPORATION LIMITED

(MARKETING DIVISION)

MODEL PERFORMA FOR INDEMNITY BOND FOR PAINTING


WORKS FOR 60 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 LTD.

(Marketing Division)

New Delhi.

SUB : WORK ORDER NO. ________________ DT. ___________

AGREEMENT NO. _________________ DT. ___________

This indemnity Bond/ Undertaking/ Guarantee Bond executed at _______ this _________ day
of month ______________ of 19 ___ by M/s. ______________________________________
(The successful tenderer) & under both constituents called the “CONTRACTORS” (which
expression shall mean and include, if the context so admits, the partners of partner of time
being of the firms & their or their prospective heirs, executors, administrators, successors and
assign in law) in favour of M/S. INDIAN OIL CORPORATION LTD., a company incorporated
under the Company Act 1 of 1956 and Having its registered office at G-9, Ali Yavar Jung Marg,
Bandra (East), Mumbai- 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. _____________ dt. ______ issued by the “OWNER” on the successful tenderer (First
constituents of the “CONTRACTORS”) who had participated in the tender no. ______________
invited by the “OWNER” and opened on date __________ , has caused drawing, specifications
and bill of quantities showing and describing the work to be done, prepared and the same have
been signed or on behalf of the successful tenderer.

“AND WHEREAS 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”.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 122

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


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

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

2.0 The “CONTRACTORS” 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 surface.

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

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

5.0 The “CONTRACTORS” hereby confirmed that the coating system will be free from
defects i.e. chalking, cracking, checking, alligatoring, flaking, peeling delamination,
rusting, blistering, wrinkling, edge failure and failure around welds etc. during the
Guarantee period of coating system.

6.0 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.
___________ dt. _____. It expires 60 (Sixty) months after commencement of
guarantee period.

7.0 The “CONTRACTORS” hereby agree that defective area of coating system will mean an
area or areas exceeding one percent of total area of an individual tank or a section of
steel structure of pipelines.

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

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

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 123

10.0 EXCLUSIONS

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

10.1.1 Deterioration and damage to the painting system not caused by wear & tear,
by caused due to any of the following reasons

− Welding

− Undertaking other heating

− Mechanical damage

− Fire

− Explosion

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

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


walkways, hand rails, ladders etc.

10.2 The “CONTRACTORS” obligations are automatically waived off and void if coating
system are affected as consequences of strike, war , invasion, acts of terrorism or
foreign enemies, hostilities civil war, rebellion, revolution, insurrection, military or
usurped power, confiscation of Nationalisation 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.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 124

ELECTRICAL WORKS

SUPPLYING, LAYING, CLAMPING, TERMINATING, TESTING AND COMMISSIONING


INCLUDING GLANDING ARMOURED 1.1KV GRADE PVC SHEATHED/ ARMOURED
XLPE/ FRLS/ FLAT CABLE OF APPROVED MAKE

i. Supplying and laying underground or above ground P.V.C. insulated, PVC sheathed
aluminium armoured (Copper/ aluminium conductor) cable as per I.S. specification No.
3961 (Part-II) with each cable running through-out the circuit including supply & fixing
of junction boxes, connecting glands as may be required.

ii. Normally single length of cable shall be used and junction boxes shall be provided only
in case any existing cable is to be extended.

iii. The above ground cables for connecting to switch board shall be suitably held on wall
with clamps at regular interval.

iv. In case the cable is to pass through any Drain or low lying area, the contractor shall
lay each cable in class 'B' G.I./ heavy duty PVC pipe in lieu of trench/ duct. The
excavation/ removal & refixing duct slab, GI/ PVC pipe shall be paid including this item.

v. For making connection to any flame proof fitting the Contractor shall make the flame
proof joints with the aid of suitable size glands and sealing compound which shall be
paid separately under item rates.

vi. End Connections shall be proper and suitable size of thimbles to be provided.

PROVIDING, FIXING HEAVY DUTY DOUBLE COMPRESSION FLP/ NON FLP CABLE
GLANDS

Supplying & fixing at site of Heavy Duty FLP/ Non FLP Double Compression cable glands of
specified sizes for 1.1 kV grade armoured cable for the requitred sizes including supply of FLP/
Non FLP Nickle plated brass double compression cable glands, crimping lugs and allied jointing
materials, etc. all complete as per specification & direction of Engineer In-charge. Copper lugs
for copper cables and aluminium lugs for aluminium cables shall be used.

CABLE JOINTING KIT CONFIRMING TO IS SPECIFICATION:

Providing best quality standard cable jointing kit for specified cable using straight through joint
of following 1.1 KV grade insulated armoured cable with M-Seal make jointing kit and other
jointing material, etc. all complete including supply of all materials as per specification &
direction of Engineer In-charge & making the joint at site in position. Item includes

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 125

excavating/ back filling the portion where the joint is to be provided on cable route ISI
approved make.

CABLE PIPE DUCT

Providing and laying minimum class-B 80mm dia GI pipe for cable routing under flooring/ road
crossing post leading including sealing both ends with jute and Bitumen/ M seal, including
required excavation/ back filling for all kinds of trench works.

PROVIDING, FIXING, TESTING AND COMMISSIONING OF FLP JUNCTION BOX :

Supplying, installing at site of flame proof junction of suitable rating with FLP brass glands for
required sizes of cables.

SUPPLYING AND FIXING MCB AS PER SPECIFICATION

Supplying & fixing weather proof surface/ recessed steel box of raised size made of 1.6mm
thick MS sheet with double door & locking arrangement confirming to Indian electricity rules,
suitable for electrical switch board. Item also includes cutting/ drilling necessary holes for
electrical fittings.

SUPPLYING AND FIXING OF ELECTRICAL ITEMS OF APPROVED MAKE AS PER THE


FOLLOWING:

• Supply of all light fittings/fixtures for yard light fittings, canopy light fittings, Piano/
Modular type switch with plate/ plug socket, Bulbs, Fluorescent tubes/ choke, starter,
Flood light fixture, SV/MH/HV/ Flood light lamps etc from item no. 3a to 3d of the
makes given in item or the list of approved make under electrical sub head.

• Packing and forwarding the above fixtures/accessories to the site.

• Wherever the replacement of any existing electrical fitting is undertaken, the


Corporation shall not make any payment for dismantling the fittings from the existing
position/equipment including all connections.

• Fixing the newly supplied electrical fixtures in position including making end
connections, where ever required with Electrical fittings

• Testing the supplied electrical fittings/fixtures to the entire satisfaction of our Site
engineer.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 126

SPECIFICATIONS TO BE REFERRED IN ADDITION TO


ITEMIZED ELECTRICAL SPECIFICATIONS

1.0 General:

The entire electrical installation work shall be carried out in accordance with the
requirements of the Indian Electricity Act 1910, the Indian Electricity Rules 1956, the
relevant IS codes of practice as amended to date, wherever applicable and the
regulations of the local licensing bodies/ C.E.I.G etc., and where such installations are
subject to inspection and approval of Fire insurance and Explosive Authorities, the
installation shall be planned and executed conforming to their regulations/ rules.

2.0 Workmanship:

First class workmanship and neat appearance are the essential requisites for
compliance with these specifications.

3.0 Materials and Makes:

All materials, equipment, fittings, fixtures, appliances, accessories, etc., to be used in


the installation shall conform to the relevant Indian Standard Specifications and
generally shall be as per approved make given in the SOR/specification.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 127

CABLE

1.0 SCOPE

1.1 This specification covers the requirements of 1100V grade Power, Control,
Lighting, Cables with general purpose insulation and sheaths.

2.0 CODES AND STANDARDS

2.1 The design, construction, manufacture and performance of cables shall


comply with all currently applicable statues, regulations and safety codes in
locality where cables will be installed. Nothing in this specification shall be
construed to relieve the CONTRACTOR of this responsibility.

3.0 SPECIFICATIONS

3.1 The following aspects are applicable for all types of cables covered in this
specification.

(a) Construction, Performance & Testing:

• Construction, Performance and testing of Power and Control


cables shall conform to IS: 1554. Part - 1 (PVC insulated
heavy duty electric cables for working voltages upto and
including 11000V).

• Construction, Performance & Testing of 1100 V grade


lighting, Misc. /Light duty unarmoured cables shall conform
to IS: 694 (PVC insulated cables for working voltages upto &
including 1100V).

• Recommended current ratings for cables shall conform to


following IS :

− IS:3961 (PART II) 1967 : PVC insulated & PVC


sheathed heavy duty cables.

− IS:3961 (Part V) 1968 : PVC insulated light duty


cables.

• Armouring shall conform to IS:3975-1979 (Mild steel wires,


strips & tapes for armouring of cables - first revision).

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 128

(b) Conductor

i. Plain aluminium conductor, solid / stranded, grade H4, Class


I or 2 (as applicable), as per IS 8130 (conductors for
insulated electric cables and flexible cords).

ii. Plain annealed, high conductivity Copper Conductor solid /


stranded, Class 1 or 2 (as applicable), as per IS 8130.
Conductor shall be tinned when indicated.

 The conductor shall be clean, reasonably uniform in


size and shape, smooth & free from harmful defects.

 Power cables shall be with Cu. /Al conductors. Power


cables upto and including 4 sq. mm shall be with
copper conductor. All power cables above 4 sq. mm
shall be with aluminium conductor. Control cables
shall be with copper conductor only.

 Cables upto 6 sq mm shall be with solid/stranded


conductor, but all cable including and above 10 sq
mm shall be with stranded conductor.

(c) Insulation

 Insulation for cables shall be PVC Type A as per requirement


indicated herein and shall conform to the properties covered
in the following applicable standards.

 IS 5831 - PVC insulation and sheath for electric cables.

 The insulation shall be so applied that it fits closely on the


conductor and it shall be easily possible to remove it without
damage to the conductor.

(d) Core Identification

Colour coding shall be acceptable for all cables upto 5 cores; Cables
with more than 5 cores shall have printed numerals on each core.

(e) Inner Sheath

 It shall be so applied that it fits closely on the laid up cores &

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 129

it shall be possible to remove it without damage to


insulation. It shall be ensured that the inner sheath is as
circular as possible

 Inner sheath shall be of PVC and applied either by extrusion


and shall be compatible with the insulation provided for the
cables.

(f) Armour

 Armouring is given for mechanical strength I protection of


cables from external damage. This shall comprise galvanised
steel in the form of round wires or strips. These shall be of
following types:

W - Galvanised single steel wire.

F - Galvanised single steel strip

 Armouring is applied over insulation in case of single core


cables and over inner sheath in case of multicore cables. The
direction of lay of the armour shall be left hand.

(g) Outer Sheath

 The outer sheath shall be of an extruded layer of PVC


compatible with the specified ambient and operating
temperature of the cables & conforming to the requirement
of IS 5831 as follows :

Type ST1 : General purpose sheath intended for use in


Cables operating at a maximum rated conductor temperature
70°C.

Type ST2 : Heat resiting sheath intended for use in cables


operating at a maximum rated conductor temperature of
90°C.

 The sheath shall be resistant to water, ultra violet radiation,


fungus, termite and rodent attacks. The colour of the outer
sheath shall be black unless otherwise specified. The
sheathed cables shall be weatherproof, suitable for indoor /

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 130

outdoor use.

 The outer sheath shall be applied over armouring in case of


armoured Cables.

FRLS CABLES

The FRLS cables shall be generally as per the above specification


except the outer sheath shall be of Extruded FRLS PVC. These Cables
shall meet the requirements related to flame retardance, low smoke
emission, and low acid and toxic gas emission as per applicable
standard.

(h) Cable Code

The following code shall be used for designating the cable.

Constituent Code letter

Al conductor A

PVC insulation Y

Steel wire armour W

Steel strip armour F

Steel double wire armour WW

Steel double strip armour FF

PVC outer sheath Y

(i) Identification

Manufacturer’s Identification

The manufacturer’s name or trademark, Voltage Grade, Year of


manufacture and type of Insulation shall be indented, printed or
embossed throughout the length of the cable at every 1 meter length
on the outer sheath.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 131

Cable Identification

In order to distinguish electric cable from telephone cables, the word


‘ELECTRIC’ shall be indented, printed or embossed throughout the
length of the cable on the outer sheath.

Cable ends shall be sealed with non-hygroscopic sealing caps.

(j) Test and Test Equipment

 Cables shall be subjected to routine and acceptance tests in


accordance with standards specified. Test methods shall
conform to IS 10810 (Methods of Test for Cables).

 CONTRACTOR shall ensure use of calibrated test equipment


having valid calibration test certificates from standard
laboratory traceable to National Standards.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 132

CABLE SYSTEM INSTALLATION WORK

1.0 SCOPE

1.1 This specification covers the requirement of Cabling System Installation Work.
The installation, testing and commissioning of the complete cabling system
(i.e. cables, cable carrier system, terminations and all accessories required to
make the system complete) shall be carried out in accordance with this
specification.

1.2 The installation work shall include unloading at site, transportation to


contractor’s stores/ yard/ workshop, storing in contractors stores/ yard,
erection, jointing / termination, testing, commissioning and any other work
items necessary for completing the job.

1.3 The CONTRACTOR shall furnish all supervision, labour, tools, welding
equipment, tackles and testing equipment as required for installation, testing
and commissioning work. All incidental hardware and miscellaneous items such
as saddles, spacers, nuts/bolts/washers, anchor fasteners, cable route and
joint markers and protective covers for buried cables, earthing as required for
the cabling installation shall be deemed to be included by the CONTRACTOR as
part of the installation work.

1.4 Major Civil Works like construction of cable trenches, cable tunnels and duct
banks are in Contactor’s scope but the same shall be paid separately. The
required embedment plates shall be provided by the Contractor by using
anchor fasteners if the same are not provided by others. However, minor civil
works such as making holes / grooves in floor slab/wall, and patching up in an
approved manner any holes made in the walls / floors, embedment of short
lengths of conduits, plates in floors walls, etc. shall be deemed to be included
in the scope of work.

1.5 The CONTRACTOR shall ensure workmanship of good quality and shall assign
qualified SUPERVISORS / ENGINEERS and competent labour who are skilled,
and experienced in their trades.

2.0 CODES AND STANDARD

The cabling system installation work shall comply with the latest applicable Standards,
Electricity Rules, Fire Insurance Regulations and Safety Codes of the locality where the
installation is carried out.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 133

3.0 CABLE LAYING

3.1 The cables shall be laid in build up trenches, directly buried in ground, vertical
raceways, clamped on structures/ walls/ ceiling, pulled through pipes and
conduits, etc.

3.2 The scope of cable laying shall include laying, pulling cables as above, proper
dressing of cables, supply and installation of cable fixing saddles, spacers and
metallic cable clamps as required.

4.0 CABLE INSTALLATION

4.1 The Installation rates shall include supply and installation of accessories like
cleats, clamps, identification tags and associated hardware.

5.0 DIRECTLY BURIED CABLES

PROVIDING & CONSTRUCTING UNDERGROUND 450MM BELOW GROUND


LEVEL FOR CABLE LAYING

i) Excavation in all types of soil including WBM Asphalting/CC/RCC/Brick


Masonry/Hard &Soft rock for making trenches upto a depth of 450 mm below.

ii) Supplying and spreading dry river sand cushion over the entire area of
excavated trench.

iii) Back filling the trench with excavated or imported earth free from all foreign
matters, including consolidated and disposal of surplus earth beyond the
premise.

6.0 CABLE FIXING ON WALL, COLUMN OR ABOVE GROUND :

6.1 Cable shall be clamped on wall/column with necessary clamp using zinc
coated/ Cadmium plated screws and nuts when the cable is run above ground
level.

7.0 CABLE TERMINATION

7.1 The scope of termination at each end shall include dressing, and connecting all
the cores of the cables. It shall also include :

a) Making the requisite holes on the gland plate of the switchgear/any


other panel, fixing glands, terminating the cables in the cable boxes,

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 134

earthing the cable armour, crimping of cable lugs on each core, neatly
clamping the cable inside switchgear / panel cable alleys, connecting
the cable to the terminals and proper tightening of terminals. The
cable and core identifying tags and core identifying ferrules shall be
supplied and installed by the CONTRACTOR as a part of cable
termination work.

7.2 Cost of supplying cable glands and cable lugs shall be included under unit rates
for cable supplying & laying and supply and fixing of junction box.

7.3 Spare cores shall be similarly tagged/ ferruled/ cross ferruled with a suffix
letter ‘’S’’ along with cable numbers and coiled up after end sealing.

7.4 All cable entry points shall be sealed and made vermin and dust protected.
Unused openings shall be effectively sealed.

8.0 CABLE JOINTING IN HAZARDOUS AREA :

Job includes supplying, installation, testing & commissioning at site of flameproof


junction box of approved make, cable termination FLP cable gland, earthing through 4
sq flexible stranded Al.

9.0 CONDUITS / PIPES INSTALLATION

9.1 The CONTRACTOR shall install all conduits/ pipes (inclusive of all accessories)
required for the cable work. Conduit shall be of 50 / 80 mm dia GI pipes. All
bends/tees/ any other fitting will be required to be supplied and installed by
contractor at his cost and payment will be made in running meter of pipe
under that item rate as per SOR.

9.2 Conduits/ pipes shall be laid buried in ground, laid along the walls/ structural
members, along floors and ceilings. Conduits and pipe sleeves which are
required to be embedded in walls, roof slabs, floors, trench and tunnel walls,
under roads and tracks etc shall be installed by the CONTRACTOR. All
conduits / pipes shall have their ends closed by caps until cables are pulled.

9.3 Water-proof sealing shall be done for all outdoor to indoor conduit/pipe sleeves
by means of bell mouth termination pieces and bitumen based cold set
water-proof compound.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 135

10.0 CABLE JOINTS

10.1 Jointing of cables shall be made in accordance with relevant codes of practice
and MANUFACTURER’s special instructions. Cables shall be firmly clamped and
supported within 300 mm from the joint to avoid mechanical stresses on the
joint. When two or more cables are laid together, joints shall be arranged to be
staggered by about 3 meter.

10.2 The CONTRACTOR shall plan and cut the cables in such a way that joints are
avoided as far as possible and also the wastage of cable is limited to a
minimum. However, in long runs of power cables, joints shall be permitted at
an accessible location which shall be chosen in consultation with IOCL before
work is taken up.

10.3 The straight through jointing method and its application technique shall be of
thoroughly proven type. Jointing kits shall be suitable for the type of cable and
for underground buried /overhead cable installation. The CONTRACTOR shall
offer cast resin type jointing kits, complete with insulating materials, stress
grading/relieving materials, plastic mould, resin, tinned copper lugs and
necessary accessories to make a complete joint in all respects. Unit rate
quoted for outdoor straight through joints/Jointing kits shall include erection of
temporary shelter and safeguarding against ingress of moisture.

10.4 Jointing kits shall conform to IS 13573/VDE specification with test certificate.

11.0 CABLE TAGS AND MARKERS

11.1 Each cable shall be tagged with numbers that appear in the cable schedule.

11.2 The tag shall be aluminum with the number punched on it and securely
attached to the cable/conduit by not less than two turns of 20SWG GI wire
conforming to IS:280. Cable tags shall be of rectangular shapes for cables.

11.3 Location of cables laid directly underground shall be clearly indicated with
cable marker made of galvanised steel plate.

11.4 Location of underground cable joints shall be indicated with cable marker with
an additional inscription “Cable Joint”.

11.5 The price of cable tags and markers shall be included in the installation rates
for cable/conduits quoted by the Contractor.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 136

CABLE ACCESSORIES

1.0 SCOPE

This specification covers the supply and installation of cable accessories like glands and
lugs.

2.0 CABLE GLANDS

2.1 The CONTRACTOR shall quote for supply & laying of cable and junction box
inclusive of double compression type cable glands and all other assessories.
Cable glands shall be heavy duty and shall be of robust construction capable of
clamping the cable and armour rigidly without injury to insulation and provide
dust/leak proof termination. All cable glands shall be heavy duty brass/steel
chrome casting, machine finished and Nickel plated except skid washer &
sealing devices. Rubber components used in cable glands shall be of neoprene
and of tested quality. Cable sizes shall be marked on the cable glands for easy
identification. Each gland shall comprise the following:

1.1 Gland body.

1.2 Nipple with cone for clamping armour and neoprene compression ring.
Nipple shall have external threads.

1.3 Check nut and 2.3 to 3 torn thick neoprene washer

1.4 Metallic compression ring having internal taper to match with armour
wire diameter and outside diameter of cone.

1.5 Compression nut having internal threads to fix to the nipple body.

1.6 Compression nut with neoprene compression ring for outer sheath of
cable.

1.7 Flame-proof (FLP) glands shall be similar to double seal cone grip type
glands described above except that construction shall be suitable for
installation in hazardous areas. Cable gland shall be as of specified
make and CMRS certification number and size shall be embossed on
the gland. Approval certificate of relevant authority on flameproof
apparatus shall be furnished.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 137

3.0 CABLE LUGS

Cable Lugs shall be of tinned copper/Aluminium, solderless crimping type of reputed


make confirming to relevent standards suitable for aluminium or copper conductor
cable connections. Copper lugs shall be used for copper cable and Aluminium lugs shall
be used for Aluminium lugs.

4.0 MINIATURE CIRCUIT BREAKERS

Miniature circuit breakers shall comply with the requirement of applicable standards
and shall have fault interrupting capacity of 10 KA.

Tenderer’s Seal & Signature :


Tender No: LOBP/ENGG/PT-01/2011-12 138

SCOPE OF WORK & SPECIFICATION OF RADAR GAUGE AND


TEMPERATURE SENSOR

1.0 DAY TANKS OPERATION

The proposed tanks shall be automated for the level & temp. control by TFM System.
Reading of radar gauges & temp. Sensor to be displayed at local station near each tank
bottom and in control room. The reading shall be linked with alarm system for high
and low levels.

Presently LOBP Asaoti is having radar gauging system of Make : SAAB /


ROSEMOUNT TANK GAUGING and the vendor has the option to select either
Make : SAAB / ROSEMOUNT TANK GAUGING including supply and
installation of required hardware, cables, JB, Temp. Sensor, cable tray etc all
complete or of separate Make including all software, PC & hardware, all
complete as per details given in specification / data sheet. The existing tray
and other hardware accessories and software can be used if there is
available sufficient space in the tray / hardware without affecting the
performance of the existing / proposed system. The proposed radar gauge
system for tanks can be integrated in existing software, in case vendor opt
to select Make : SAAB / ROSEMOUNT TANK GAUGING. PC is available for
existing make of SAAB / ROSEMOUNT TANK GAUGING. The decision of the
site engineer regarding availability of the space will be final and binding to
the contractor.

2.0 Training for special instruments such as Radar Gauges shall be arranged by bidder for
owner’s maintenance and operation personnel at site.

3.0 Procurement, Shop testing, and Supply & Training

3.1 Procurement

3.1.1 Engineering for procurement shall include selection of material,


instruments based on data sheets and technical requirement enclosed
in this bid. Bidder’s scope of work includes preparation of material
requisition and purchase requisition for the all the items with spares
and review/approval of vendor drawings.

Bidder to note that data sheets attached as a part of the


Tender do not include instruments which are in package
vendor’s scope of supply. These data sheets shall be prepared
by the respective package vendor in line with various

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 139

requirements given in the Tender, various general


specifications and Specification for Package Units attached
with the Tender.

3.1.2 All instruments shall be procured from approved vendors given in a list
for this purpose. In case, any item is to be supplied from a vendor
other than mentioned in the list, the bidder shall have the written
approval from Owner for the same.

3.1.3 The Purchase Requisition (PR) for each item shall be prepared by
using instrument data sheets. Data sheets shall be updated with
specific vendor information and shall contain all information including
the make and model no. of each instrument, in addition to the material
specification, Reference list, Catalogues, Certificates of approval etc.

3.1.4 In case of any discrepancy amongst various documents that are part
of tender, most stringent requirement advantageous to the Owner
shall prevail. In any case Bidder shall bring such discrepancy to the
notice of the Owner and shall proceed only after taking Owner’s
concurrence.

3.2 Shop testing

3.2.1 Shop testing of instruments shall be carried out by the bidder. All
materials and work shall be inspected and tested as specified in
Technical Requirements as a minimum in the tender specifications.

3.2.2 Owner may witness any or all items testing in stages during
manufacture or at final stage before shipment.

3.2.3 Bidder shall submit the test and inspection procedure well in advance
for the Owner’s review and approval.

3.2.4 Bidder shall appoint third party inspection agency (from the Owner’s
approved list). Third Party Inspection for instrument items shall be as
specified in technical requirements.

3.2.5 Inspection and/or witnessing of tests by Third Party shall not relieve
vendor of his responsibility for material, quality workmanship and
others.

3.3 Supply

3.3.1 Bidder’s scope includes supply of material and spares parts as listed in
the tender, but not limited to complete the job.

3.3.2 Bidder’s scope includes construction/ commissioning spares, supply of

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 140

spare parts list for 2 years operation, supply of consumables as listed


in Part 2- scope of supply. Two year’s spare part list shall contain Parts
name, Part no., recommended quantity and Tag. No. for which spare
has been offered, instruction for storage based on installed quantity
and price.

3.3.3 Bidder’s scope of supply includes supply of spares.

3.3.4 SPECIAL TOOL: Bidder’s scope shall include supply of necessary


special tools for installation, calibration and maintenance at site that
are not commercially available. Tool name, tool No., and quantity
shall be indicated.

3.3.5 Bidder must initiate the remedial action in case unsatisfactory


operation of any equipment or item is observed during this testing
with intimation to Engineer-in charge.

3.3.6 Bidder must document all observations including details of


malfunctions observed. If any items / equipment requiring total
replacement must document reason for the same.

3.4 Maintenance

During guarantee period:

Bidder is required to maintain the systems free of cost for a period of two
years (from the date of final handing over to Owner) trouble free operations.
Bidder is required to submit plan for maintenance. All the spares required for
trouble free maintenance of system during guarantee period shall be supplied
by the contractor at no extra cost to Owner.

Defect Liability/ Warranty Period shall be for two years from the date of
successful completion of the Integrated SAT & handing over of the complete
system by the Bidder to IOC. It may be noted that during the defect liability/
warranty period, Vendor will take complete responsibility for any defect
observed in the system (i.e. in instrumentation software, hardware,
communication & networking media’s/ protocol interfacing with TDM), any
minor debugging required in software for better compatibility with TDM
software (in case it undergoes any changes), any other equipment & services
related to the terminal automation system & rectify the same immediately.
Cost of all spares, equipment, instruments & services (preventive and
breakdown) to take care of the above points has to be borne by the Bidder
during the warranty period. In case of failure to attend to these promptly,
these will be attended through alternate agency at Bidder’s risk and cost.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 141

After commissioning of the system Bidder should position their engineer at site
for the total warranty period as & when required.

On the lapse of the Warranty period, Bidder shall support the System for
another 5 years (AMC Contract) as per mutually agreed terms and conditions
with the Owner.

4.0 RESPONSIBILITY

The responsibility between bidder and others shall be as given in the table below:

RESPONSIBILITY CHART

S. DESCRIPTION BY BY
No. BIDDER OTHERS

1.0 Design, sizing & selection of materials for instruments 


as per job requirement

2.0 Engineering, procurement & supply of instruments as 


per job requirements

3.0 Supply of all items as described in scope of supply 

4.0 Installation of Items in bidder’s scope of supply and 


those supplied by the package vendor

5.0 Shop testing/calibration of instruments 

6.0 Field testing/calibration of instruments 

7.0 Commissioning/commissioning assistance 

8.0 Co-ordination with vendors of special items and sub- 


package vendors for installation and commissioning

9.0 Control Systems

9.1 Supply of hardware, cabinets, and software 


implementation

9.2 Preparation of engineering drawings/documents 

9.3 Cable termination/ glanding in control room in co- 

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 142

ordination and assistance with OWNER

9.4 Loop checking, testing and commissioning 

10.0 Documentation 

11.0 Spares (All Types) 

5.0 EXCLUSIONS AND DEVIATIONS

5.1 The scope of the supply and work shall be in full compliance with all the
requirements stated in this tender.

5.2 Items not indicated clearly in the Bidder’s offer, but required by this tender
shall be considered as included in the bidder’s scope. Any deviation proposed
by the sub-vendor shall not be taken into account. Such items shall be
considered to be completed by vendor on his full responsibility.

5.3 Any deviation/exclusion shall be identified in the format. In absence


of such list, offer will be deemed as full compliance with tender
requirement.

6.0 DOCUMENTATION

6.1 General

6.1.1 Bidder shall submit all vendor documents "Drawing and Document
Requirement" as a minimum. During execution of order, Vendor shall
proceed manufacturing only after obtaining owner’s approval with
respect to specification and quantity on drawings/documents, which
are listed under review category.

6.1.2 Bidder shall be responsible for any discrepancies, errors or omissions


in the drawing/documents prepared by Vendor, even if Owner has
reviewed those. When such errors or omissions are discovered later,
they shall be corrected/ rectified by bidder at his sole expense.

6.1.3 Language to be used in the documents shall be in English.

6.1.4 Units/dimensions on all documents shall be indicated in metric units.

6.1.5 In case the offer received is incomplete in any respect, client reserves
the right to reject the same without any reference to the Bidder.

6.2 Documents / Information be submitted with bid

a. Technical deviation list, if any, point-wise to tender document

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 143

including all the specifications/requirements mentioned in the tender


document.

b. System Configuration Diagram of the offered system.

c. Estimated Qty. of Instruments / Bulk Material etc.

d. Estimated utility consumption data for instrument power (UPS, & Non-
UPS)

e. Heat load for Control Room equipment

f. Bio-data of engineers who will be carrying out the job-execution for


instrumentation.

g. List of Instrumentation & Office software that shall be used.

h. List of software available for carrying out design and engineering of


instrumentation

i. Responsibility chart duly signed by the Bidder.

j. The bidder should provide the following to OWNER/CONSULTANT


along with the tender:

• list of tools to be used,

• Test equipment and test instruments proposed to be used for


the job. Their make, model number, accuracy, compatibility,
test and calibration certificate and the validity of such
certificate.

The bidder should indicate the qualifications and experience of various


skilled persons to be deployed for this job from his end.

k. The Bidder should attach the Engg. Office & Site organization chart for
this job.

l. Schedule of rates for all supply and installation activities shall be


submitted by the Bidder in the format attached elsewhere in the
Tender.

6.3 Documents required during execution of project

After award of contract following documents shall be furnished for Owner’s


information / review/ records.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 144

S. FOR FOR
DESCRIPTION REMARKS
NO. REVIEW RECORD

1 Purchase Requisition for all instruments 4 4

2 Documents / Drawings list and schedule 4

3 Completed instrument index 4

4 Cable Schedule 4 4

5 Logic diagram 4 4

6 Functional schematics 4

7 Loop drawings 4 4

8 Related documents such as Graphic display, 4 4


group display, Overview display, logging formats,
hardwired console layout

9 Software loop diagrams 4

10 Special software details 4

11 Point data base 4

12 Interconnection cable details 4

13 UPS & Heat Load 4 4

14 Cabinets/ racks general arrangement 4 4

15 System cabinets/ rack wiring diagram 4

16 Overall dimensional & detail drawings for 4


equipment

17 panel foundation details 4

18 System configuration details 4

19 Power supply distribution schematic 4 4

20 Earthing schematic 4 4

21 Power consumption list (UPS/ NON UPS) 4 4

22 Factory testing and acceptance procedures 4 4

23 Site testing and acceptance procedures 4 4

24 Vendor drawings for all instrumentation items 4

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 145

S. FOR FOR
DESCRIPTION REMARKS
NO. REVIEW RECORD

25 Sub-vendor list 4

26 Installation Standards for selected vendors 4

27 Certificates (statutory / W&M / test calibration / 4


inspection)

28 Installation, operation and maintenance manuals 4

29 As-built drawings/documents 4

30 MCT layout 4

31 Instrument mounting details 4 4 Review


required for
items not
covered in
attached
standards

32 Bill of materials / Material Summary 4

33 Special test equipment/ tool requirement for 4


maintenance

34 Schedule 4

35 Progress report 4

36 Spare parts list 4

NOTES:

1. Owner’s review/approval does not absolve the responsibility of the Bidder. Any
case bidder is fully responsible for Guaranteed operation.

2. All the above documents, as applicable, are also required for the package units
sub-ordered by the Bidder.

3. Only critical documents identified by owner from Bidder’s drawing schedule


shall be reviewed.

4. Documents other than those identified for review by owner shall be submitted
for records.

5. Bidder shall prepare & submit 4 set of the as built drawings / documents after

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 146

commissioning.

Any other document/drawing not listed above but required to carryout the engineering
and for integration of other equipment / packages sub-ordered by bidder shall also be
prepared and furnished to Owner.

7.0 QA/QC REQUIREMENT FOR VENDORS

Bidder shall ensure that vendors for all items comply the following.

a. Vendor shall fully specify the status of vendor’s factory for acquisition of ISO-
9000 certification with the validity. If vendor does not possess ISO-9000
certification, then vendor shall submit his QA plan of manufacturing, testing
and inspection for purchaser’s review/approval. If vendor possess ISO-9000
certification, then vendor shall submit his QA plan for information.

b. To fulfill the quality assurance requirement, vendor shall accept free access of
Purchaser/Owner at any time until shipment.

8.0 PROGRESS REPORTING

8.1 Bidder shall submit schedule for procurement engineering, installation, testing
and commissioning.

8.2 During execution, bidder shall submit monthly/ fortnightly progress report.
8.3 Bidder shall ensure reports such as manpower deployment, constraints/ hold
reports etc. during site activity.

9.0 SPECIAL NOTES

9.1 Bidder shall confirm compliance to the requirement in this tender.

9.2 Bidder shall ensure that adequate export packing shall be provided to protect
against rust, corrosion and damage during transportation and storage of all
instrument items. All ports and openings shall be sealed. Threaded connection
shall be plugged with moulded plastic caps or plug. It is vendor’s responsibility
to ensure all items are adequately protected during shipment.
9.3 Protection and preservation measures for items supplied shall be taken by the
Bidder in accordance with his specification during transportation and for a
period of six months after receiving at site.
9.4 Bidder shall specify local support capability in India for all the items supplied
by him or by his sub-vendor. This includes the spare parts inventory and
maintenance capabilities.
9.5 Bidder shall provide a list of installation in similar applications in the past five
years. This shall include the model no., number of units, plant, completion
date and reference, as minimum.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 147

9.6 The selection of instrument model no., is Bidder’s responsibility and selected
model no. shall have a proven track record of atleast 6 months from the date
of commissioning for the similar application. The proven track record shall be
submitted along with the offer. It shall be from end user.

9.7 Copies of all related certificates like Ex; TUV; CCE, CMRI, EPA; (from statutory
bodies) as applicable shall be produced along with the offer. If original is not in
English it shall accompany a translated version by an authorized agency.

9.8 The Computers specified in this tender shall be minimum Core 2 Duo based
with 2.65 GHz Speed / latest machine available in the market, whichever is
higher, even if specified otherwise in the attached specifications/ datasheets.

10.0 Installation of in line instruments (radar gauges, temp. sensor, cable etc.) is in Bidder’s
scope of work. It is bidder’s responsibility to check the installation & provide all
necessary installation arrangement fittings & fixtures.

11.0 The following documents / drawings are required from bidder along with the bid / after
award of contract:

AFTER JOB AWARD


S. WITH
DESCRIPTION FOR AFTER
No. BID
REVIEW FINAL DATA

Deviation’s list from this requisition, codes,


1 X
standards and specifications.

2 List of Vendors for the Bought out items. X X

Data sheets for the bought out items.

1. Radar Level Gauge

3 2. Tank Temp. level Guage X X

3. Transmitters

4. Power & control cables

4 Fabrication & Manufacturing procedures X

5 Material test and analysis certificate. X

6 List of sub vendors / contractors. X X

Pre-commissioning, commissioning and


7 X
performance guarantee test procedures.

8 Installation, operation and spare parts manual. X X

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 148

12.0 SCOPE OF SUPPLY

The Scope of supply is listed below but not limited to, for the complete system.
Contractor must look into the requirement of IOCL and include missing items, if at all
any.

S. No. Description Qty

Tank Radar Level Gauge, Multi spot temp. sensor & Local display
unit, with required field communication unit, software & required
1 power/control cables etc. For Make – SAAB, the PC & software is 3 Nos.
available and hooking up is required to be done in existing PC and
software.

2 Control Cables of suitable size as per recommendation of OEM. LUMPSUM

3 Power Cables of suitable size as per recommendation of OEM. LUMPSUM

Cable Trays including bends, tees etc. of suitable size as per


4 LUMPSUM
recommendation of OEM.

LAPTOP/DESKTOP PC as per recommendation of OEM. For Make –


5 SAAB, the PC is available and hooking up is required to be done LUMPSUM
with existing PC and software.

amplifier units / Junction Box of suitable size, local Hand switches,


interconnection between instruments and junction boxes, single
6 LUMPSUM
pair, multi pair cables from field to control room, interfacing with
package items as per recommendation of OEM.

Erection hardware such as nut-bolts, ferrules, gasket, Cable gland,


7 LUMPSUM
cable tags, rout marker, mounting stand etc.

Drawing / Diagram for entire radar gauging system including trays


8 LUMPSUM
and routing.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 149

GENERAL TECHNICAL REQUIREMENTS

1.0 GENERAL

1.1 This part of the technical specification covers in general, definitions, standards,
specifications of work, various requirements for the execution of
instrumentation works.

1.2 Instrumentation works shall be performed in accordance with this technical


specifications and various other drawings and schedules supplied with this
tender and time to time instructions received from engineer-in-charge or his
authorized representative (s) during the progress of the work. In case of
discrepancy in the drawings, specifications, or schedule of quantities, the
bidder should bring the matter to the notice of OWNER for decision.

1.3 Electric power and water for construction purpose shall be arranged by the
bidder.

1.4 The bidder must obtain for himself on his own responsibility and at his own
expense all the information which may be necessary for the execution of this
contract and must examine and inspect the site of the work and acquaint
himself with all relevant local conditions and matters.

1.5 Bidder to possess at site copies of all standards / codes used to execute job.

2.0 CODES & STANDARDS

Supply of all instrumentation items shall be as per the standards specified in respective
specifications. However generally following standard shall be followed:

ANSI / ASME American National Standards Institute/ American Society of


Mechanical Engineers.

B 1.20.1 Pipe Threads.

B 16.5 Steel Pipe Flanges and Flanged Fittings.

B 16.20 Ring Joint Gasket and Grooves for Steel Pipe Flanges.

ANSI / FCI American National Standards Institute / Fluid Controls Institute

70.2 Control Valve seat leakage classification

MC96.1 Calibration of Thermocouple

API American Petroleum Institute

RP 520 Sizing, selection & installation of pressure relieving system in refineries.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 150

Part-I -Sizing and selection

Part-II -Installation

RP 521 Guide for pressure relieving and depressurizing systems.

RP 526 Flanged steel safety relief valves.

RP 527 Seat tightness of pressure relief valves.

MPMS Manual of Petroleum Measurement Standards.

Chapter 4 Proving Systems.

Chapter 5 Liquid Metering.

Chapter 6 Metering Assemblies.

Chapter 12 Calculation of Petroleum Assemblies.

ASME American Society of Mechanical Engineers.

- Boiler and Pressure codes (Section I and VIII) - “Unfired Pressure Vessels”

B31.3 Process Piping

ASTM American Society for Tests and Materials.

BS British Standards

BS-1042 Measurement of fluid flow in closed conduits

BS-5308 Part-II Specification for PVC insulated cables.

BS-7244 Breather Valves

DIN-43760 Temperature Vs Resistance curves for RTDs

IBR Indian Boiler Regulations

IEC International Electromechanical Commission.

IEC 79 Electrical Apparatus for Explosive Gas Atmosphere

IEC-529 Classification of degree of protection provided by enclosures.

IEC-534-2 Industrial Process Control Valves-Flow capacity

IEC 584-2 Thermocouples – Tolerances

IEC 751 Industrial Platinum Resistance Thermometer Sensors.

IS Indian Standard

IS-5 Colours for ready mixed paints.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 151

IS-2074 Ready mixed paints, air-drying, red oxide-zinc chrome.

IS 2147 Degree of Protection provided by Enclosures for low voltage switchgear


and control gear

IS 2148 Flame Proof Enclosure for Electrical Apparatus

IS-3624 Specification for pressure and vacuum gauges

IS-7358 Specifications for Thermocouples

IS-8784 Thermocouple compensating cables.

ISA Instrument Society of America

S-5.1 Instrumentation Symbols and Identifications

S-5.2 Binary logic diagrams for process operations.

S-5.3 Graphic symbols for Distributed Control / shared display

S-18.1 Annunciator sequence and specifications

S-75.01 Flow equations for sizing control valves.

ISO-5167 Measurement of fluid flow by means of orifice plates, nozzles and


venturi tubes inserted in circular cross-section conduits.

NEMA National Electrical Manufacturer’s Association

ICS-6 Enclosures for Industrial control and systems.

OSHA Occupational Safety and Health Authority.

CENELEC/ BASEEFA/CMRI/ PTB/FM etc. for certification of electronic instrumentation

In addition the instrumentation erection and calibration works shall be carried out
generally in accordance with various internationals and Indian standards in
instrumentation listed below but not limited to the following:

2.1 API-RP-550 Manual on installation of Refinery instruments and control system.

2.2 ISA standards and practices for instrumentation.

2.3 Manufacturer’s standards and practices.

3. AREA CLASSIFICATION

All Field Instruments, JBS, Glands, Plugs etc. shall be suitable for installation in
hazardous area classified as Zone 1, Group IIA, IIB, Temp. Class T3 irrespective of
their location in the field.

All Control Room instruments shall be suitable for installation in Safe area.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 152

4. INSTRUMENT PROTECTION & ENCLOSURE TYPE

All field instruments shall be intrinsically safe in general. Field switches shall be
explosion proof / flame proof to specified electrical area classification as per IS 2148 /
NEMA 7 (EEx-d).

Moreover field instruments (transmitters, switches, Limit Switch) shall also be


Weatherproof to IP 65 class as per IEC 529.

Local field instruments like pressure gauge, temperature gauge shall be weather proof
to IP-55.

All junction boxes, cable glands & local panels etc. shall also be weatherproof to IP 65
as a minimum. Junction boxes, cable glands and accessories shall be weather proof
only when connected to intrinsically safe circuit and shall be weather proof & explosion
proof / flame proof when connected to explosion proof instruments / circuits
irrespective of their location.

In case the intrinsically safe instrument(s) not available, the explosion proof
construction shall be used. The intrinsically safe (Ex-I), explosion proof / flame proof
(Ex-d) instruments shall be designed and constructed according to CENELEC standard
preferably.

All explosion proof / flame proof (Ex-d) instruments shall be certified to specified
hazardous area class by a statutory body like BASEEFA, CESI, PTB, INIEX, FM, CMRS,
CENELEC etc. Purging for Instruments shall not be used.

The following certification shall be provided:

a. Certificate from statutory authority like BASEEFA, FM, PTB, CENELEC,


etc. for items of foreign origin and from CMRI, ERTL etc. for items of
Indian origin.

b. Approval certificates from CCE (Chief Controller of Explosives) for


items to be installed in India, irrespective of country of Origin.

c. Approval certificates from BIS (Bureau of Indian Standards) for all


flameproof instruments.

5. POWER SUPPLIES & THEIR DISTRIBUTION

The Power supply shall be at following voltage levels:

a) 230 V AC +/- 5%, 50 Hz +/- 3 Hz UPS

b) 230 V AC +/- 10 % Non-UPS for Panel/ Cabinet Lighting

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 153

Owner will provide the UPS system.

Bidder shall arrange for power supply of instruments and power supply
distribution shall be taken care by the bidder.

Instrument power circuits shall be individually protected from fault with the
help of fuses. Power supply to the individual instrument shall be disconnected
with the help of DPST switch and protected with the help of fuses. Miniature
circuit breaker (MCBs) may be selected in place of switch fuse unit in case
protection is provided for overload protection.

6. TECHNICAL SPECIFICATIONS

All items included in bidder’s scope of supply shall be in accordance with the respective
technical specifications attached with the tender.

Inspection and testing shall be carried out as per the requirement & specified in
individual general specifications. Specified testing requirement is minimum
requirement, Bidder to carry out other standard tests as applicable.

Bidder shall submit all final approved vendor drawings/ documents in a form of
Mechanical Catalogues for instrument items. These shall include Vendors’ Installation &
Operation Manuals, Material Certificates, Vendor Catalogs, Wiring and tubing diagrams,
dimensional drawing and fabrication drawings, parts list, specification sheets,
calculation sheets QA plan etc. as a minimum.

Unless otherwise specified, one (1) reproducible copy and six (06) original copies shall
be submitted.

Bidders to note that various documents like cause & effect diagram, instrument
location layout, cable trey / trench layout etc. as mentioned will be issued to successful
bidder. Bidder shall carry out further engineering/ installation based on these
documents without any cost and time implications.

7.0 SHOP TESTING & INSPECTION

Bidder shall appoint third party inspection agency (from the Owner approved list) to
carry out shop testing and inspection on his behalf of all materials. QA/ QC plan shall
include third party inspection.

Bidder shall prepare and submit QA/QC procedures to be followed to Owner for review
& approval. QA/QC procedures shall cover all the activities to be performed by bidder
and their suppliers. The procedure as a minimum shall cover details such as
Performance test, functional test, hydrotest etc. as indicated in scope of work. It shall
also include Non conformity control and approval system, Name of third party
inspection agency, Final clearance procedure, reporting procedure for monitoring

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 154

manufacturing status, frequency of inspection, formats for such activities.

Inspection Reports shall be submitted to Owner.

Inspection categories have been indicated elsewhere in the tender.

Category A: Stage wise and final inspection by Third party.

- Stage-I

• Inspection of casting, forging by Radiography Test, Hydro test, Dye


Penetration etc.

- Stage-II

• Final Inspection

Category B: Final inspection by Third party.

Category C: Verification of manufacturer’s test reports by Third party.

Category D: Final inspection by Third Party and IOCL.

However Owner may witness inspection of any category any time. Bidder shall make
necessary arrangements.

Final clearance for dispatch shall be given by Bidder after Owner’s confirmation.

8.0 AS BUILT DRAWINGS

After completion of all the work included in scope of work of bidder, the bidder shall
prepare as built drawings and submit to Owner. The bidder shall incorporate all the
changes made during installation work in the concerned drawings and hand over the as
built drawings to OWNER. Following details shall be incorporated:

a. Changes in cable tray routings from those shown in drawings.

b. Changes in location of JBs, local panels and instruments from those marked in
drawings.

c. Changes made in wiring in JBs, panels, etc,

d. Changes made in hook-ups.

e. Any other major changes made necessitating a drawing revision.

9. FINAL HANDING OVER

9.1 Bidder shall recalibrate all instruments before Guarantee Test Report.

9.2 After bidder has completed all the work in the Plant LOBP Asaoti, he will
thoroughly check and satisfy himself that the work is complete in all respects.
He shall then send a written information to OWNER to that effect. On receipt

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 155

of such an information OWNER shall jointly or separately review the work and
prepare a punch list within 7 days from receipt of intimation of work
completion. The punch list shall be given in writing to the bidder. On receipt of
punch list the bidder shall attend to all punch list points within 7 days. The
bidder shall bring to the notice of OWNER any point in punch list, which cannot
be attended to by him due to circumstances beyond his control. This shall also
include such points where the work is already completed by bidder but
appearing in punch list due to damage, theft etc. On completion of the
installation work for the whole plant a final review of the work completed shall
be jointly made by OWNER and a final punch list made.

10. INSTRUCTION TO BIDDERS

10.1 Calibration and stamping charges of the Guages for commissioning the system
have to be borne by the Bidder. Calibration / Stamping of meters is required to
be got done by the Bidder from concerned State / local W&M authority.

10.2 Bidder is required to procure, supply, fabricate, provide, paint, steel


structurals, aluminium sections, particle board, glass etc. required for
installation of instruments as per site engineer’s instructions at no extra cost to
IOCL.

10.3 The rates quoted shall be inclusive of all tools, tackles, and test equipment to
be provided by the bidder.

10.4 The bidder shall maintain proper records and payment to their employees
(salaries, overtime, perks, retrenchment allowances, provident fund, gratuity
etc.) as may be required to be paid in accordance with any laws and / or
statutory rules and regulations in force from time to time and applicable to
bidder and his employees, will be done by bidder, who shall discharge all such
liabilities promptly and shall keep OWNER indemnified against all such
payments.

10.5 All employees engaged by bidder shall be deemed to be bidder’s employees


and no such employees shall have any right or claims whatsoever against
OWNER.

10.6 All payments required to be made by bidder, but paid by OWNER on bidder’s
behalf shall be recoverable from bidder and OWNER shall be at liberty without
any obligations and prejudice to other rights and remedies to deduct the paid
amount of bidder due to OWNER.

10.7 For better clarification and understanding bidder shall discuss with the owner
and of his own interest bidder shall visit site and get acquainted with the work.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 156

10.8 The bidder is expected to put in his best efforts to ensure that the work is
completed as per the schedule given. OWNER / Client shall do their best to
ensure that the bidder is fed regularly with work and that his manpower does
not idle. However instrument erection work also depends on the fronts given
by mechanical and piping bidder at site. This activity cannot always be
controlled and on many occasions the same may be irregular. Due to this the
schedule may be crashed for instrument erection work. Bidder is expected to
have the necessary flexibility and the resources to mobilize additional
manpower and exhort his work force to do extra overtime for such
emergencies.

11. REFERENCE DRAWINGS

Bidder shall refer to various other drawings/ documents attached elsewhere in the
Tender like P&IDs, Plot Plan, Site Conditions, Equipment drawings, Piping Material
Specifications, Technical Specification for valves, Various data sheets / specifications
etc. Requirements given in such documents shall also be adhered to.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 157

INSTALLATION

1. GENERAL

This specification covers the instrumentation Installation requirements for radar


gauging system. This specification shall be read in conjunction with other requirements
given in Tender documents.

A. SCOPE OF WORK

1. INSTALLATION

1.1 Bidder shall carryout installation of all instruments as described in


technical specifications and scope of work given in the tender.

1.2 Activity shall include but not limited to installation of, all field
instruments, installation of junction boxes, local Hand switches,
interconnection between instruments and junction boxes, laying of
single pair, multi pair cables from field to control room, interfacing
with package items, laying of power supply cables from control room
to the field, glanding, tagging, ferruling and pair/core identification of
all field cables & cables inside the control room.

1.3 During execution, bidder shall co-ordinate with OWNER’s, other


contractors.

2. INSTALLATION OF FIELD INSTRUMENTS

2.1 Installation of amplifier units / junction boxes of field instruments such


as Radar Level Gauges, Temp. sensor etc.

2.2 Installation of Pressure & Differential pressure gauges including laying


of impulse tubing, mounting, supporting & testing of impulse lines,
calibration of the gauges.

2.3 Installation earthing devices, Card Readers, Local Interface Panel,


Push Buttons etc.

2.4 Erection & installation of tank top mounted Radar Level Gauges &
temp. sensor etc. as per the specification of the instrument vendor
including supply & installation of local display unit at tank bottom, field
communication unit, modem, JB, power/ control cables upto control
room, supports, mounting, calibration & testing etc.

2.5 Package items: Interfacing instrumentation of package items such as


Local panels, field instruments (supplied by respective package

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 158

vendor) to control room is included in bidder’s scope. This shall include


work such as supply and installation of cable tray, cabling, termination
of cables from package unit to control room. The Bidder shall also
terminate the Multi-pair cables between Junction Boxes & the Local
Panel and cables from mounted junction boxes / Local Panel to Main
Control Room. All cable glanding / cable termination at both ends with
proper ferruling as per the cable schedule of Local panels, mounted
junction boxes shall be done by the Bidder. Local Panel purge
connections shall be furnished by the Bidder, wherever required.

2.6 Providing of bonding jumper with copper strip on all erected fittings/
valves flange joints on oil pipelines/tanks.

3. SUPPLY & INSTALLATION OF BULK ITEMS

3.1 Supply & Installation of junction boxes, power distribution board/


panels on column/wall/support frame as per the requirement including
providing support, mounting, selecting the appropriate type of junction
box as per the junction box/cable schedule, fixing the terminals,
testing, supply of mounting accessories like long studs/bolts/clamps as
required, glanding the unused entries with ex-proof or weather proof
plugs according to type of the junction box.

3.2 Preparation of MCT block layout, Supply & Installation of the Multi
Cable Transit for cable entry at the control room at 2 locations, one for
Instrument cable & the other for the Electrical cable. Installation shall
include fixing the frame, insert blocks, stay plates, lubricating the
insert blocks and laying of the cables through these blocks.

3.3 Supply & Installation of all necessary hardware/ cabling of level


transmitters, Temperature control valves. etc. for interfacing with PLC
through serial link.

3.4 Supply & Laying of instrument cables from control room to field
instruments.

3.5 Laying of single pair/triad cables from individual instruments to the


respective junction boxes/local panels as per the details of junction
box wiring diagram or cable schedule, including laying of the cables on
trays/angles, clamping them at regular short intervals with aluminum
flat strips, or clamping them to angles, dressing, glanding, ferruling
and terminating at both the ends.

3.6 Laying of multi pair/triad cables from junction boxes/local panels to

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 159

the marshalling rack terminals in the control room through under


ground trench, including, dressing, glanding, ferruling and termination
of the cable at both ends as per the cable tray routing layout and
wiring diagram. The cable from junction box/local panel to main cable
tray /trench shall be laid in angles/perforated trays.

3.7 Bidder's scope also includes Supply & laying/routing of power cables
with various cross sectional area in Main control room / Field and the
respective user Instrument in the field and termination at both the
ends. 3-way Junction Boxes shall be installed to facilitate termination
of the higher cross-sectional area cables in the Local Panels /
Instruments.

3.8 Bidder to note that separate routing or physical separation shall be


maintained between signal / thermocouple cables, control/alarm cables
and power cables shall be maintained.

3.9 Supply of GI flats and Connection with Earth Pits for Instruments as
per requirement.

3.10 Putting cable markers wherever cables are routed underground.

3.11 Supply & Laying of instrument overhead cable tray over the pipe rack.
Other items in Bidder scope are painting of the tray body including
supply of paint.

3.12 Supply & Installation of cable tray accessories like horizontal elbows,
reducers etc.

3.13 Supply & Installation of ladder cable trays as per the cable routing
layout including providing supports, fabrication and installation of
accessories like horizontal/vertical elbows, reducers.

3.14 Supply & Installation of perforated cable trays from individual


instruments to main tray including providing supports. As far as
possible the perforated trays shall be run in a vertical plane with angle
supports throughout its run.

4. FABRICATION

4.1 Supply & Fabrication and installation of perforated cable tray


accessories out of the straight runs required for elbows and for
installation of trays around the junction boxes and local panels.

4.2 Supply & Fabrication of stanchion supports for field instruments out of
2” Heavy duty pipe. The stanchion shall be properly welded with the

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 160

cover plate at its top.

4.3 Fabrication of supports for ladder cable trays and perforated cable
trays out of flats, angles and channels. Fabrication of supports for
cables etc.

4.4 Supply & Fabrication of canopies out of metal sheets as per the
standard drawing. Fabrication of support for the canopies.

4.5 Supply & Fabrication of bends, tees and other joints for perforated
cable trays with the available straight run of perforated trays.

4.6 Supply & Fabrication of accessories like bends, elbows, tees etc. for
ladder trays

4.7 Supply & Fabrication of supports and frame for mounting of field
instruments, junction boxes, etc. suitable for mounting on columns or
on separate supports as per the requirement. Anchor fasteners shall
be provided wherever support is not available.

4.8 Supply & Fabrication for any other items, not mentioned here but
required for effective installation of instrument items.

4.9 All structural steel shall be painted.

5. CIVIL WORK

Civil work such as control room work, foundations for panel/ tray/ JB support,
excavation for laying buried cables, sand filling, brick laying, putting pipe
where required shall be included in Bidder’s scope.

6. MISCELLANEOUS

6.1 Providing man-power assistance to different vendors representatives


for items / special instruments.

6.2 Preparing tags for items with ref. nos., item description in all ship
loose items.

6.3 SS tag plates shall be fabricated for all instruments with Tag Nos.
embossed and tied to individual Instrument with SS wire. The
Junction Box tag Nos. shall be engraved in white, on Black bakelite
strip.

6.4 Expediting and inspection of all materials included in bidder’s scope of


supply. However owner reserves the right to expedite and inspect such
materials.

6.5 Inspection of all free issue material at site to ascertain that same is in

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 161

good condition and report any defect/ damages immediately to


OWNER/Consultant.

6.6 Transportation of OWNER’s supplied material from owner’s store to


work-site.

6.7 To supply and bear the cost of all replacement material and labour,
necessary to rectify faults or inferior workmanship, which show up
during instrument installation and testing, provided such faults are due
to faulty workmanship or material supplied by the bidder.

6.8 Proper storage, security and handling of all material issued till the time
of FINAL HAND-OVER. Any loss or damages incurred during this period
shall be chargeable to the bidder.

6.9 To report to site management without any deficiencies in design,


omissions, discrepancies etc. which are likely to impede in the time
schedule, quality of work or full operability of the installation

6.10 Transportation of all instrumentation items and material including


heavy items like local control panels from central stores where it shall
be unloaded by bidder to the actual place of installation or bidder’s
temporary storage.

6.11 Preparation of all necessary documentation like loop checking reports,


progress reports, manpower charts, reconciliation statements, etc.
which shall be required during site installation work.

6.12 Checking the type of tapping points provided for instrument process
connection, as per P&I diagram/hook up diagram/mechanical
standards and to inform if there is any discrepancy.

6.13 Supply of all type of consumable required for the execution of the job.
(Anchor fasteners for stanchion support, U clamps, studs, bolts, nuts
etc.)

6.14 Preparation and submission of as-built drawings as required.

6.15 Field Inspection: All equipments shall be inspected by bidder after its
receipt at site. The test as a minimum shall include

 Hardware verification as per packing list.

 Visual and mechanical checking

 Checking for all accessories

 Vendor must initiate the remedial action in case of damage/

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 162

short supply.

6.16 Any other work not mentioned above, but required for proper
execution of the works.

7. TESTING & CALIBRATION

7.1 Functional testing of all instruments, level instruments, instrument


cables including special instruments/items if any, and calibration of all
instruments shall be carried out as per the requirements as described
in technical specifications.

7.2 Testing of control room equipments such as Tank Farm Information


System, Temperature Control system and interfacing with other
devices etc. shall be carried out by bidder.

7.3 Loop Checking of installed & calibrated field Instruments to Control


Room shall be carried out by the Bidder.

7.4 Standard facilities like test benches, calibration equipment required


during erection / installation should be made available at site in
adequate quantity.

7.5 Traceability of Calibration Equipments to National Physical Laboratory


& other National Standards shall be furnished by the Bidder.

7.6 Copies of all relevant standards / codes used in the jobs shall be
available with the bidder.

8. COMMISSIONING

8.1 The co-ordination and assistance for start-up, commissioning and


stabilization of proposed facilities, with Owner/ all sub vendors shall be
the total responsibility of bidder.

8.2 In case of special instrument items, the installation shall be done


under the supervision of that instrument vendor’s personnel. It is the
responsibility of bidder to co-ordinate and make available the
specialist’s services from vendors at the time of commissioning.

B. SCOPE OF SUPPLY

The supply and installation shall include, but not limited to the following: Angles, flats,
channels, various types of fasteners, threading & beveling of Nipples from pipe pieces,
welding, painting, protection of Instruments by Plastic bags, thermocol till
commissioning, clamps, etc.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 163

1. ERECTION MATERIAL AND SERVICES TO BE SUPPLIED BY THE


BIDDER

1.1 The procurement and supply in sequence and at the appropriate time
of all materials and consumable except for the materials specifically
enlisted under owner’s scope of supply shall be entirely the bidder’s
responsibility and his rates for execution shall be inclusive for all these
items. They are as follows but not limited to them.

1.2 Bolts and nuts required for tray supports, long bolts required for fixing
junction box, U-bolts with nuts, clamps for SS/copper tubes, cables
and pipes, Mounting screws for instruments / boxes, polythene bags,
thermocol, cotton rope for protection of instruments against rain/
damage.

1.3 All steel like flats, angles, channel, and metal sheet required for
fabrication of accessories for ladder trays, all supports required for
instruments and installation items, impulse pipe/tube supports etc.

1.4 All industrial gasses like oxygen, acetylene or inert gases, compressed
air and all types of electrodes, brazing rods, flux etc. for welding
purposes, with necessary facilities for testing the welded joints.

1.5 Teflon tape and other pipe joining compounds for threads.

1.6 Paints, primers and solvent. (Kerosene, petrol, etc.)

1.7 Plastic tags/ferrules for identification of tubes / wires at panel/junction


boxes.

1.8 Aluminum name plate tags for identification of single and multipair /
multicore cables at the instrument end, junction box end and the
control room end.

1.9 Welding electrodes, soldering, flux and lead, brazing rods, lugs, wire
sleeves, insulation tape for instrument cables.

1.10 All accessories for electrical wiring like cable lugs, ferrules for
identification cable ties etc.

1.11 Spool pieces and blinds for testing wherever required.

1.12 All tools like welding sets, pulleys, cranes etc., required for installation
work.

1.13 Cotton tape by bidder for temporary support to instruments.

1.14 Accommodation and transport for their personal at site.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 164

1.15 Insurance to cover their men and material.

1.16 Transportation of all materials from client / OWNER store to work-site.

1.17 Storage and security of their materials and also client’s equipment and
materials while in bidder’s custody.

1.18 Depute to site sufficient number of skilled and unskilled labour and
expert supervision as considered adequate at all stages of work.

1.19 Any other item not specified, but required for the completion of the
job.

C. INSTALLATION SPECIFICATIONS

1. FIELD INSTRUMENTS

Instruments shall be installed in accordance with as per the manufacturer’s


recommendations. Any deviation from above shall only be after prior approval
of OWNER.

1.1 Before installation at site, all instruments shall be calibrated in the site
shop using proper test equipment as follows.

• All instruments shall be calibrated for 0%, 25%, 50%, 75%,


100% and vice versa.

• All temperature gauges shall be calibrated using temperature


baths.

• All thermocouple activated instruments shall be calibrated by


generating milli volts by a potentiometer.

• All transmitters shall be calibrated as per instrument ranges.

• All alarm and trip switches shall be calibrated over the entire
range and finally set and checked for alarm/trip points and
reset points as per the alarm/trip set point schedule. After
setting, these shall be sealed.

• Safety valves and relief valves shall be set/tested at cold


bench test pressure in presence of IOCL / Inspector using dry
air/nitrogen. Leakage if any shall be removed by proper
lapping of seat and disc.

• All electronic instruments shall be calibrated as per the


manufacturer’s instructions.

• All special instruments shall be checked and calibrated as per

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 165

manufacturer’s instructions.

1.2 Instruments as a rule shall not be supported directly on process lines


or from handrails except wherever agreed to by the clients / OWNER.

1.3 Instruments after installation shall be adequately protected wherever


necessary by covering them with plastic bags. Thermocole shall be
used to cover glasses of local indicators to prevent accidental
breakage, till commissioning of the plant.

1.4 All transmitters installed on stanchions shall be mounted with canopies


for permanent protection against rain. Canopies shall be fabricated by
the bidder based on the installation standards provided. The bidder
shall prepare a drawing for such a canopy and get it approved by
Engineer-In-Charge before fabrication.

1.5 Instruments (except those in lines) shall be mounted with their centre
approximately 1.3 mtrs. above the platform or floor in a position
accessible for operation and maintenance.

1.6 Stanchions for instruments shall be located in such a way as not to


obstruct a walkway or passage. They shall in general be installed over
the base plate provided on the pavement/ground floor for the purpose.
If base plates are not available in the instrument location, the
stanchion shall be fixed to the ground with anchor fasteners.

1.7 Instruments occurring in a cluster can be mounted on a common


framework or pedestal for ease of cabling and tubing.

1.8 Bidder shall check the orientation of all indicating instruments to


ensure that the indication is easily visible from operation point of view,
while in upright position.

1.9 Temporary supports to the instruments: The instrument shall be


supported by hanging them with wire rope cotton from the top of steel
structures.

1.10 All direct mounted instruments like pressure gauges, differential


gauges, etc. shall be installed in such a way that they have good
readability and accessibility.

1.11 Special instruments such as Radar type level transmitters, Card


Readers etc. shall be interfaced suitably. Other field devices shall be
hardwired to control room.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 166

2. JUNCTION BOXES

2.1 JBs shall be mounted with their centre approximately 1.3 m above
platform or floor in a position accessible for operation and
maintenance. In case these occur in a cluster, these can be mounted
on a common framework for ease of cabling.

2.2 Walkways and passages shall not be obstructed. For this purpose
sufficient clearance shall be maintained all around taking into account
the necessary tray layout around a junction box or a manifold.

2.3 Each equipment after installation shall be checked for horizontality &
verticality in two planes at right angles to each other.

2.4 Junction boxes shall be opened only at the time of glanding and cable
termination. Temporary plugs fitted in openings of cable glands shall
be removed only when required.

2.5 Unused cable entries of the JBs shall be properly plugged with Ex-
proof/Weather proof plugs.

2.6 For installation of Junction boxes at platform level and in area where
concrete/ columns are not available for mounting the junction boxes,
bidder shall use ISMC of adequate sizes for mounting the junction
boxes.

2.7 After installation of the junction box and cable termination the junction
box cover shall be tightened properly and ensure that all nuts and
bolts in their position.

3. CABLE LAYING AND TERMINATION

This section covers the general guidelines for laying and termination of all
cables. Main cable layout, cable tray routing drawings, instrument layout
drawings and JB wiring drawings, shall in general be followed for the purpose.

3.1 GENERAL

• Cables shall be checked for external damage prior to and


during laying operations. OWNER shall be informed of any
damage detected.

• Cable drums shall be jacked up for unreeling the cables.


Drums shall not be rolled on the ground for the purpose.

• Each drum shall be meggered before cable laying. The voltage


to be applied shall be checked with OWNER. In case of a fault

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 167

noticed in any cable the corresponding drum shall be isolated


from others.

• A detail planning shall be submitted prior to cable laying,


giving drum number, cable number, lengths and shall be
approved by engineer in charge of owner. JB locations shall
not be altered at site as far as possible. In case the same is
absolutely necessary, the bidder shall check if the cable length
is increasing or decreasing and then choosing the proper drum
from which the same can be taken. Similarly deviations from
pre-decided route shall be approved by OWNER.

• Wherever armoured cables are laid in trays signal cables


(analog, Serial link etc.) can be mixed with thermocouple /
RTD cables while laying. Similarly intrinsic safe (IS) and non-
intrinsic safe (non- - IS) single cables can be laid together in
the same tray. Cables for Power, Digital and Control cables
can be mixed while laying.

• All instrumentation cables shall be in single runs only and no


intermediate joints are permitted.

• All cables shall be identified close to their termination point


and intermittently by cable number as per cable schedules /
junction boxes schedules. PVC ferrule / tag plate shall be used
and these identification tags shall be securely fastened to the
cables.

• Bidder to note that over head cable tray shall be used for
routing multicore cables. The main tray shall be routed over
the pipe rack with suitable accessible location.

• Ladder and perforated trays shall be provided with support at


an interval of not more than 1.5M.

• From field junction box to over head main tray, the cable shall
be routed through angle/perforated trays. Single cables from
instrument to junction box shall be through perforated trays.

3.2 CABLES IN TRAYS AND ANGLES

• Cables shall be rigidly supported on structural steel and


masonry individually (angles/ trays) or in groups (trays).
Drilling of steel must be resorted and approval must be
obtained and steel must be drilled where the minimum

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 168

weakening of the structure will result. Cable shall be supported


at every 500mm on vertical runs and every 1000 mm on
horizontal runs. At every vertical drop to junction boxes, they
shall be clamped at more frequent intervals (max. 300 mm).
All cables in trays shall be properly dressed and clamped.
Clamps made of galvanized steel / Al strips shall be used for
clamping cables in trays.

• For cables supported by angles bidder shall ensure that these


are completely protected from external damage by the angle
surfaces and no part of the cable protrudes out.

• All cable shall be bunched tied and finally clamped (in


horizontally & vertical directions).

All special cables and power supply cables will be laid direct to
the field instrument without any junction boxes, unless
otherwise specified. Special cables for serial communication
shall be armoured.

3.3 CABLE TERMINATION

• Cable termination shall be done as per the JB schedule/


interconnection drawings issued to the bidder. Only qualified
electricians shall be employed for the purpose.

• In general all instrumentation cables shall be glanded prior to


termination. Cables without glands, supported with U clamps,
tied to structures for support etc., are unacceptable. During
glanding care shall be taken so that sufficient extra length of
cores is available upto the terminals and the wires are
terminated without any tension or mechanical stress on the
terminal. Cable at instrument end shall be terminated with a
loop of sufficient diameter.

• Cable sheath shall be stripped neatly using suitable tools.


Armour after cutting shall be properly terminated. Only proper
sized rubber seals, compression rings, suitable for the
particular cable shall be used for proper glanding. Bidder shall
ensure that core screens and core insulation are not damaged
during glanding.

• Cores shall be neatly bunched and tied using button-tape. Use


of wires, stripped insulation sleeves for above, is

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 169

unacceptable. Wherever PVC ducts are provided wires shall be


routed through them.

• Ferruling shall be done using PVC ferrules. The size of ferrules


shall match the core OD. Oversize ferrules, which tend to slip
or rotate around the core shall not be used. Ferrules shall be
assembled in such a way as to ensure good visibility.

• Termination shall be done using self insulating tinned copper


crimping lugs (in bidder ‘s scope).

• Drain wires from electrostatic screens shall be lugged and


terminated on bus bar/terminals provided for the purpose in
JB / panels. Bidder shall ensure that screen shall not touch any
other part of JB / panel or cable gland during glanding.

• Shorting between terminals wherever required shall be


achieved by using standard shorting links. Small pieces of
wires shall not be used for the purpose.

• Bidder shall instruct his electricians to follow the same core


numbering procedure throughout the plant using the ‘counting’
and ‘direction’ cores for multicore cables. For triad cables
similar uniformity in writing shall be followed.

• After crimping of lug continuity test and meggering shall be


carried out once again.

• Only ex-proof glands shall be utilized for cables between


Exproof instruments and ex-proof JBs and weather proof
glands for cables between Intrinsically safe/weatherproof
instruments and weather proof JBs.

4. LOOP CHECKING

4.1 The purpose of functional testing is to verify the operability of the field
instrument upto control room. This testing is not a calibration test.
However significant calibration errors, greater than 2% of calibrated
range, should be reported, investigated and corrected. Equipment
found to fail inspection shall be informed immediately to Engineer-In-
Charge and returned.

4.2 Loop testing shall be conducted to check the functional performance of


all elements comprising the loop, thereby ensuring proper inter-
connections and operations.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 170

4.3 Before proceeding for loop checking, the calibration results of


individual elements shall be recorded on the approved format, which
shall be approved by OWNER/CONSULTANT for correctness of
installation, measurements and calibration results.

4.4 Loop testing for all control loops shall be generally by simulating
process conditions for at least 0%, 25%, 50%, 75% and 100% of full
scale inputs. Detailed procedure shall be submitted to
OWNER/CONSULTANT for approval before proceeding with the loop
checking.

4.5 For Electronic Instrument of open loop such as Electronic transmitters,


Level Transmitters, etc. loop calibrators shall be used for loop
checking, by feeding simulated process conditions.

4.6 For Thermocouple, RTDs, loop calibrators shall be used.

4.7 For process switches as level switches, pressure switches etc.


switching action shall be checked by simulating process conditions

4.8 Performance of individual Control loops shall be accepted for an overall


accuracy of ± 1.5%. For custody transfer loop it shall be ±0.1%.
Where deviation is found to exist more than specified limit, bidder shall
re-calibrate the instruments, which shall also form part of loop testing,
at no extra cost.

4.9 After the loop test is complete, the bidder shall connect back any
terminations and connections removed for loop checking.

4.10 In case of loops in which instruments like receiver alarm cards, field
multiplexers/ receivers are calibrated by control system vendor, loop
checking shall be performed in co-ordination with them. If a defect, in
the calibration of the instruments in bidder’s scope is observed, same
shall be rectified by bidder to the satisfaction of OWNER/
CONSULTANT. If defect is detected in the calibration of the
instruments in the scope of control system vendor, same shall be
rectified by them. After the calibration has been rechecked by control
system vendor, the loop checking would be performed to the
satisfaction of OWNER/CONSULTANT, which shall be part of bidder’s
scope of work. All co-ordination with OWNER for control room
instruments shall be Bidder's responsibility.

4.11 The bidder shall complete all entries in the ‘Loop Sheet’ related to field
instrumentation including calibration, installation checks,

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 171

interconnection of tubing and cabling, hydrotest etc. and get it signed


by OWNER/CONSULTANT/Engineer-In-Charge. All loop sheets duly
filled and signed shall be handed over to control system vendor for
overall loop checking records.

5. OTHERS

PROGRESS REPORTS / MANPOWER CHARTS

The bidder shall submit to OWNER various reports required for close
monitoring of construction work. These shall be submitted in a typed form.
Following reports are required.

5.1 PROGRESS REPORT

5.1.1 The bidder shall before site mobilization and in consultation


with OWNER, prepare a comprehensive program in bar chart
form showing manpower deployment and various other major
activities like fabrication, installation, cable and tube laying,
etc., which shall be achieved on a fortnight. The necessary
inputs to make this program realistic like expected progress on
other fronts etc.; shall be given to the bidder by OWNER. This
document when completed and agreed upon shall form the
basis of comparison for progress reports generated
subsequently during site work.

5.1.2 A weekly progress report day by day basis shall be submitted


on first working day of the week, which shall contain details of
the work, carried out in the previous week with approximate
quantities. The report shall also contain highlights of
bottlenecks in availability of fronts, material etc. which shall
hinder his progress commitments.

5.1.3 On the first working day of every fortnight the bidder shall
submit a resume of work completed in the previous month
versus targets set. The report shall explain with reasons any
shortfalls from projected progress. The report shall also
present in tabular form total material receipts and
consumption, total fabrication, installation and calibration
completed as well as billing. The required statistics shall be
given for the cumulative period, from the date of mobilization
at site.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 172

5.2 MANPOWER REPORTS

5.2.1 This shall be submitted in a standard format and shall indicate


the total number of supervisory, skilled, semi-skilled, and
unskilled workers employed on the job the previous day.

5.2.2 Functional loop check report for all loops.

5.2.3 Calibration report/ test reports

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 173

SCHEDULE OF EXCEPTIONS AND DEVIATIONS


In line with Bid document, Bidder may stipulate exceptions and deviations to the Bid conditions
if considered unavoidable.

S. No. Volume / Page No. of Clause No. of Subject Deviations


Bid Document Bid Document

Note:

1. Any deviations taken by the Bidder to the specifications of the Bid document shall be
brought out as per this format only and enclosed along with the offer.

2. Any deviations not brought out in this form and written else where in the Bid
documents shall not be recognized and the same is treated as null & void.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 174

TEMPERATURE ELEMENTS AND THERMOWELLS

1. SCOPE

This document describes general specification for Temperature Elements &


Thermowells for proposed one no. tank at LOBP Asaoti. This general specification shall
be read in conjunction with other requirements given in Tender documents, Data
Sheets etc. for selection of the instruments.

2. CODES & STANDARDS

The latest edition prior to the date of enquiry shall be followed.

Codes/Standards Title

ANSI /ASME • B16.5 Steel pipe Flanges and Flange Fittings

• B 2.1 - Pipe threads

• B 16.20 Ring Joint Gaskets and Grooves for steel pipe


flanges

DIN 43760 Temperature v/s Resistance curves for RTDs

IEC 529 Classification of Degree for Protection Provided by Enclosure

IEC 751 Industrial Platinum Resistance Thermometer sensors

IS 2147 Degree of Protection provided by Enclosures for low voltage


switchgear and control gear

NEMA ICS-6 Enclosures for Industrial Control and System

3. SPECIFICATION

3.1 Resistance Temperature Detector (RTD)

RTDs are used for temperature monitoring shall have the following features as
a minimum.

(1) All the RTDs shall be Platinum element four wire type with 100 ohms
resistance at 0 Deg. C calibrated as per IEC 751 / DIN 43760.

(2) Multi point RTD assemblies shall be furnished with weatherproof


junction box with bolted cover & Heat resistant and moisture proof
gasket fitted between case and cover. Immersion length and no. of

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 175

elements shall be decided by Radar LT vendor.

(3) Design of assemblies shall be such that the on line replacement of


elements assembly is possible.

(4) The RTD junction box shall be furnished with adequate number of
terminals to facilitate terminations of multiple RTD with spare terminal
capabilities.

3.2 Thermowell

(1) Thermowell shall be as chosen to fit the instruments without air gap
for minimizing measuring lag.

(2) Immersion length of elements shall be as per data sheet. The


thermowell shall be as per the standard drawings attached with the
data sheet. Thermowells in line sizes less than 4” shall be installed by
expanding the line to 4”.

(3) Flange size, rating & finish shall suitable to matching flange.

(4) Thermowell shall be designed for continuous operation under the


specified process conditions of pressure, flow and temperature.

3.3 Material

For RTDs sheath material shall be SS 316 as minimum unless otherwise


specified in the Data Sheet.

The material of construction of thermowell shall be SS 316 as a minimum.


Same material shall be used for flange as well as thermowell.

4. AREA CLASSIFICATION

Instruments shall be suitable for plant area classified as Zone 1, Gas Group IIA, IIB
with temperature class T3 as per IEC.

5. ENCLOSURE OF EQUIPMENT

All Head or Junction boxes shall be Weatherproof to IP 65 as per IS 2147 / IEC 529 as
a minimum and assembly shall be suitable for using them in intrinsic safe circuit
provided. Radar LTs are provided with isolators for IS circuit.

If Radar LTs can not be provided with isolators for intrinsic safety then head shall be
ex-proof. Approval certificates from CCE (Chief Controller of Explosives) shall be
provided for items to be installed in India, irrespective of country of Origin.

6. TEST AND INSPECTION

Test and inspection shall be as per Test & Inspection requirements mentioned in the

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 176

Technical requirements.

In case of thermowell supplied in pieces, all applicable testing & inspection shall be
carried out after fabrication of complete thermowell.

7. PAINTING

Painting shall be as per manufacturer standard.

8. NAME PLATE

A nameplate containing following information shall be placed on head.

(1) Tag no.

(2) Manufacturer name and trade mark.

(3) Enclosure Protection

(4) Type of Element.

(5) Element Length

The following information shall be permanently marked on the side of the thermowell
flange.

(1) Tag Number of the thermowell.

(2) Size and rating of the flange

(3) Material of the flange and well.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 177

GENERAL SPECIFICATION FOR RADAR GAUGE BASED TANK


FARM MANAGEMENT SYSTEM

1. SCOPE

This document describes general specification for Radar Gauge Based Tank Farm
Management System (TFM) for proposed one no. tank at LOBP Asaoti. This general
specification shall be read in conjunction with other requirements given in Tender
documents, Data Sheets etc. for selection of the instruments.

The storage monitoring for the tank farm shall be carried out by the Radar level
gauges on the tanks and the local indicators by the side of the tank at ground level.
These gauges shall be connected to the communication interface unit in multi-drop
mode and in-turn connected to tank farm management system.

The scope includes supply of Radar type tank gauges as specified and installation &
Commissioning of the complete system with required modification on the tanks.

The scope of supply & installation shall broadly include the following.

a. Radar level gauge

b. Tank side indicators

c. Communication interface unit

d. Software

e. Cable, glands, JB's other hardware for required power, single & control

f. Averaging Temp. Sensor/ Spot Temp. Sensor

2. DESIGN

a. The device must use Frequency Modulated Continuous Wave (FMCW) / PULSE
TIME OF FLIGHTS (PTOF)/ synthesized pulse radar

b. To avoid excessive temperature cycling, the internal electronics in the level


gauge shall be temperature stabilized. The radar gauge shall have a digital
reference to ensure accuracy and stability. Analog delay lines suffer from
temperature and aging effects and shall not be used.

c. For high performance measurement the drift of measured level value shall be
less than one (1) mm for the entire temperature range.

d. The gauge shall operate in a stand-alone mode (single gauge installation) or in


a network of at least 100 gauges with an operator interface workstation in the
control room. Level update time shall not exceed one (1) second in the field

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 178

data concentrator.

e. The gauges shall communicate with the Tank Farm Computer via a vendor-
supplied field bus and also be able to be upgraded to fit common types of
international standardized field buses. The RTG shall have the ability to
connect direct to other types of tank gauging systems using built in
communication adapters and protocol drivers.

f. The standard field bus communication shall have a baud rate of at least 1200
Baud.

g. The radar gauge shall have inputs for temperature, water bottom sensors, etc.
To provide maximum accuracy in hybrid systems, the pressure inputs shall be
able to receive digital as well as analog signals.

h. The radar gauge shall have relay outputs, which are controlled by customer-
selected variables like level and temperature. The relays can be used for the
control of pumps, valves etc. or the indication of alarms. If the relays are used
for High-High alarm the function shall be approved according to the German
TÜV (Technischer Überwachungs Verein) standard for overfill protection.

i. The gauge shall be provided with local digital level and temperature
indicators.

j. The display digits shall have a height of at least 11 mm or as per OEM.

k. Local level indicator integral to the field control unit shall display exactly the
same level as indicated in the control room operator console.

l. Level alarms shall be configurable from the software residing in the operator
interface unit in the control room.

m. The system shall be able to measure tank levels, temperature. Based on the
measured values, the system shall provide Inventory calculations.

n. The system shall be able to perform alarm and error handling for all system
components.

o. The system shall provide for certain levels of redundancy in TFMS server.
Critical system devices as the field data concentrators shall operate in hot
stand-by redundancy mode. Switching to redundant stand-by units shall be
automatic.

3. INSTALLATION ON CONE ROOF TANKS

a. If the RTG is to be installed on an existing tank Manhole cover/ opening, then


the radar beam shall be such that interfering echoes are avoided. The antenna

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 179

design shall be such that minimum influence from the tank wall is provided.
Both inclination and orientation of the antenna shall be adjustable.

b. The antenna design shall ensure condensation drip-off.

c. The material in the antenna shall be proven to be compatible for the chemical
composition of the tank products.

4. CODES & STANDARDS

The storage tank monitoring system shall meet applicable standards and regulatory
agency requirements including, but not limited to, the standards and requirements of
the following:

a) Safety Standards

• Applicable Safety Standards: CCOE – Nagpur and ATEX is mandatory,


FM

• Vendor to specify the design classifications of the field equipment for


operation in continuous hazardous area according to one of applicable
standards above mentioned.

b) Application standards

 OIML -International Organization for Legal Measurements;

 R85- Automatic level gauges for measuring the level of liquid in fixed
storage tanks.

 R125 - Measuring systems for mass of liquids in tanks.

 API - American Petroleum Institute;

 API MPMS ch. 1 - Vocabulary

 API MPMS ch. 3.l A - Standard Practice for Manual Gauging of


Petroleum and Petroleum Products in Stationary Tanks

 API MPMS ch. 3.l B - Standard Practice for Level Measurement of


Liquid Hydrocarbons in Stationary Tanks by Automatic Tank Gauging

 API MPMS ch. 3.3 - Standard Practice for Level Measurement of Liquid
Hydrocarbons in Stationary Pressurized Storage Tanks by Automatic
Tank Gauging

 API MPMS ch. 3.6 - Measurement of Liquid Hydrocarbons by Hybrid


Tank Measuring Systems

 API MPMS ch. 7.4 - Static Temperature Determination Using Fixed

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 180

Automatic Tank Thermometer

 ASTM (American Society for Testing and Materials); Applicable tables


and Calculation methods for quantity assessment of liquids (metric
units).

 ISO/TC28/section 3; Terms relating to the calculation of oil quantity

 ISO 4266; Petroleum and liquid petroleum products - Measurement of


level and temperature in storage tanks by automatic methods.

c) Design standards

 ANSI American National Standards Institute

 DIN Deutsche Industry Norm "German Industry Standards"

 NFPA 70 National Fire Protection Agency; National Electrical Code


(NEC)

 IEC 529 Classification of degrees of protection provided

 IEC 79 Electrical apparatus for explosive gas atmospheres

 NEMA ICS.6 Enclosures for industrial controls and systems.

d) Weights & Measurement approvals

 Approvals according to OIML R85

 German PTB / equivalent

 Netherlands Measuring Institute, NMI / equivalent

 Indian W & M

 All calculations, conversions and corrections shall be API/ASTM


compliant

e) Quality Assurance

 The vendor’s organization shall have ISO 9001 certification

 CE Mark Equipment shall conform to EMC directive and LVD directive.

The latest edition prior to the date of inquiry shall be followed.

Codes/Standards Title

ANSI B16.5-88 Pipe Flanges and Flange Fittings

ASME B31.3 Process Piping

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 181

IEC 529 Classification of Degree for Protection Provided by


Enclosure

IS 2147 Degree of Protection provided by Enclosures for low


voltage switchgear and control gear

IS 3624 Specifications for Pressure and Vacuum gauges

NEMA ICS-6 Enclosures for Industrial Control and System

5. SYSTEM REQUIREMENT

This section specifies the requirements for the tank monitoring system including field
equipment, filed to control room interface and man machine interface.

a) The system shall be capable to generate, capture and provide inventory


data/information for display, reporting and/or further data handling to perform
inventory management.

b) The system shall have the possibility to provide the following information in
either metric units or customary units (inches, gallons and Fahrenheit).

c) The system shall meet performance parameters as specified in the applicable


OIML tank gauging documents. Vendor to provide third party approval
documents on this subject.

d) The system shall meet applicable safety, design and specification standards as
specified in API.

e) The vendor shall have intelligent ownership Radar type of level gauge,
indicators, average temperature gauge and control room equipment including
MMI software to guarantee long term support in terms of technical services,
spares, maintenance upgrading and extension of the system.

f) As a minimum all field equipment shall be of protection class IP 65 (NEMA 4).

g) All the offered instruments shall communicate over the same field bus to save
cabling costs.

h) Vendor shall explain gauge design standards for Electro-Magnetic and Radio
Frequency immunity.

i) The instrument enclosure surface shall be suitable for operations in harsh


environment conditions. In case of aluminum parts the chromatised surface
finish shall be preferred.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 182

6. PARAMETERS

The system shall be capable to provide as minimum the following measured data.

 Product level measurement

 Volume calculation according ASTM / API tables, which includes Total


Observed Volume (TOV), Gross Observed Volume (GSV), Gross Standard
Volume (GSV). Available (Pumpable) Volume and Available Space.

 Product Flow calculation

 High, high-high, low, low-low alarms

 Gauge diagnostics and status information

7. PERFORMANCE

The gauge shall be able to continuously track its own accuracy performance on level
and temperature and signal in case specified instrument accuracies cannot be
guaranteed.

Product level measurement:

Resolution : ± 1 mm

Repeatability : ± 1 mm

Factory Accuracy : ± 1 mm in factory and +/- 2 mm in field

Measuring range : 8 meter (standard)

Average temperature measurement:

Accuracy : ± 0.5 deg C or better with resolution of ± 0.1 deg C.

Range : - 10 to + 90 deg C

8. ELECTRICAL

a) Radar type of level gauge and the control room field interface shall have full
galvanic isolation by means of diversion type of electrical circuitry for lightning
protection at communication and power cabling entries.

b) Radar type of level gauge shall have the capability to digitally integrate
peripherals with 2-wire intrinsically safe power and communication wiring,
Digital integration is a must to prevent Analog/Digital and Digital/Analog
conversion tolerances.

c) Radar type of level gauge shall have the capability to integrate peripherals
without the need for separate barrier circuitry units.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 183

d) Applicable peripherals shall be equipped with electrical circuitry for lightning


protection at interface cabling to level gauge.

e) Communication

i. The standard system shall have the capability to provide an RS-232C


or RS485 communications interface for data transmission to Man
Machine Interfaces, site Management systems and a modem for
remote communications.

ii. The system shall be provided with diagnostic features, which monitor
the signal performance and hardware status.

iii. The system shall be able to communicate with Distributed Control


Systems or Supervisory Control and Data Acquisition packages or
Programmable Logic Controllers or other systems.

9. FIELD INSTRUMENTS

This section specifies the requirements for the radar type of level gauges and field
indicator.

RADAR LEVEL GAUGE

• The gauge shall utilise microprocessor controlled Frequency Shift Technology


level tracking or better.

• Signal frequency shaping before broadcast shall be fully processed. Provisions


for temperature control of the high frequency electronics are not acceptable
due to significant temperature changes.

• Signal monitoring and registering of product surface reflection shall provide full
frequency picture for possibility of complete reflection interpretation. This
should support fine-tuning, trouble shooting and antenna contamination
monitoring and signaling.

• The gauge should verify each level measure with an internal reference check.

• For free space close to the tank wall installation vendor should provide antenna
version by which installed accuracy is not influenced by the so-called "multi-
path" effect.

• The display shall facilitate providing the possibility for level and temperature
status information.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 184

SPECIFICATIONS

Make : Vega, SAAB - Sweden, ENRAF – Netherlands.


ENDRESS + HAUESER

Application : Lube Oil

Tank size : As specified in the tender

Tank type : Conical Bottom Vertical Tank

Operating Pressure : Atmospheric

Operating Temperature : Ambient

Product temp. range : -10 to 90 Deg. C

Maximum liquid height : 7m

Minimum Liquid Height : 0.25 m

Accuracy level : ±1 mm

Repeatability : ±1 mm

Mounting : Flange Mounted

Flange Rating : 150 #

Flange Size : Vendor to Specify

Signal : Potential Free Signal preferable. Vendor to


specify.

Antenna Type : Parabolic/Horn/ Planar/ As per Vendor Standards.

Measurement Principle : Frequency Modulation/ Pulse Time of Flight/


Synthesized Pulse Radar

Signal Processing : Digital signal Processing (DSP)

Operating Frequency : X-band (9.15 to 10.85 GHz)/ 6 GHz or equivalent

Protection Class : IP 65 (NEMA 4)

Safety : Explosion proof / IS Ex d IIB T3 according to


Cenelec and in addition Class 1, Division Groups
C, D in according to ANSI/ NFPA 70 (FM) or
equivalent.

Housing Material : Cast Al. G.Al. S17 MgWa with Chromatised finish

Antenna Material : ANSI 316 (acid resistance SS) and PTFE

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 185

Process Connection : With ANSI Flange 150# RF on Tank Roof


Manhole.

Power supply : 230 V ±10% AC 50Hz +/- 5% / 24 V DC and


rating vendor to specify

Lightning Protection : Full galvanic separation via transformers

Transmission

Field Communication : Vendor to specify

Protocol : Vendor to specify

Common Mode Rejection : > 150 db

Communication distance : 2 KM max.

Tank Side Indicator

 The indicator shall be 2 wire communicating and preferably loop powered.

 The indicator shall directly communicate with the transmission board of the
gauge in case the gauge does not provide for an indicator at tank base level.

Specifications:

Display : Back Lit Graphical / LCD

Ambient temperature : -10 to 55 o C

Protection : IP 65

Safety : Explosion proof EEx ib IIB T3 acc. To CENELEC


(Class `1, Div. 1, Group B, C and D, in acc. To
ANSI/NFPA 70 (FM, USA) or equivalent

Power Supply : Loop powered (preferably)

Communication : Digital via two conductors

Material : Cast aluminum

Finish : Powder coated

Cable entry : Vendor to specify

Parameters to be displayed : Level, Temperature, water interface and alarm/


other diagnostics information (as a minimum)

10. AVERAGING TEMPERATURE SENSOR / PROBE ASSEBLY

a) The temperature sensor shall be of multiple spot type. The sensor shall be
connected via a digital sensor selector switch with the level gauge to enable

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 186

the gauge to provide for average vapor temperature as well as temperature


profiling.

b) The vendor should be able to provide only SS sheathing material for the
average indicated.

c) Spot and averaging temperature elements shall be of PT 100 3 / 4 wire type /


Thermo couple. The system measurement accuracy shall be ± 0.5° C (± 1.0°
F) or better with resolution of 0.1°C. The field electronics shall be capable of
automatically determining a true average from the submerged temperature
measuring elements. In the case of non-cylindrical tanks, it shall be possible to
use weighing factors for correct average product temperature calculations.
Averaging temperature elements shall include a specified number of elements
of graduated lengths housed in a common flexible metal thermo-well. The
distance between the individual elements shall not exceed 3 meter (10 ft). The
spot or multipoint temperature RTDs shall be wired directly into the RTG or to
the Data Acquisition Unit / Tank side monitor and the temperature values shall
be transmitted to the remote workstation/Field Data Concentrator via the
common communications bus. The temperature sensors shall also be of make
same as Radar gauges (i.e. the sensor shall be supplied from OEM only).

The number & position of multiple RTD elements shall be as per relevant API
manual of petroleum measurement standards – Chapter 7, Section-4 which is
as follows:

No. of
Tank heights Element Elevation
Elements

< 30ft (9m) 4 3ft, 40%,60%, 80%

30ft (9m) to 50ft (15m) 5 3ft (1m), 20%, 40%, 60%,


80%

>50ft (includes tanks of 6 3ft (1m), 20%, 35%,50%,


20m high) 65%, 80%

11 COMMUNICATIONS

This section specifies the functionality requirements for a tank inventory system which
captures and provides inventory and gauge status data/information for display,
reporting, trouble shooting and/or further data handling to perform inventory
management.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 187

11.1 General

11.1.1 Radar type tank gauge field instruments should be capable to


communicate over 2 wire field bus via the system interface to the
operator interface at a distance of maximum 02 Kilometres.

11.1.2 The field bus protocol should provide maximum resistance to


interference

11.1.3 Dedicated Windows based (Latest version) Tank Farm Software shall
be running on a dedicated Tank Farm Computer. This TF Computer
shall be serially / through LAN connected to the LRC system for
exchange of critical information. (incase software is offered from Tank
Farm OEM).

11.1.4 The system interface shall provide serial communication links for
operations, alarming and (remote) trouble shooting.

11.1.5 The operator interface shall provide network capabilities using


standard LAN.

11.2 System interface (Communication Interface Unit)

11.2.1 The system interface shall convert 2-wire field communication to serial
data link to enable digital data handling.

11.2.2 The system interface shall have full galvanic isolation on all field ports
and host ports.

11.2.3 The system interface shall have configurable Modbus memory mapping
& scaling per port.

11.2.4 The system interface shall have independently supported and


microprocessor controlled communications on all ports.

11.2.5 Vendor to provide separate commissioning/trouble shooting/diagnostic


software which will independently communicate with field instruments
via the system interface without disturbing operations

11.2.6 The system and field gauges shall have the ability for local or remote
PC configuration by means of a parameter download.

11.2.7 Radar gauge/ Integral temperature cum water interfacing probe/ tank
side indicator shall be from OEM. The successful vendor shall submit
original test certificate for all these accessories to IOCL for verification.

11.2.8 Vendor shall provide vertical supports on the product tanks to erect
the cable tray etc.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 188

11.3 TFMS Software

11.3.1 Enhanced inventory management and tank monitoring functionality


shall be available by means of software applications running on
Windows platform, designed on industry standard open connectivity
architecture.

11.3.2 The system shall be able to accept multiple users with different
privileges independently of the Windows operating system. The
system shall have freely configurable task related privileges for
operators, operator managers, service managers etc.

11.3.3 Logging on and off of different users shall be stored as event for
traceability.

11.3.4 The log on period should expire automatically

11.3.5 The systems database shall be ODBC compliant for maximum data
handling flexibility.

11.3.6 The system shall provide for open connectivity via OLE e.g. for
users to extract appropriate data using commercial off the shelf
software e.g MS Excel or MS Access etc.

11.3.7 The operator interface shall have full network support over standard
LAN, using commercial off the shelf hardware and software.

11.3.8 In case of networking the system shall have clock synchronisation


for all systems operator stations.

11.3.9 The system shall have the capability to support hot-stand by


redundancy without the need for external switches.

11.3.10 The following modules/views are considered to be required as a


minimum for the tank inventory system.

• Alarming; audio/visual alarms

• User configurable tank grouping

• Events

• Field commands

• Manual overwrite

• Views; tank related as well as group related

• Tank detail

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 189

• Tabular data

• Bar graphs

• Tank icons.

11.3.11 The system shall be able to generate reports in a display/printer


format as well as a computer format through the communication
interface using an industry standard report generator (such as
Crystal Report). It shall be possible to format the report forms to
include station header, product label, date, starting and ending time,
starting and ending volumes, temperature of the fuel as well as the
net volume increase, etc.

11.3.12 All reports may be retrieved through local communications.

11.3.13 The system shall have the possibility for a calculator to provide for
estimates in level, mass, time and flow for the operator.

11.3.14 The system shall have the possibility to set operator specific alarms,
which should be cleared automatically with logging off of the
operator.

11.3.15 The system shall have configurable static and dynamic grouping of
tanks.

11.3.16 The system shall have the capability to set alarms on all calculated
entities, e.g. level, volume, mass, flow, temperature.

11.3.17 The system shall fully support all diagnostics and commands of both
servo as well as radar gauge.

11.3.18 The system shall have the capability for historical and real-time
trending analysis.

11.3.19 The system shall have the capability to store data on hard disk for
later analysis, documentation and traceability.

11.3.20 The system shall have the capability to store reports on hard disk for
traceability.

11.3.21 The system shall be capable of sending reports automatically using


fax, email or print services.

11.3.22 The remote display shall provide an audible and visual indication to
the operator of an alarm condition and provide the operator the
ability to acknowledge the alarm and disable the audible indicator.

11.3.23 The system shall provide the operator with the ability to disable the

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 190

audible portion of an alarm but the visual alarm shall not be disabled
until the alarm condition has been corrected.

11.3.24 The Operator interface graphics shall be designed for normal plant
operation information and shall have the following functionality:

• All standard windows shall have the ability to be customized


on demand.

• The HMI software shall have the ability to interface to all


common DCS, PLC, SCADA systems or other systems. The
interfaces shall either be serial links or OPC-database format.

• The HMI software shall be able to act as a master for other


types of tank gauging system.

• An alarm log shall be provided which displays all current


acknowledged and cleared alarms. An alarm inhibit function
shall be provided by which a single or group of associated
alarms could be de-activated. The ability to inhibit any alarm
shall be multi-level password-protected.

• A group configuration function shall be provided which permits


the plant operator(s) to define the groupings of tanks for
display on the group view screen and the group inventory
screen. A similar function shall be available for alarms.

• A value entry function shall be provided which permits the


plant operator(s) to manually enter process values and
operating parameters for each tank. It shall be possible to
configure tanks in the system, which is not equipped with
RTGs.

• An engineering function interface shall be provided for system


configuration and set-up. All configuration changes shall be
password-protected.

• The vendor shall give all the software licensing rights to IOCL
including its source code and all future modification rights in
software

11.4 Tank Inventory Management

11.4.1 The HMI shall be able to calculate tank inventory values according to
the API. All values in the calculation process shall be displayed.

11.4.2 The system shall have an input for ambient air temperature. The

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 191

system shall be able to use this temperature value, combined with the
product temperature, for compensation of thermal tank shell
expansion.

11.4.3 The system shall be capable of storing unique volume tables and
correction factors, with at least 1000 strapping points for each storage
tank. These tables will provide level to volume conversion of the tank.

11.4.4 All tank level alarms are to be repeated as signals to LRC and also as
option to Pipeline Division.

11.5 Leakage Alarm:

The system shall generate leak alarms based on the change in level or the Net
Standard Volume of the products in the storage tanks.

11.6 Rate of Change Computations (Flow):

The system shall provide a calculated volume rate of change based on the true
level rate from the RTG and the tank capacity table.

11.7 Alarm Capabilities:

The system shall generate multiple High, Low and Safe alarms for level,
temperature and water bottom level. Configurable time delays shall be
provided for each process variable to minimize nuisance alarms.

11.8 Batch handling:

The system shall provide importing and exporting flow indications based on
volume movements in the tank. Indications of ”estimated end time of batch”
shall be provided based on user set points. The Batch Handling shall be able to
handle multiple destinations and sources. The Batch function shall generate
printable batch reports.

11.9 Report functions:

11.10 The system shall be able to generate reports in different formats. All reports
shall be publishable on printers, via e-mail or as a file. All reports shall be
generated manually or automatically by user-defined schedules. Minimum
required reports are:

• Tank reports

• Inventory balance reports

• Alarm reports

12. SYSTEM DIAGNOSTICS

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 192

The system diagnostics shall be capable of performing self-checks on each tank gauge
and data collection or control units. As a minimum, the following features shall be
included:

All field inputs, including level, temperature, pressure and shall be monitored for faults.
All faults shall be annunciated and logged. The error indications shall be categorized,
such as communication failure, gauge failure or software failure.

All diagnostic information shall be displayed, alarmed, stored in historical files and
included in reports. This diagnostic information shall include details of all types of
failures, system status and configuration modifications. All diagnostic alarms shall be
presented locally or distributed via e-mail.

13. SECURITY SYSTEM

It shall be possible to prevent unauthorized tampering of the system.

The HMI and resident application software shall have a minimum of four levels of
password protection. It shall be possible to change the security level of certain
function. All functions shall have a pre-set security password level.

It shall be possible to set up individual user accounts with unique passwords and
security levels for each operator. This shall enable tracking of system changes recorded
in a log-file. The system administrator with the highest level of authority and password
handles the assigning of user accounts.

14. SYSTEM DATA RECOVERY SYSTEM

The tank gauging software shall be capable of data backup of all system configuration
and process parameters. The system shall also be capable of retrieving all
configuration parameters once a system failure has cleared.

15. EXPLOSION PROOF/WEATHER PROOF JUNCTION BOX

Body & Cover Cast Al. Alloy (LM-6); minimum 5 mm thick.

Gasket Neoprene rubber

Terminals Clip on type, block locked at both ends suitable for up to 2.5
sq.mm conductor.

Tag name plate To be Provided

Paint Anti corrosive epoxy paint, shade light gray

JB type Suitable for area classified as zone - I group –I, II A & II B as


per IS2148

Protection class IP – 65 as per IS - 2147

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 193

Other Explosion proof junction boxes shall have detachable cover


which is fixed to the box by means of cadmium plated
hexagonal head screws. Terminal shall be spring loaded,
vibration proof, clip-on type, mounted on nickel plated steel
rails complete with end cover and clamps for each row.

Sizing shall be done with due consideration for accessibility


and maintenance in accordance with the following guidelines:

50 to 60 mm between terminals and sides of box parallel to


terminals strip for up to 50 terminals and additional 25 mm for
each additional 25 terminals.

100 to 120 mm between terminals for up to 50 terminals and


additional 25 mm for each additional 25 terminals.

All junction boxes shall be provided with external earthing


lugs.

All junction boxes shall be provided with 20% spare cable


entries and terminals.

All cable glands and plugs shall be of nickel-plated brass


material.

Double compression type cable glands shall be used for


armored cable.

16. NAME PLATE

A nameplate containing following information shall be placed on each GUAGE/


Instrument..

(1) Tag no.

(2) Model No. and Serial No.

(3) Manufacturer’s name / trade mark

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 194

SPECIFICATION & DATA SHEETS

GENERAL CABLING NOTES

1. Cables shall be PVC covered Copper conductor multistranded with detail spec as
follows.

2. Cables shall have conductor insulation thickness suitable for the rated working
voltages. Minimum insulation thickness shall be 0.5 mm.

3. Each cable shall have a PVC sheath treated to discourage Vermin attack.

4. Pairs & triad screens shall have a laminated screening tape with metallic side down &
in contact with an 0.8 mm copper tin plated drain wire.

5. Cables having an overlap screen shall have a non insulated 0.8mm solid tin plated
cover drain wire run in contact with an aluminium tape of approximately 0.08mm. The
tape shall have sufficient overlap to ensure full coverage.

6. All cables will be steel wire armoured with a single layer of galvanized steel wire,
suitably bedded.

7. The cable insulation should be PVC. Outer sheath material should be PVC, suitable for
use under the following environmental conditions:

A] Ambient Temperature : 14° C to 45° C

B] Humidity : 70 % at 18° C

8. Insulation materials shall be voltage grade 600/600 volt minimum.

9. Twisted pairs and Triads where specified shall have a minimum 20 twists per meter.

10. Cables should be constructed in conformity with the current Indian Standards.

11. Cable length in mtr should be printed on outer sheath of cable at the interval of 1 mtr.

12. All Cable Ends to be sealed to prevent ingress of moisture.

13. COLOUR CODE FOR MULTIPAIR CABLES [6P] SHALL BE FOLLOWED AS FOLLOWS:

CORE 1 CORE 2 PAIR NO.

WHITE BLUE 1

WHITE ORANGE 2

WHITE GREEEN 3

WHITE BROWN 4

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 195

WHITE GREY 5

WHITE YELLOW 6

14. COLOUR CODE FOR MULTICORE CABLES [12C] SHALL BE FOLLOWED AS FOLLOWS:

CORE NO. COLOUR

1 WHITE

2 RED

3 BLUE

4 ORANGE

5 GREEN

6 BROWN

7 GREY

8 YELLOW

9 PINK

10 BLACK

11 PURPLE

12 DARK GREEEN

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 196

DATA SHEET FOR SIGNAL CABLE

1 Type Twisted Single pair and Multipair

2 Construction of Single Pair Shielded with drain wire

Each pair individually shielded and overall shielded


3 Construction Of Multipair
with individual and overall drain wires.

4 Twisting Two insulated cores form a pair

5 No. of Pairs

6 Conductor size

7 Quantity In Mtrs.
GENERAL

Vendor to provide as per recommendation of OEM


8 Application

9 Drum Length

10 No. of Twists / mtr

100% coverage with Aluminium Mylar Tape of 0.05


11 Pair shielding mm thick with a min. of 30% overlap along with
drain wire

12 Overall tapping 0.015 mm Thick, Polyester tapping.

¨ 0.9 mm GI Wire
13 Armouring
x1.4 mm GI Wire/ GI Strip (0.8x4mm) for 16 pair

7 Strand Annealed Tinned Copper class 2 as per IS


14 Conductor Material 1830-1984. Each strand shall be 0.43 mm(for 1
mm2) & 0.52 mm(for 1.5 mm²) diameter

PVC Insulation as per IS-5831-1984 with a


CONDUCTOR

15 Conductor Insulation minimum thickness of 0.6mm. Diameter of overall


insulation shall be 2.65±0.05 mm

Maximum Conductor
16 18.1 Ω / Km at 20 ºC for 1.0 mm²
Resistance

17 Drain wire size 0.5 mm², 7 / 0.3 mm ATC wire

Between core with shield grounded shall not be


18 Mutual Capacitance
more than 150 pF / mtr. at 1 KHz.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 197

Capacitance between Core


19 Less than 400 pF / mtr. at 1 KHz.
to Screen

Insulation Resistance
20 between individual More than 100 MΩ / Km at 20 ºC
conductors

Insulation Resistance
21 More than 1 MΩ / Km at 20 ºC
between individual Screen

22 L/R Ratio Less Than 25 µH / Ω

23 Operating Temperature 65 oC

24 Inner sheath PVC type ST2

25 Outer sheath material FRLS PVC type ST2

26 Outer sheath thickness 2 mm for 8 pair and 1.8 mm for others

27 Voltage Class 1000 V


SHEATH

28 Colour of Outer sheath Orange

29 Colour of Core Insulation White, Black

Marking on outer sheath at Number of Pair, Voltage Grade, Type of Cable shall
30
every one meter be printed on the outer sheath of the cable

Marking on both the core


31 Pair number shall be printed.
insulation at every 150 mm

Standards / Tests to be
32 Standard Tests as per IS-1554 and IS - 10810
applied
DOCUMENTS & TESTS

33 Filled-in Data sheets Submitted

34 Technical Catalogues Two (2) sets along with Offer

35 Test & Inspection Report Two (2) sets with the Cable

36 Guarantee Certificate Two (2) sets with the Cable

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 198

DATA SHEET FOR POWER CABLES

1 Make **

2 Type As per OEM Recommendation

3 Application Instrument Power (230V AC)

4 No. of Cores

5 Conductor size
GENERAL

6 Quantity
As per OEM Recommendation
7 Drum Length

Armouring (As per IS


7
:3975)

8 Shielding Not Required

9 Overall tapping N/A

Stranded Annealed plain Copper class 2 as per IS


10 Conductor Material
1830-1984.

PVC Insulation as per IS-5831-1984 with a


11 Conductor Insulation minimum thickness of 0.7mm. Diameter of overall
insulation shall be 4 ± 0.05 mm

Maximum Conductor
12 7.56 Ω / Km at 20 ºC
Resistance

13 Drain wire size N/A


CONDUCTOR

14 Mutual Capacitance N/A

Capacitance between Core


15 N/A
to Screen

Insulation Resistance
16 between individual As per IS: 5831
conductors

Insulation Resistance
17 N/A
between individual Screen

18 L/R Ratio N/A

19 Operating Temperature -15 to 50 oC

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 199

20 Inner sheath PVC type ST2

21 Outer sheath material FRLS PVC type ST2

22 Outer sheath thickness As per IS

23 Voltage Class 600V


SHEATH

24 Colour of Outer sheath Gray

Colour of Conductor
25 Red, Black & Green
Insulation

Marking on outer sheath at Number of Cores, Voltage Grade, Type of Cable


26
every one meter shall be printed on the outer sheath of the cable

Marking on both the core


27 N/A
insulation at every 150 mm

Standards / Tests to be
28 Standard Tests as per IS-1554 and IS - 10810
applied
DOCUMENTS & TESTS

29 Filled-in Data sheets Submitted

30 Technical Catalogues Two (2) sets along with Offer

31 Test & Inspection Report Two (2) sets with the Cable

32 Guarantee Certificate Two (2) sets with the Cable

DATA SHEET FOR ALARM CABLES

1 Make **

Single Core and MultiCore Armoured Cable, with


2 Type
overall shielded and overall drain wire
GENERAL

3 Application As per OEM Recommendation

4 No. of Cores

5 Conductor size As per OEM Recommendation

6 Quantity

7 Drum Length Actual Actual Actual Actual Actual

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 200

8 Armouring As per OEM Recommendation

9 Shielding Overall Shielded

10 Overall tapping N/A

7 Strand Annealed Tinned Copper class 2 as per IS


11 Conductor Material
1830-1984. Each strand shall be 0.52 mm diameter

PVC Insulation as per IS-5831-1984 with a


12 Conductor Insulation minimum thickness of 0.6mm. Diameter of overall
insulation shall be 3 ± 0.05 mm

Maximum Conductor
13 18.1Ω / Km at 20 ºC for 2.5 mm²
Resistance

14 Drain wire size 0.5 mm², 7 / 0.3 mm ATC wire


CONDUCTOR

Between core with shield grounded shall not be


15 Mutual Capacitance
more than 150 pF / mtr. at 1 KHz.

Capacitance between Core


16 N/A
to Screen

Insulation Resistance
17 between individual More than 100 MΩ / Km at 20 ºC
conductors

Insulation Resistance
18 NA
between individual Screen

19 L/R Ratio Less Than 40 µH / Ω

20 Operating Temperature 65 oC

20 Inner sheath PVC type ST2

21 Outer sheath material FRLS PVC type ST2

22 Outer sheath thickness 1.8 mm

23 Voltage Class 1000V


SHEATH

Colour of Outer sheath


24 Black
(Over all)

Colour of Conductor
25 Black & white
Insulation

26 Marking on outer sheath Number of Core, Voltage Grade, Type of Cable

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 201

at every one meter shall be printed on the outer sheath of the cable

Marking on both the core


27 insulation at every 150 Core number shall be printed.
mm

Standards / Tests to be
28 Standard Tests as per IS-1554 and IS - 10810
applied
DOCUMENTS & TESTS

29 Filled-in Data sheets Submitted

30 Technical Catalogues Two (2) sets along with Offer

31 Test & Inspection Report Two (2) sets with the Cable

32 Guarantee Certificate Two (2) sets with the Cable

DATA SHEET FOR CONTROL CABLES

1 Make **

Single Core and MultiCore Armoured Cable,


2 Type
with overall shielded and overall drain wire

3 Application As per OEM Recommendation

4 No. of Cores
GENERAL

5 Conductor size
As per OEM Recommendation
6 Quantity

7 Drum Length

8 Armouring As per OEM Recommendation

9 Shielding N/A

10 Overall tapping N/A

7 Strand Annealed Plain Copper class 2 as per


11 Conductor Material IS 1830-1984. Each strand shall be 0.52 mm
CONDUCTOR

diameter

PVC Insulation as per IS-5831-1984 with a


12 Conductor Insulation minimum thickness of 0.6mm. Diameter of
overall insulation shall be 3 ± 0.05 mm

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 202

Maximum Conductor
13 18.1Ω / Km at 20 ºC for 2.5 mm²
Resistance

14 Drain wire size 0.5 mm², 7 / 0.3 mm ATC wire

Between core with shield grounded shall not


15 Mutual Capacitance
be more than 150 pF / mtr. at 1 KHz.

Capacitance between Core to


16 N/A
Screen

Insulation Resistance
17 between individual More than 100 MΩ / Km at 20 ºC
conductors

Insulation Resistance
18 NA
between individual Screen

19 L/R Ratio Less Than 40 µH / Ω

20 Operating Temperature 65 oC

20 Inner sheath PVC type ST2

21 Outer sheath material FRLS PVC type ST2

22 Outer sheath thickness 1.8 mm

23 Voltage Class 1000V

Colour of Outer sheath (Over


24 Black
SHEATH

all)

Colour of Conductor
25 Black & white
Insulation

Number of Core, Voltage Grade, Type of Cable


Marking on outer sheath at
26 shall be printed on the outer sheath of the
every one meter
cable

Marking on both the core


27 Core number shall be printed.
insulation at every 150 mm
DOCUMENTS &

Standards / Tests to be
28 Standard Tests as per IS-1554 and IS - 10810
applied
TESTS

29 Filled-in Data sheets Submitted

30 Technical Catalogues Two (2) sets along with Offer

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 203

31 Test & Inspection Report Two (2) sets with the Cable

32 Guarantee Certificate Two (2) sets with the Cable

DATA SHEET FOR CABLE TRAYS

1 Manufacturer **

2 Type HDG Perforated Tray

3 Material Mild Steel

4 Thickness of Material 2 mm

5 Applicable Standard BS - 1449 Part - 1, IS - 2629, BS - 729


GENERAL

6 Perforation

7 Size of perforation

8 Width of Tray
As per OEM Recommendation
9 Coller Width

10 Qty (meters)

11 Piece Length

12 Galvanising Standard Hot dip galvanising as per IS 2629


GALVANISING &

13 Galvanising Material Zinc, Zinc - 93 as per IS : 209 - 1979


FINISHING

14 Thickness of Coating Zinc coating of 86 microns

All finished sections to have smooth edges and be


15 Finishing free of burrs and have drilling for quick coupling
and earth connections.

Tray Extension Joint


16 Required
Plates
ACCESSORIES

17 Fasters for Joint Plates Required

18 Suitable Tray Covers Not Required

Cable ties of 100 and


19 Required
150 mm

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 204

20 Filled-in Data sheets Vendor to submit along withoffer


DOCUMENTS
21 Catalogues Two (2) sets along with Offer

22 Test & Inspection Report Two (2) sets with the Cable Trays

23 Guarantee Certificate Two (2) sets with the Cable Trays

DATA SHEET FOR CABLE GLANDS

1 Make **
GENERAL

2 Model No. **

3 Enclosure Protection Weather Proof to IP 65

4 Area Classification Safe Area

5 Material of Construction Nickel Plated Brass


ET GLAND

6 Size of the Gland ¾" ET, 1¼" ET, 1½" ET

Double Compression for Armoured


7 Compression
Cables

8 Qty of the Gland As mentioned below

9 Material of Construction Nickel Plated Brass


NPT GLAND

10 Size of the Gland 1/2" NPT

Double Compression for Armoured


11 Compression
Cables

12 Qty of the Gland As mentioned below

S. SIZE & CONNECTING QTY


CABLE OUTER DIAMETER
NO THREAD (Nos.)

12.7, 13.1, 13.3, 13.45, 14.1, 15.8 &


QUANTITIES

i ½" NPT(M) 50
17mm

12.7, 13.1, 13.3, 13.45, 14.1, 15.8 &


ii ¾" ET 100
17 mm

iii 24.3, 24.6 mm 1 ET 100

iv 30.6, 31.4 mm 1¼" ET 60

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 205

13 Dimensional Drawings Two (2) sets along with Offer

14 Mounting Drawing with details Two (2) sets along with the material
DOCUMENTS

15 Filled-in Data sheets Submitted

16 Technical Catalogues Two (2) sets along with Offer

17 Test & Inspection Report Six (6) sets with the material

18 Guarantee Certificate Two (2) sets with the material

DATA SHEET FOR EXPLOSION PROOF JUNCTION BOX

Body & Cover Cast Al. Alloy (LM-6); minimum 5 mm thick.

Gasket Neoprene rubber

Terminals Clip on type, block locked at both ends suitable for up to 2.5 mm 2
conductor

Tag nameplate to be provided

Paint Anti corrosive epoxy paint, shade light gray

JB type Suitable for area classified as zone-I, IIA & IIB, T6 as per IS2148

Protection class IP - 65 as per IS – 2147

Explosion proof junction boxes shall have detachable cover, which is


fixed, to the box by means of cadmium plated hexagonal head screws.
Terminal shall be spring loaded, vibration proof, clip-on type, mounted on
nickel plated steel rails complete with end cover and clamps for each row.
Sizing shall be done with due consideration for accessibility and
maintenance in accordance with the following guidelines:

50 to 60 mm between terminals and sides of box parallel to terminals


strip for up to 50 terminals and additional 25 mm for each additional 25
Other terminals.

100 to 120 mm between terminals for up to 50 terminals and additional


25 mm for each additional 25 terminals.

All junction boxes shall be provided with external earthing lugs.

All junction boxes shall be provided with 20% spare cable entries and
terminals.

All cable glands and plugs shall be of nickel-plated brass material.

Double compression type cable glands shall be used for armored cable

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 206

DATA SHEET FOR RESISTANCE TEMPERATURE SENSOR WITH SMART


TRANSMITTER

Type PT – 100, 4 wire Simplex element as per DIN 43760 standards

Inserts Mineral insulated, sheath – 316 SS, OD 6 mm

Insulation Resistance More than 500Ω at 500 VDC

Nipple Union 316 SS

Head and Cover Die Cast Aluminum with SS chain

Cable Entry ½ ” NPT

Enclosure class IP – 65

Area Classification Zone II, Gr. IIA / IIB T3

Terminal block ceramic with spring loaded screw

DATA SHEET FOR THERMO WELL

Type Bar stock drilled 316 SS, Tapered

Hot End O,D 16mm

STS (Design shall be in such a way that 2/3rd of product pipe I.D. to
Immersion length
be immersed)

Cold End O.D 21mm

Tapping At 45 degree w.r.t. Product pipe of horizontal (X)-Axis

Process Connection 1 ½"ANSI 150# RF 125 AARH Flanged

Instr. Connection ½” NPT (F)

Bore Diameter To suit element

Hydro test 1.5 max operating pressure

Make/Model No. STS

Transmitter

Signal Source RTD Pt 100 to DIN 43760

Local Display Alphanumeric LCD Display

Accuracy +/- 0.15% of Input

Mounting Threaded connection on main pipeline header going to TLF.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 207

Output 4-20 mA signal proportional to temperature.

RTD linearisation, upscale or downscale for open circuit / short circuit


Functions
sensor-Smart transmitter

Circuit protected against surges, lightning, reverse polarity, reverse


Protection
insertion

Enclosure IP-65,

Execution Intrinsic safe with active barrier in control room

Make/Model No. STS

DATA SHEET FOR RADAR LEVEL GAUGE

 The gauge shall utilise microprocessor controlled Frequency Shift Technology level
tracking or better.

 Signal frequency shaping before broadcast shall be fully processed. Provisions for
temperature control of the high frequency electronics are not acceptable due to
significant temperature changes.

 Signal monitoring and registering of product surface reflection shall provide full
frequency picture for possibility of complete reflection interpretation. This should
support fine-tuning, trouble shooting and antenna contamination monitoring and
signaling.

 The gauge should verify each level measure with an internal reference check.

 For free space close to the tank wall installation vendor should provide antenna version
by which installed accuracy is not influenced by the so-called "multi-path" effect.

 The display shall facilitate providing the possibility for level and temperature status
information.

Specifications:

Measuring Specification

Instrument Factory accuracy ± 1mm (To be ascertained as part of review of Original MTC)

Measuring Range 0.8 to 25 m

Measuring resolution 1 mm

Product temperature range -10 to 90 deg C

Repeatability +/-1 mm

Antenna unit

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 208

Antenna type Parabolic / Horn / Planar/ As per Vendor’s standards

Antenna size Vendor to specify

Frequency Modulation/ Pulse Time of Flight/ Synthesized


Measuring principle
Pulse Radar

Signal processing Digital signal processing (DSP)

Operating frequency X-band (9.15 to 10.85 GHz) / 6 GHz or equivalent

Control Unit

Environmental

Ambient temperature -10 to 55 deg C

Storage temperature 4 to 60 deg C

Protection Class IP 65 (NEMA 4)

Explosion proof / IS Ex d IIB T3 according to Cenelec and in


Safety addition Class 1, Div. Groups C, D in accordance to
ANSI/NFPA 70 (FM) or equivalent

Material

Housings Cast aluminum G.AI. S17MgWa

Finishing Chromatised

Antenna material AISI 316 (acid resistant SS) and PTFE

Process connection 8”,ANSI 150# RF , for Cone roof and Floating Roof

Electrical

Power Supply 230 V ±10% AC 50Hz +/- 5% / 24 V DC

Rating Vendor to specify

Lightning protection Full galvanic separation via transformers

Transmission

Field communication Vendor to specify

Protocol Vendor to specify

Common mode rejection > 150 dB

Communication distance 2 Km max

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 209

DATA SHEET FOR Tank Side Indicator

 The indicator shall be 2 wire communicating and preferably loop powered.

 The indicator shall directly communicate with the transmission board of the gauge in
case the gauge does not provide for an indicator at tank base level.

Specifications:

Display Back Lit Graphical / LCD

Ambient temperature -10 to 55 o C

Protection IP 65

Explosion proof EEx ib IIB T3 acc. To CENELEC (Class 1, Div.


Safety: 1, Group B, C and D, in acc. To ANSI/NFPA 70 (FM, USA) or
equivalent

Power Supply Loop powered (preferably)

Communication Digital via two conductors

Material Cast aluminum

Finish Powder coated

Cable entry Vendor to specify

Level, Temperature, water interface and alarm/ other


Parameters to be displayed
diagnostics information (as a minimum)

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 210

APPROVED VENDOR LIST FOR BOUGHT OUT ITEMS

Server & Work Stations with Printer, HP, COMPAQ, IBM, SUN, DELL
Monitor Intel based & RISC based

Control Panels Pyrotech, Rittal, Hoffmann, Equivalent approved


by IOCL

Signal Cables, Control Cables, Power Associated Cables, Associated Flexible & wires,
Cables Brooks cable works, Thermopads, Finolex, Fort
Gloster, CCI, Cords Cables, Elkay telelinks ltd. /
Equivalent approved by IOCL

CABLE TRAYS GRAM ENGG, HOPES MANFG, INDIANA, GLOBE


ELECT. ; INDMARK ASSOCIATES / . / Equivalent
approved by IOCL

FLP/WP Junction Box & Cable Gland, Baliga Lighting equipments ltd, FCG, Flexpro/
MPBS Sudhir Mumbai / Equivalent approved by IOCL

Level Gauges ( Radar - Type) SAAB - Sweden,

Averaging Temperature Element ENRAF – Netherlands.

Water Interface Probe ENDRESS + HAUESER

Tank side indicator Emerson - Rosemount

Tank Farm Software VEGA

Equivalent approved by IOCL

Aluminium Section Jindal or equivalent approved by IOC

Note:

1) For any other items not listed above, purchaser’s approval shall be taken before
ordering.
2) Party should indicate the vendors name on which they have based their offer as first
choice and indicate another vendors name as second choice positively for all the
components indicated in the above list in the SOS format as well as not indicated in the
list.

3) Party shall submit technical literature of make & model offered. CCOE approval for all
FLP (IS/Ex) materials shall be furnished along with the supply of material, else
payment for the materials will be affected.

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 211

TECHNICAL SPECIFICATIONS & SCOPE OF WORK FOR TANK


WEIGHING SYSTEMS FOR 1 X 20 KL & 1 X 12 KL BLENDING KETTLES

S. No. Specification Details

1 Total number of tank weighing system 2 (Two)

2 Number of load cells in each system 4 (Four)

3 Number of weight indicators in each system 1 (One)

SYSTEM INFORMATION FOR ONE SYSTEM:

S. No. Specification Details

1 Gross weight 80 Ton ( 20 Ton X 4), Load Cell – 20 Ton

2 Net Weight 60 TON

3 Mounted on 4 lugs

5 Temperature 65 deg.C.

6 Agitator in kettle Yes

7 Area Classification Zone IIA & IIB

8 Accuracy Minimum 0.1 %

WEIGHT INDICATOR

S. No. Specification Details

1 Panel 8X approved terminal, Flameproof & weatherproof.

2 Display VFD / LED Display (to indicate net weight)

3 Output RS232 serial communication port, 4-20mA analog output

4 Accuracy The accuracy of the digital display of weight shall be upto


two decimal

Tenderer’s Seal and Signature:


Tender No: LOBP/ENGG/PT-01/2011-12 212

LOAD CELLS

S. No. Specification Details

1 Type Compression

2 MOC Stainless Steel

3 Environmental Protection IP-68

LOAD CELL MOUNTING ASSEMBLY

S. No. Specification

1 Inbuilt jacking arrangement for easy fitting & removal of load cells

2 Built in safety against kettle tilting & vibrations

3 Allows kettle expansion & contraction, which occurs due to thermal effect

4 Eearthing strip

5 MOC : MS Zinc Plated

MAKE – METTLER TOLEDO / SARTORIUS / SIEMENS / PHILLIPS

Tenderer’s Seal and Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 213

Annexure – VIII

TERMS OF PAYMENT
Progressive payments as per schedule given below shall be made by Indian Oil Corporation
Limited. All the payments given below are percentage of the total contracted lump sum price.
Further break up within these packages shall be decided with the successful contractor after award
of job.

1. 90 % upon completion of all the civil and structural works as measured and recorded in
measurement book.

2. 50 % upon supply of brought out items like steel plates, structural steel, pipes, valves etc
and majour equipment like pumps, radar gauge etc;30 % upon erection, testing but prior
to commissioning of the same, 10 % against commissioning and starting of relevant
equipment.

3. 10 % on completion of total project and on submission of Performance Bank Guarantee.

Note :

1. The payments are subject to deduction towards chargeable material issued, if any,
security deposit, work contract tax, income tax rent charges and other deductions as
applicable as per terms of the contract.

2. The decision of Engineer-in-charge shall be final in respect of completion of work and


release of payment thereof.

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 214

Annexure - IX

SPECIAL INSTRUCTIONS TO TENDERER/ CONTRACTOR

1.0 Successful tenderer would be required to execute all the works as described in the
Scope of Works, Special Terms & Conditions, Technical Specifications and other
documents forming part of this tender.

2.0 The cost of tender document is Rs.1000.00 per set and is non-refundable and to be
paid by Demand Draft in favour of Indian Oil Corporation Limited (Marketing Division),
payable at New Delhi.

3.0 Technical bids should be submitted in book bound form (especially in case of
down loaded tenders) with pages serial numbered, otherwise tender will be
liable to be rejected.

4.0 Tenderers are requested to go through each and every page of the tender document
along with all enclosures and sign the same with their stamp duly affixed before
enclosing the same. The tenderers should sign on all the documents, for having seen,
understood and quoted accordingly.

5.0 Tender Documents are non-transferable and can be submitted only by the purchaser/
party in whose name those are issued or downloaded from website.

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

7.0 Use of white/ erasing fluid for correcting the rates is banned. Wherever the
rates are corrected with white/ erasing fluid, the bids will be summarily
rejected.

8.0 Tenderers must offer only the approved makes of materials for manufacture/
fabrication as mentioned in this tender.

9.0 The materials, design and workmanship shall satisfy the relevant Indian Standard, the
job Specifications contained herein and codes referred to. Where job specifications
stipulate requirements in addition to those contained in the Standard codes and
Specifications, these additional requirements shall also be satisfied.

10.0 Tenderers are advised to submit their offer strictly based on the terms and conditions
contained in the tender document and not to stipulate any deviations.

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 215

11.0 The rates quoted by the contractor shall be valid for Four Months from the date of
opening of tender.

12.0 The Rates are to be quoted in both in words and figures. In case of difference between
the two or Rates not quoted both in words and figures, Procedure as defined under
General Conditions of Contract shall be applicable. The tenderer is supposed to quote
as asked and has no option to quote in any other manner.

13.0 The tenderer should study the Tender Documents carefully before quoting. Doubts, if
any, are to be brought to Corporation’s notice before submission of Tender Document.

14.0 The tenders of those parties who have quoted abnormally low rates are liable to be
rejected.

15.0 The Corporation reserves the rights to accept any tenders in whole or in part and reject
any or all tenders without assigning any reasons. The Corporation is not bound to
accept the lowest rate and reserves the right to accept one or more tenders in part.

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

17.0 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.

18.0 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

19.0 General Conditions of Contract contain provisions for arbitration and


alternative dispute resolution machinery under section 9, which stands
deleted. Further, the reference to arbitration and alternative dispute
resolution machinery provision contained in any other term and condition in
GCC, which may be general or special in nature shall also stand deleted to
the extent the said contents are applicable to the arbitration provisions.

20.0 Following clauses forming part of General Conditions of Contract issued


along with tender are deleted

a. Clause 2.6.1.0 & 2.6.2.0 of the GCC – General, section 2 stands deleted.

b. Arbitration & Alternative Dispute resolution Machinery, Section 9 stands deleted

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 216

21.0 No Mobilisation Advance shall be given to the successful contractor.

22.0 Payment to the contractor can be made through Electronic Clearing System (ECS)
subject to agreement by representative Banks of IOC and contractor if feasible. For
this option contractor to confirm and submit required details of Bank Accounts

23.0 Acceptance of tender will be intimated to the successful tenderer through a letter of
intent.

24.0 The contractor and his work force shall strictly follow the security and safety
instructions as imposed by the Corporation.

25.0 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
to arrange these entirely at his own cost to the satisfaction of Engineer-in-Charge.

26.0 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.

27.0 The contractor shall have to start the work immediately, failing which liquidated
damages/ price adjustments may be levied.

28.0 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.

29.0 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.

30.0 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.

31.0 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

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 217

having any right to ask for compensation on any ground whatsoever. Only actual work
done till that stage will be paid.

32.0 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.

33.0 Working Time:

The work shall be completed in all respect within Twenty (20) Weeks from the date
of Handing Over of Site. Zero date for the works shall be 10th day from the date
of LOI. The contractor shall have to carry out the works during the normal working
hours of the IndianOil. However with the concurrence of the location/site in charge the
contractor may be permitted to work beyond the normal working hours and the
expenses if any shall be borne by the contractor

33.1 The contractor shall have to carry out the works during the normal working
hours of the IndianOil. However with the concurrence of the location/site in
charge the contractor may be permitted to work beyond the normal working
hours and the expenses if any shall be borne by the contractor.

33.2 If the contractor is required to work on Sundays/ holidays to complete the


work within the time schedule, it may be done so with the concurrence of the
location/ site in charge. No extra payment will be made for the work on
holidays/ Sundays.

33.3 The entire work must be completed within the stipulated time of completion. If
the contractor fails on the performance of the contract within the time fixed in
the contract & does not complete the entire work on or before the due date,
the IndianOil shall be entitled to recover, and the contractor agrees to pay to
the IndianOil as & by way of compensation Price Adjustment @ ½% of Work
Order Value per week of delay or part thereof (Max. 10%) as per General Conditions of
Contract.

33.4 The progress of work should be proportionate to the time of completion as


mentioned in the completion schedule. If at any stage the progress is found to
be behind schedule, the IndianOil will have option to cancel the work order &
get the balance work executed from other agencies at the risk, cost &
consequences of the contractor.

34.0 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:

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 218

• Schedule of Rates annexed to work order

• Agreed variations annexed to Work order

• Special Instructions to Tenderers/ Contractors

• Technical specifications

• Drawings

• General Conditions of Contract

35.0 Earnest Money Deposit

The Earnest Money Deposit must be enclosed with the tender.

Pay Order/ Demand Draft/ Pay Orders/ Demand Draft should be made
Bank Guarantee on Payable at DELHI. Outstation Pay Orders/
Schedule Banks Demand Draft will not be accepted.

Bank Guarantee should be valid for a


period of 4 months from the date of
opening of tender

Tenderers quoting against this Tender will have to pay Earnest Money Deposit as per
the tender schedule.

The tenderer who quotes against the tender will have to furnish the following
information regarding the Earnest Money Deposit, while submitting the Tender
Documents at the prescribed space given in the tender documents.

Demand Draft/ Pay Order No./ Bank Guarantee, Name of Bank and Amount.

The acceptable financial instruments towards Earnest Money Deposit should be


submitted along with the Tender Document. The tender shall not be considered if the
instrument towards EMD is not submitted along with the Tender Document.

If the Earnest Money is not deposited before the closing date and time of the tender,
the tender shall not be considered. Requests for adjustment of pending bill or credits
towards Earnest Money will not be entertained.

The EMD paid against a tender is refundable to the unsuccessful tenderers on


finalization of the tender and on placement/acceptance of order by successful tenderer.
The unsuccessful tenderers will be intimated immediately after the finalization of
tender/placement of work order and the Earnest Money will be returned to them on
submission of original Cash Receipt.

Tenderers who are registered with Government Department are not exempted from

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 219

payment of Earnest Money Deposit. However, the following establishments are


exempted from payment of Earnest Money Deposit.

i. Public Sector Undertakings, State or Central Govt. Undertaking

ii. JVs of IndianOil

36.0 Security Deposit: 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:

 Pay Orders or Demand Draft of Nationalised/ Schedule Banks on which no


interest will be allowed

 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 Nationalised/ Scheduled Banks sent directly by
the Banker under their covering letter to the office of the Corporation by Regd.
Post).

 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.

37.0 Power of attorney:

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

38.0 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,

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 220

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.

39.0 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. Any material brought without prior approval will be entirely at the risk and cost of
the contractor. 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.

40.0 Safety and Security of Materials:

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


contractors (till they are handed over to Corporation) 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.

41.0 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.

42.0 Rates

42.1 The rates quoted shall be inclusive of all material, labour, taxes, duties
including excise/ custom, octroi, State entry tax, value added tax and other
levies, taxes including sales tax on works contract, Service Tax as applicable,
loading/ unloading, insurance and transportation charges on materials and
machinery, all leads and lifts, hire charges, scaffolding arrangements etc. and
no separate payment will be made for the same. No increase in the rates
and statutory payments will be paid at later date. These quoted rates
shall be firm till completion of work and no escalation of whatsoever

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 221

nature will be paid at later date.

42.2 Once the tender is accepted and the letter of intent/work order is placed on
the successful tenderer, the rates shall be firm and unaltered till the entire
work is 100% completed and no escalation whatsoever nature including
increase in statutory levies such as excise duty, octroi, sales tax on works
contract tax etc. shall be entertained.

42.3 The rates quoted in the schedule shall be applicable for quantities indicated in
the schedule and also for any variation either increase or decrease in
quantities.

43.0 No Form ‘C’ Form will be issued by the Corporation.

44.0 The Contractor shall comply with all the provisions of Employees State Insurance Act,
Workmen Compensation Act and arrange for employee liability insurance and any other
insurance required under law or regulations in force. Further, the Contractor shall also
take a comprehensive all erection and risk insurance policy on IndianOil for the work
order value covering the completion period of the work.

The contractor should execute an indemnity bond on Rs. 50/- stamp paper separately,
duly indemnifying Indian Oil Corporation Ltd., from any liability for payments to be
made to any of the contract labour during or after completion of the contract because
of any statutory regulation, amendment if any etc.

45.0 The Corporation shall have the power to make in writing any alterations, omissions,
additions or substitutions for original specifications, drawings, designs, patterns and
instructions that they appear to him necessary or advisable during the progress of
work. Such alterations, omission, additions, substitutions shall not invalidate the
contract. Any altered additional or substituted work which the contract may be required
to due in the manner specified above as part of the work shall be carried out by the
contractor on the same conditions in respect on which the main work was agreed to be
done.

46.0 Water and Power :

46.1 Power shall be arranged by the contractor at his cost. However, IndianOil
within their right may provide electric power connection to the contractor at
one point. Contractor will have to lay cable, switches etc. for drawing power.
Energy charges shall be deducted from contractor’s bill based upon energy
meter (to be provided by contractor) reading or proportionate electricity bill

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 222

charges.

46.2 Water shall also be arranged by the contractor at his cost, however he will be
permitted to make use of abandoned bore wells (without pump) if available at
site, after taking approval of the site engineer

47.0 Safety Precautions and Hot Work

47.1 The contractor shall have to take all safety precautions for carrying out hot
work in the premises at his own cost as directed by site engineer. 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 for this work) are
to be positioned by the contractor & used as per requirement.

47.2 Safety distance as per petroleum rules shall be maintained strictly (wherever
required).

47.3 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.

47.4 Violation of applicable Safety, Health & Environment related norms, a penalty
of Rs.5,000.00 per occasion shall be imposed.

47.5 Violation as above resulting

• in any physical injury, a penalty of 0.5% of the contract value shall be


imposed (maximum of Rs.2,00,000.00) per injury in addition to
Rs.5,000.00 as mentioned above.

• in 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.

48.0 Other Specifications:

48.1 The work shall be carried out as per IndianOil’s specifications/ drawings and to
the entire satisfaction of site engineer.

48.2 The works shall be executed as per latest relevant Standards & the detailed
specifications enclosed and as per the time schedule indicated.

48.3 Successful tenderer has to follow all the applicable Statutory Rules / Law of the
land.

48.4 Contractor will extend its necessary support, co-ordination with other agencies
working at site as required and felt appropriate by IndianOil.

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 223

48.5 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
IndianOil reserve the right to ignore the quotation.

48.6 The contractor shall clear the site of works as per the instruction of the
Corporation. The site of works shall be cleared of all men, materials, sheds
etc., belonging to the contractor. The site should be free of all scrap and other
material/ equipment. The site shall be delivered in a clean and neat condition
as required by the Corporation within a period of one week after the job is
completed. Incase of failure by the contractor, the Corporation will have the
right to get the site cleared at the risk and cost of the contractor to the
satisfaction of the Corporation.

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

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

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

48.10 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/ Govt. or
any other law regulating bodies.

48.11 No covered space will be provided for storage/ stocking of contractors material.
They have to make their own arrangement for the same.

48.12 Contractor has to make their own arrangement for their workers’ hutment,
food & communication facilities outside IndianOil premises.

48.13 Party shall have to execute following IndianOil’s standard agreement incase the
order is placed on them

• Form of Contract – Page 152 of General Conditions of Contract

• Indemnity Bond Undertaking for PF Perform A & B-Annexure XII

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 224

• Declaration – Annexure XIII.

• Declaration of Black/ Holiday Listing – Page 141 of General


Conditions of Contract

49. Project Management

49.1 In order to achieve timely completion of work, to monitor daily/ weekly work
8progress, 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.

49.2 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.

49.3 In case Engineer concerned is holding Diploma Qualification instead of


Engineering Graduation, the requirement of site experience would go up by
minimum two years.

49.4 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

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

Civil work 1 Engineer with


200- 1 Engineer with 5 1 Engineer with 2
2. including 1 Year of 40000.00 25000.00 20000.00
500 Years of Experience Years of Experience
Structural Experience

and painting
1 Engineer with
works 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

Mechanical 1 Engineer with


1 Engineer with 3 1 Engineer with 2
4. works such 50-200 1 Year of 30000.00 25000.00 20000.00
Years of Experience Years of Experience
as pipeline, Experience

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 225

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

tankage and 1 Engineer with


200- 1 Engineer with 5 1 Engineer with 3
5. other works 2 Year of 40000.00 30000.00 25000.00
500 Years of Experience Years of Experience
where NDTs Experience
are
1 Engineer with
mandated 1 Engineer with 8 1 Engineer with 5
6. > 500 3 Year of 50000.00 40000.00 30000.00
Years of Experience Years of Experience
Experience

1 Engineer with
1 Engineer with 3 1 Engineer with 2
7. 30-100 1 Year of 40000.00 25000.00 20000.00
Years of Experience Years of Experience
Electrical Experience

Works 1 Engineer with


1 Engineer with 5 1 Engineer with 3
8. >100 2 Year of 50000.00 35000.00 25000.00
Years of Experience Years of Experience
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

In the event of a Tenderer being awarded works for more than one PART, the
requirement of the manpower as per the above Table shall have to be satisfied
separately for each PART.

We confirm that our quotation has been prepared after through study of Tender
Documents, Logistics & Site Conditions, Special Instructions to Tenderers/
Contractors, Specifications, Drawings, General Conditions of Contract, Safety
Practices during Construction, etc. and agree to all the conditions in toto. In Token
of our Acceptance we are enclosing herewith one Copy of the Above Tender duly
Signed and Stamped by Us.

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 226

Annexure - X

IMPORTANT GUIDELINES TO TENDERERS

1. Submit Technical Bid & Price Bid in separate envelopes as detailed in forwarding letter.

2. Non-submission of all documents or incomplete submission of any document may result


in rejection of the tender. It is, therefore necessary to submit all the documents in full,
duly filled and signed.

3. Documents indicated in this tender are to be submitted in the Technical Bid only,
Repeat Only with Technical Bid.

4. No documents to be attached with Price Bid.

5. EMD details should be filled in on particulars of EMD form & as per instructions given
therein.

6. Non-submission of the tender in the above manner is liable to be rejected. Please note
that Technical Bid shall be opened on the due date in the presence of intending
tenderers. Parties whose Technical Bids are found acceptable shall be intimated the
date and time of opening price bids. Date and time for opening of Price Bids decided by
corporation will be final and request for change will not be permitted.

7. The tender shall stand summarily rejection on following :

a. Non submission of EMD.

b. Party not meeting Qualifying Norms.

c. Conditions given in Price Bid

d. Non withdrawal of conditions & non acceptance of IOC's offered Rates.

e. Party not quoting both in words & figures.

8. Tenderers shall have to keep offer valid for a minimum period of Four Months from the
date of opening of this tender.

9. It may be noted that Price Bid should be enclosed in Price Bid envelope only and if any
condition(s) is/ are submitted with Price Bid, the tender will be treated as invalid repeat
invalid.

10. Tenderers are advised to read the tender notice carefully. The selection of parties shall
be strictly in line with the procedure listed therein.

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 227

Annexure - XI

ADDITIONAL INSTRUCTIONS TO TENDERS/ CONTRACTORS

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

2. The corporation reserves the right to accept any tender in whole or part and reject any
tender without assigning any reason. The corporation is not bound to accept one or
more tenders in part. The decision of the corporation in this regard shall be final.

3. After the placement of the order the successful tenderer shall not be allowed sublet or
assign any part of the work order without our prior written consent.

4. The successful bidder should give in writing to the corporation, the name of his
authorized person who will supervise the work and shall remain at the sight during
execution of the job.

5. CONTRACTOR'S SCOPE OF SUPPLY: Scope of supply includes all the required


materials unless/ otherwise specifically mentioned in either price bid or special terms
and conditions. It will be the responsibility of the contractor to provide at their cost all
required workers/ labour, equipments, machinery and all materials so as to complete
as per drawing and specification.

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

7. TESTING OF WORKS/ MATERIALS: The contractor if so desired by the corporation


shall arrange to test the materials used for the works and of the materials to be used in
the works, as per instructions from the corporation/ consultants to meet its
specification as per prevailing codes of the Bureau of Indian Standards at no extra cost
to the IndianOil.

8. Worker Order quantities are approximate and payment shall be made as per actual
measurement. The contractor is not entitled for any sort of compensation towards
excess materials produced/ stored.

9. SAFETY: All safety precautions and regulations should be strictly adhered to at no


extra cost to the Corporation.

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 228

10. ELECTRICAL WORKS: All electrical works should be carried out through licensed
electricians only.

11. LABOUR LAWS-INDEMNITY BOND/ UNDERTAKING: The successful contractor


shall give an Indemnity Bond/ Undertaking to the Corporation in the prescribed form
(Format 'A' or 'B' as applicable) for covering the provisions of the following statutes
upto the latest amendments as applicable.

a. Minimum Wages Act, 1984.

b. Equal Remuneration Act, 1978.

c. Inter-state Migrant Workman (Regulation of Employment & Conditions of


Services) Act, 1979.

d. Contract Labour (Regulation & Abolition) Act, 1970.

e. Workmen's Compensation Act, 1923.

f. Employees State Insurance Act.

g. Provident Fund Act.

Particulars of Registration with appropriate Government Authorities/ Statutory Bodies


as mentioned above applicable should be furnished to the corporation in receipt of the
work order.

12. INSURANCE POLICY: The contractor should obtain Janta Insurance Policy or policies
of adequate value to cover the compensation Act 1923 with latest amendment before
commencing the work and the same will have to be renewed during construction
period as required.

13. MINIMUM WAGES: Contractor will pay his labourers working on the job undertaken
by them for IOC, atleast minimum wages statutory payable to the contract labourer.
Contractor will have to show proof of having actually paid minimum wages to the
labourers.

14. Provision of safety belts for workmen working on the scaffoldings is compulsory.

15. SALES TAX/ VAT/ EXCISE & WORKS CONTRACT TAX: The contractor must quote
the rates including all taxes, statutory levies, Excise, sales tax/ VAT, Service Tax and
works contract taxes, etc. IOC shall not entertain any request for payment of any
taxes/ levies separately.

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 229

Annexure - XII

(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 ............. 2006 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, and with their
Lube Oil Blending Plant, Asaoti at Village & P>O. Asaoti, Faridabad– 121002 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.: LOBP/ENGG/PT-01/2011-12 230

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
the Contractors, the Contractors hereby agree and authorize the contractor’s complete

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 231

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.: LOBP/ENGG/PT-01/2011-12 232

(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 ........................ 2006 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, and with their Lube Oil Blending Plant, Asaoti at Village & P>O. Asaoti, Faridabad–
121002 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

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 233

the workers under the different labour laws, not only the Contractors but also the Corporation
as the principal employer becomes liable for the acts of omissions and commission by the
Contractors.

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


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

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

2. The Contractors hereby confirm and state that they are duly registered under Contract
Labour (Regulation and Abolition) Act 1970 as amended from time to time and that
they undertake to furnish a certified copy of the requisite 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 an they are therefore not required to obtain a separate
code No. from the R.P.F.C.

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

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 234

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.: LOBP/ENGG/PT-01/2011-12 235

Annexure - XIII

(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.: LOBP/ENGG/PT-01/2011-12 236

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

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 237

and on their failure to leave the Corporation’s premises, the Corporation shall be
entitled to remove all persons concerned (if necessary by use of force) from the
Corporation’s premises and also to prevent them (if necessary by use of force) from
entering upon the Corporation’s premises.

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

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

Contractor’s Signature or Authorized Attorney

To be witnessed by Notary

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 238

Annexure - XIV

INDIAN OIL CORPORATION LIMITED


(MARKETING DIVISION)
LOBP, ASAOTI

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.: LOBP/ENGG/PT-01/2011-12 239

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.: LOBP/ENGG/PT-01/2011-12 240

Annexure - XV
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 B.N.Bankapur, Director(Refineries),Indian Oil Corporation Limited, Corporate Office, SCOPE Complex,

Core2, 7, Institutional Area, Lodi Road, New Delhi –110 003

3. Shri G.C.Daga, 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.: LOBP/ENGG/PT-01/2011-12 241

Annexure - XVI

(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.: LOBP/ENGG/PT-01/2011-12 242

Annexure - XVII

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.: LOBP/ENGG/PT-01/2011-12 243

Annexure - XVIII

WORK PERMIT

(NAME OF COMPANY) _______________________________ (LOCATION) ________________

S. No. ___________________

Date Am/Pm Date Am/Pm

Valid From ______________________ Valid Upto ______________________

PERMISSION IS GRANTED TO SECTION/ CONTRACTOR _______________________________

NAME _______________________________________________________________________

NATURE OF WORK _____________________________________________________________

LOCATION OF WORK ___________________________________________________________

THE FOLLOWING ITEMS SHALL BE CHECKED BEFORE ISSUING THE PERMIT


(Please put tick [] mark in the appropriate box)

S. No. Item Done Not Required

1. Equipment/Work Area Inspected

2. Surrounding Area Checked, Cleaned and Covered

3. Equipment Electrically Isolated and Tagged

4. Running Water Hose/ Portable Extinguisher Provided

5. Equipment Blinded/ Disconnected/ Closed/ Isolated/ Wedge


Opened

6. Equipment Properly Drained/ Depressurized

7. Equipment Water Flushed

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 244

S. No. Item Done Not Required

8. Equipment Properly Steamed/ Purged

9. Pyrophoric Iron Removed/ kept Wet

10. Proper Ventilation and Lighting Provided

11. Gas Test Done, Found Gas Free

12. Standby Personnel Provided From

Special Instructions

1. Following personal protective equipment are required (check all items required):

Safety Helmet/ Gloves/ Goggles/ Safety Shoes/ Boiler Suit/ Welding Suit/ Dust
Respirator/ Face Shield/ Fresh Air Mask/ Apron/ Lifeline/ Safety Belt/ Airline/ Film
Badges

2. In case of fire alarm, all work must be stopped. All personnel must leave work site and
proceed to designated areas.

3. Remarks on toxic/hazardous chemicals, if any

______________________________________________________________________

______________________________________________________________________

4. Alternate means of escape available/ provided/not required.

5. This permit must be available at work site at all times.

6. Additional Items, if any

______________________________________________________________________

______________________________________________________________________

Name and Signature Name and Signature

of Receiver of Issuer

Tenderer's Seal & Signature:


Tender No.: LOBP/ENGG/PT-01/2011-12 245

Permit Extended Upto Additional Precautions Required, if Signature


any

Date Time Issuer Receiver

_____________________________________________________________________________

_____________________________________________________________________________

Am/ Pm Date

Work Completed/ Stopped/ Area Cleared at _____________________________________

_________________ _________________

Name and Signature Name and Signature

of Receiver of Issuer

(Please Return Permit to Issuer)

Tenderer's Seal & Signature:


Annexure A

General
Conditions of
Contract
GENERAL CONDITIONS OF CONTRACT

INDEX

PAGE
S. NO HEADING
NO
1. Section – 1 : Definitions 02

2. Section – 2 : General 08

3. Section – 3 : Materials, Labour & Equipment 26

4. Section – 4 : Performance of Work 41

5. Section – 5 : Inspection, Testing & Quality Assurance 59

6. Section – 6 : Measurements & Payments 73

7. Section – 7 : Termination 89

8. Section – 8 : Miscellaneous 96

9. Section – 9 : Arbitration & Alternative Dispute Resolution Machinery 108

10. Section – 10 : Safety Code 112

11. Appendix – I to General Conditions of Contract : Contractors” Labour Regulations 118

12. Appendix – II to General Conditions of Contract : Model Rules for Labour Welfare 125

13. Instructions to Tenderers 130

14. Proforma of Declaration of Blacklisting/Holiday Listing 141

15. Equipment Questionnaire 142

16. Experience Questionnaire 143

17. Form of Tender (For Price Bid) 144

18. Form of Tender (For Commercial Bid) 147

19. Information about Tenderer 150

20. Form of Contract 152

21. Form of Bank Guarantee in lieu of EMD 155

22. Form of Bank Guarantee in lieu of Security Deposit/ Initial Security Deposit 158

23. Form of Bank Guarantee to cover Lumpsum Advance (Mobilisation) 161

24 Appendix- III to GCC of Contract: Safety Practices during Construction. 1- 36

Page 1 of 164
GENERAL CONDITIONS OF CONTRACT

GENERAL CONDITIONS OF CONTRACT


SECTION 1
DEFINITIONS

1.0.0.1 The following expressions hereunder and elsewhere in the Contract


Documents used, unless repugnant to the subject or context thereof, shall
have the following meanings hereunder respectively assigned to them,
namely:

1.1.0.0 “Acceptance of Tender” shall mean the Acceptance of Tender issued by the
OWNER to the CONTRACTOR. And shall include a letter, telegram or fax of
acceptance or other notification of award of work ,and a detailed Letter of
Acceptance.
1.2.0.0 “Approval” shall mean the written and signed approval of the OWNER or OF
engineer-in-Charge or Consultant authorized in this behalf by the OWNER,
and with respect to a plan or drawing shall include an approval in Code 2,
subject to the limitation(s) specified in such approval.
1.3.0.0 “Approval in Code 2” shall mean an approval to proceed with the work
covered by plans or drawings subject to certain limitation(s) as specified in
such approval.
1.4.0.0 The “Contract” shall mean the agreement between the parties as derived from
the Contract Documents.
1.5.0.0 The “CONTRACTOR” shall mean Individual, agency, Firm or Company
(whether incorporated or not) selected by the OWNER for the performance of
the Contract and shall include its legal representatives, successors and
permitted assigns.
1.6.0.0 The “Contract Documents” shall mean the contract documents as defined in
Article 1 in the From of Contract.
1.7.0.0 “Completion” or “Final Completion” shall mean the successful provision of all
material and inputs and the successful completion and conclusion of all
activities required in all respects to complete the contractual works in
accordance with the contact, but shall not include the obligation to rectify
defects during the Defect Liability Period.
1.8.0.0 “Completion Certificate” shall mean the Completion Certificate issued by the
Engineer-in-Charge in accordance wit the provisions thereof.
1.9.0.0 “Commissioning” of a Plant or Unit shall mean pressing into service the unit(s)
equipment(s), vessels, pipeline(s), machinery and systems and sub-systems
comprising the Plant, in accordance with the approved Operation manual and

Page 2 of 164
GENERAL CONDITIONS OF CONTRACT

as per procedures recommended by the Designer/Process Licensor or Supplier


thereof, and approved by the OWNER, after successful trial runs of the
Plant/Unit.
1.10.0.0 “Consultant” shall mean the Consultant appointed by the owner for the
Project or the Works.
1.11.0.0 “Consumables” shall mean all Items which are consumed in the execution of
the work without being directly incorporated in the Work, such as fuel,
electricity, water, POL, welding rods, electrodes and utilities.
1.12.0.0 “Defect Liability Period” shall mean the defect liability period as specified in
the contract.
1.13.0.0 The “Engineer-in-Charge” shall mean the Engineer or other officer of the
OWNER, Consultant or other organisation for the time being nominated by
the OWNER in writing to act as Engineer-in-Charge for the purpose of the
Contract or any specific works.

1.14.0.0 “Final Certificate” shall mean the final certificate issued by the Engineer-in-
Charge in accordance with the provisions hereof.
1.15.0.0 “General Manager” shall mean the Executive Director, General Manager or
other Chief Executive (howsoever designated) of the Project to which the
Contract relates, and if there is no such separate Chief Executive, shall mean
the Executive Director (if any) or the General Manager, as the case may
be, of the Refinery, Unit or Department of the OWNER to which the Project
relates.
1.16.0.0 “Guarantee tests” shall mean all tests, undertaken after the Plant goes into
operation and has stabilized, for ensuring that the functioning of the Plant
meets all guarantees, as regards throughput, quality and magnitude/quantity
of output, at the final stage as well as at the stipulated interim stages of
operation/ process, as well as in respect of consumption of utilities, chemicals
and catalysts, etc.
1.17.0.0 “Job Site” shall mean any site at which the work is to be performed by the
CONTRACTOR, and shall include a part or portion of the job site.
1.18.0.0 “Manuals” shall mean the Erection arid Installation Manual of the various
equipment and machinery forming part of the Work(s) or Plant(s)/Unit(s) as
well as the Operation and Maintenance Manuals thereof.
1.19.0.0 “Materials” shall mean all materials, plant, machinery, instruments,
components, equipments, sub-assemblies and assemblies, parts, spares and
other items or things required for permanent incorporation in the works.
1.20.0.0 “Mechanical Completion”, as applied to a Plant or Unit, shall mean the

Page 3 of 164
GENERAL CONDITIONS OF CONTRACT

completion of civil works, erection, aligning and grouting of all mechanical and
electrical equipment and piping, hydrostatic and other testing of all storage
tanks, vessels, piping etc., all electrical and all utility connections to the
equipment, mounting and fixing of all instruments, control systems and
connecting them as required, testing and trial runs of all equipment on “no-
load” and bringing the Plant to a state of readiness for pre-commissioning.
1.21.0.0 “Notified Claim” shall mean a claim of the CONTRACTOR notified in
accordance with the provisions of Clause 6.6.1.0 hereof.
1.22.0.0 “Order” and “Instruction” shall respectively mean any written Order or
Instruction given by the Engineer-in-Charge or Site Engineer within the
SCOPE of their respective powers in terms of the Contract.

1.23.0.0 The “OWNER” shall mean Indian Oil Corporation Limited, a company
incorporated in India and having its registered office at G-9, Au Yavar Jung
Marg, Bandra (East), Mumbai-400 051 and shall include its successors and
assigns.
1.24.0.0 “Plans” and “Drawings” shall mean and include all technical documentation
such as maps, sketches, designs, drawings, plans, details, charges, schedules,
tracings, prints, computer outputs, printouts, and manuals, relating to the
work forming the subject matter of the contract, including but not limited to
those forming part of the tender Documents, Offer Documents, and working
drawings and details, together with amendments/ alterations/ revisions/
modifications thereto, as may have been approved by and/or furnished by the
OWNER, the Engineer-in-Charge and/ or THE consultant, as well as “As Built”
drawings to be submitted by the CONTRACTOR, as required under the
contract.
1.25.0.1.1 “Pre-commissioning” shall mean the activities to be taken up before the taking
up of Start-up, Commissioning and trial runs of the Plant/Unit, and shall
include, without being limited to, all operations such as checking of all
systems, subsystems, piping and vessels, flushing with air, water and steam,
air-blowing and steam-blowing, system pressure and leak tests, purging with
inert gas as required, checking all electrical equipment for earthing,
resistances, operability tests and cold run on all operating equipment, vessels
and systems individually and in combination, integration of all control systems
with one another and with the main control system, and completion of all
operations detailed under the head, “COMPLETION OF CONSTRUCTION” in
API-700.
1.26.0.0 “Progress Schedule” shall mean the Progress Schedule established by the
CONTRACTOR and approved by the Engineer-in-Charge for completion of the

Page 4 of 164
GENERAL CONDITIONS OF CONTRACT

work(s) within the time schedule in accordance with the provisions hereof and
failing such Progress Schedule, shall mean the Progress Schedule established
by the Engineer-in-Charge in accordance with the provisions hereof.
1.27.0.0 “Performance Test(s)” shall mean all tests meant to ensure that the
Plant(s)/Unit(s) is/are in all respects in accordance with the requirements of
the Contract and that the Plant functions properly and smoothly, in all
respects as per the approved design parameters, within the permissible
tolerances, and satisfies all the stipulated operating parameters, and will
include the Guarantee Tests.
1.28.0.0 “Project” shall mean the project embracing the work(s) forming the subject
matter of the Contract.

1.29.0.0 The “Site Engineer” shall mean the Engineer(s)/Officer(s) for the time being
designated by the Engineer-in-Charge as his representative(s) in writing, and
authorized by him to assist him in performing his duties and functions for the
purpose of the Contract.
1.30.0.0 “Plant” or “Unit” shall mean the grouping of and assembly of systems,
subsystems, machinery’, equipment, piping and associated facilities, designed
to function as a cognizable part of the Project Facility whether alone or in
conjunction with other Plants/Units and Facilities. (Examples: Distillation Unit,
Reformer Unit or Desulphurisation Unit.).

1.31.0.0 “Schedule of Rates” or “Price Schedule” shall mean the Schedule of Rates or
Price Schedule annexed to the Acceptance of Tender, and shall also include a
lump sum price.
1.32.0.0 The “Specification(s)” shall mean the various specifications as set out in the
Specifications forming part of the Tender Documents and as referred to and
derived from the Contract and any order(s) or instruction(s) there under, and
in the absence of any specifications as aforesaid covering any particular work
or part or portion thereof, shall mean the Specifications and Codes of the
Bureau of Indian Standards and other Organizations, including but not limited
to British Standards Institution, ASTM, ASME, ANSI, API, AWS, AWWA, NACE,
HEI, IEC, IBR, IEEE, EIL, CPWD, etc, with such modifications’ as may be
applicable for the particular part(s) of the Contract, as decided by the
Engineer-in-Charge and as per Standard Engineering and Industry Practice
and/or as directed by the Engineer-in-Charge.
1.33.0.0 “Security Deposit” shall mean the Security Deposit as specified in Clause
2.1.0.0 hereof and associated clauses there under.
1.34.0.0 “Subsystems” shall mean the further breakdown of a System into its

Page 5 of 164
GENERAL CONDITIONS OF CONTRACT

subsections and sub-components, each designed to fulfill a precisely


demarcated function or role in the working of the system. (Example:
Demineralistion of boiler feed water and fuel injection for boilers for the
Steam Generation system).
1.35.0.0 “Start-up” shall mean all activities required to be performed after pre-
commissioning and prior to trial operation and shall include final pre-
commissioning inspection and check out of equipment, vessels and system(s)
and supporting sub-system(s), initial operation of complete equipment and
systems within the Plant/Unit to obtain necessary pre-trial operation data,
confirmation and correction of calibration, shutdown inspection and
adjustment and other steps required to be taken prior to and enable
commissioning/trial operation.
1.36.0.0 “System” shall mean the breakdown of the Plant or Unit into specific sections
and components, each designed to fulfill a precisely demarcated function or
role in the working of the Plant/Unit (Examples: Fresh water system,
circulating water system, steam and power generation and distribution
system, fuel system, effluent system in a Power Plant.)
1.37.0.0 “Time Schedule” shall mean the Time Schedule for final completion of the
Works or Mechanical Completion of the Plant(s)/Unit(s), as the case may be,
incorporated in the Contract or as may be extended by the OWNER or
Engineer-in-Charge pursuant to the provisions hereof and shall include interim
time schedules set up for achieving interim/ phase-wise/ stage-wise progress/
completion/ testing/commissioning/ handing over, as may be prescribed by
the OWNER/ Engineer-in-Charge, within the overall Time Schedule as
originally envisaged or as extended.
1.38.0.0 The “Total Contract Value” shall, upto calculation of the entire remuneration
due to the CONTRACTOR in terms of the contract on successful completion of
the work, mean the Total Contract Value as specified in the Acceptance of
Tender, and after calculation of the entire remuneration due to CONTRACTOR
under the contract on successful completion of the contract, shall mean the
totality of such remuneration.
1.39.0.0 “Utilities” shall mean power, electricity, gas and other sources of energy,
water, earth and other things whatsoever (other than materials and
consumable(s) required for or in the performance of the work(s).
1.40.O.O “Work”, “Scope of Work”, “Service”, and “Scope of Services”, shall mean the
totality of the work, services and activities to be performed or undertaken and
the totality of the responsibilities to be discharged, as envisaged by
expression or implication in the contract and shall include all inputs required

Page 6 of 164
GENERAL CONDITIONS OF CONTRACT

for such performance and discharge including (but not limited) to know-how,
design/engineering inputs, preparation and supply of drawings and details,
project management (including pre-construction activities, tendering,
procurement, inspection and expediting), construction supervision, pre-
commissioning, start-up and commissioning and supply of consumables,
labour, construction and other requisite machinery and equipments, utilities
and inputs required for, relative or incidental to and/or in connection with the
performance of the contract up to completion (including testing,
commissioning, handing over, troubleshooting, rectification, maintenance and
defect liabilities).

Page 7 of 164
GENERAL CONDITIONS OF CONTRACT

SECTION - 2
GENERAL

2.0.0.0 INTERPRETATION OF CONTRACT DOCUMENTS:


2.0.1.0 Singular and Plural: Where (lie context so requires, words imparting the
singular also include the plural and vice versa.
2.0.2.0 Masculine amid feminine: Where the context so requires, words imparting the
masculine gender shall also include the feminine gender and the neuter
gender and vice versa.
2.0.3.0 Meanings: Unless expressly stipulated to the contrary in this contract:
(i) the words “direction(s)/ directed”, “instruction(s)/ instructed,”
“order(s)/ ordered,” “requirement(s)/ required”, “permission(s)/
permitted”, “approval(s)/approved”, shall mean the written directions,
instructions, orders, requirements, permissions or approvals, as the
case may be, of the OWNER or of the Engineer-in-charge.
(ii) The words “as felt”, “considered necessary”, acceptable”. “desirable”
or “satisfactory”, shall mean that the OWNER or Engineer-in charge
feels or considers. that the particular thing is necessary, acceptable,
desirable, or satisfactory, as the case may be.
2.0.4.0 Language: All documents pertaining to the contract, including drawings,
manuals and any other writings shall be in the English, Language. The
translations, if any, in Hindi or any other language, as may be furnished by
the OWNER of any of the documents forming the contract, shall not anywise
operate as the contract between the parties or regulate upon the terms and
conditions of the Contract Documents with the intention that all rights and
obligations of the parties in terms of Contract Documents and any reference
to the Contract or Contract Documents or any of item shall be deemed the
rights and obligations arising out of the Contract Documents as written in
English and I or Contract or Contract Documents or any of them as written in
English; and. no claim, dispute, difference or other objection will lie or will be
entertained by the OWNER on account of any difference in the import or
interpretation between any provision in Hindi or any other language
translation of the Contract Documents or any of them and the Contract
Documents in English.
2.0.5.0 Measurement Units: The metric system of measurement units shall be used in
the contract, unless otherwise expressly stipulated.
2.0.6.0 The several Contract Documents forming the contract are to be read together

Page 8 of 164
GENERAL CONDITIONS OF CONTRACT

as a whole and are to be taken as mutually explanatory.


2.0.7.0 Should there be any doubt or ambiguity in the interpretation of the Contract
Documents or error, omission or contradiction therein or in. any of them, the
CONTRACTOR shall, prior to commencing the relative work, apply in
writing to the Engineer-in-Charge for his decision in resolution of the doubt,
ambiguity or contradiction or correction of the error or omission, as the case
may be. Should the CONTRACTOR fail to apply to the Engineer-in-Charge
for his decision, as aforesaid, prior to commencing the relative work, the
CONTRACTOR shall perform the said work at his own risks, and the provisions
of Clause 2.0.10.0 hereof shall apply to any such work performed by time
CONTRACTOR.
2.0.8.0 Notwithstanding anything provided in Clause 2.0.7.0 hereof above, either the
CONTRACTOR or the Site Engineer may at any time prior to, during or after
the execution of the work or any part thereof (if the CONTRACTOR has
failed to make an application as provided for in Clause 2.0.7.0) apply to the
Engineer-in-Charge in writing for his decision in resolution of any doubt,
ambiguity or contradiction, in the Contract Documents or any of them of the
correction of any error or omission therein as the case may be.
2.0.9.0 The decision of the Engineer-in-Charge or any application under Clause
2.0.7.0 or Clause 2.0.8.0 hereof shall be in writing and shall be final and
binding upon the CONTRACTOR and shall form part of the Contract
Documents, with the intent that the Contract Documents shall be read as
though the said decision is and was at all times incorporated therein.

2.0.10.0 In the event of the CONTRACTOR having already performed or executed any
work at variance with the decision of the Engineer-in-Charge as aforesaid,
then, notwithstanding payment in respect of such work having been made to
the CONTRACTOR, such work shall be deemed to be a defective work and the
provisions of Clause 5.1.4.0 hereof and associated clauses there under shall
apply thereto.

2.0.11.0 Any work shown, indicated or included in the job description, Plan(s),
drawing(s), Specifications and / or Schedule of Rates shall be deemed to form
part of the work, notwithstanding failure to show, indicate or include such
work in any other or others among the Documents aforesaid with the intent
that the indication or inclusion of the work within any one of the said
documents shall be deemed to be a sufficient indication or inclusion of the
work within the work covered by the contract.
2.0.12.0 No verbal agreement, assurances, representations or understanding given by
any employee or officer of the OWNER or so understood by the

Page 9 of 164
GENERAL CONDITIONS OF CONTRACT

CONTRACTOR, whether given or understood before or after the execution of


the contract, shall anywise bind the OWNER or alter the Contract Documents
unless specifically given in writing and signed by the a person specifically
authorised by the OWNER and given as an Agreed Variation to the relative
term(s) in the Contract Documents.
2.0.13.0 Clause headings given in this or any other Contract Document are intended
only as, a general guide for convenience in reading and segregating the
general subject of the various clauses, but do not form part of the Contract
Documents, with the intent that the clause headings shall not govern the
meaning or importance of the clauses there under appearing or confine or
otherwise affect the interpretation thereof.
2.0.14.0 In case of irreconcilable conflict in non 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 in the order in which they are set out below:
1. Formal Contract
2. Acceptance of Tender

3. Price Schedule annexed to Letter of Acceptance


4. Agreed Variations annexed to the Letter of Acceptance
5. Addenda to the Tender documents
6. Special Conditions of Contract
7. Special Instructions to Tenderers
8. General Conditions of Contract
9. Instructions to Tenderers
A variation or amendment issued after the execution of the formal contract
shall take precedence over the formal contract and all other Contract
Documents.
2.0.15.0 In case of irreconcilable conflict in technical matters between the provisions in
two separate contract documents concerning or governing the same aspect,
clauses 2.0.7.0 and 2.0.8.0 shall be applied.
2.1.0.0 SECURITY DEPOSIT:
2.1.1.0 The CONTRACTOR shall furnish Security Deposit in the amount equivalent to
10% (ten percent) of the total contract value. Such Security Deposit is to be
held by the OWNER as security for the due performance of the
CONTRACTOR’S obligations under the contract.
2.1.1.1 The Security Deposit shall be made tip of the Initial Security Deposit, and the
Retention Monies, of a sum equal to 10% (ten percent) of the -total (gross)

Page 10 of 164
GENERAL CONDITIONS OF CONTRACT

value of each bill, up to and until the recovery of full Security Deposit to the
extent specified in Clause 2.1.1.0 hereof is achieved. The deductions for the
retention money(ies) will be stopped after the Security Deposit limit of 10%
(ten percent) of the Total Contract Value is reached, unless otherwise
required in terms of Clause 2.1.1.6 hereof.
2.1.1.2 The CONTRACTOR shall, within 10 (ten) days of the receipt of Acceptance
of Tender issued by the OWNER, deposit Initial Security Deposit in an amount
equal to 2.5% (Two and one half percent) of the total contract value as
aforesaid, in one or more of the following modes, subject to the stipulation(s)
contained in the said Acceptance by the OWNER.
a) by Demand draft/Pay Order drawn on a Banking Branch of a
Nationalised / Scheduled Bank payable to the OWNER at the location
where the Office of the OWNER is situated. (cheques shall not be
accepted).
b) If the Earnest Money Deposit has been made in cash or by Demand
Draft, the CONTRACTOR may be permitted to adjust the same
towards part of the Initial Security Deposit and pay the balance in the
manner stipulated at (a) above.
c) By Bank Guarantee(s) in the prescribed form as included in the
Tender Documents, from a Scheduled Bank in India acceptable to the
OWNER, provided the amount covered by such Bank Guarantee is hot
less than Rs.1,00,000 (Rupees One Lakh only). This Bank Guarantee
shall be valid upto a period of 3 (three) months beyond the end of the
Defects Liability period.
2.1.1.3 The CONTRACTOR will be permitted to furnish a Bank Guarantee for the full
Security Deposit of 10% (ten percent) of the Total Contract value, in advance,
in which case, no Initial Security Deposit will be required to be furnished and
no deductions shall be made from his running bills towards Retention Money,
except as may be required in terms of clauses 2. I .1.1 and 2.1.1.6 hereof.

2.1.1.4 The CONTRACTOR may, at any time and from time to time, during the course
of or after completion of the work, with the permission of the OWNER,
substitute his cash security deposit, including retention money(ies) deducted
from his bills and lying with the OWNER, by Bank Guarantee(s) in the
prescribed pro-forma from a Scheduled Bank in India acceptable to the
OWNER and withdraw the equivalent cash amount(s), provided the amount
covered by any such Bank Guarantee is not less than Rs.1 lac (Rupees One
lac only).
2.1.1.5 The Earnest Money deposited by the CONTRACTOR along with this tender

Page 11 of 164
GENERAL CONDITIONS OF CONTRACT

shall unless it has been adjusted in accordance with Clause 2.1.1.2(c) above,
be refunded by the OWNER, after the Initial Security Deposit or the full
Security Deposit as the case may be has been deposited by the
CONTRACTOR.
2.1.1.6 If at any time during the course of the work, the gross value of the work, as
reflected by the Running Bills submitted by the CONTRACTOR has in (he
opinion of the OWNER (which shall be final and binding on the
CONTRACTOR), exceeded or is likely to exceed the Total Contract Value
indicated in the acceptance of Tender, the CONTRACTOR shall be bound to
pay further Security Deposit as will make up the total Security Deposit to
10%(ten percent) of the then anticipated Contract Value failing which the
OWNER shall be at liberty to make such deductions towards Retention
Money(ies) from the CONTRACTOR’s Running Bills, and will, at all times.
ensure that the Security Deposit does not fall below 10% (ten percent) of the
gross value of the work, as reflected by the gross payments made to the
CONTRACTOR, without taking into account any deductions. If the shortfall in
Security Deposit is discovered after completion of the work, the shortfall shall
be made good by the CONTRACTOR on demand from the OWNER failing
which, it will be recovered from any money(ies) due to the CONTRACTOR
from the owner under this contract and//or any other contract with the
OWNER.
2.1.1.7 If after completion of the worm, the Total Contract Value falls below the Total
Contract Value as indicated in the acceptance of tender, such that the total
Security Deposit (made up of initial Security Deposit and Retension
Money(ies) or otherwise in the hands of the OWNER is in excess of the Total
Security Deposit calculated at 10% (ten percent) of the reduced contract
value, such excess amount, as is in the form of cash in the hands of the
OWNER, shall be refunded to the CONTRACTOR along with the Final Bill. If
the Security Deposit furnished by the CONTRACTOR to the OWNER in the
form of Bank Guarantees is in excess of the full security deposit calculated on
the contract value by over Rs.1 lacs, the CONTRACTOR shall be permitted to
replace the Bank Guarantee(s) already submitted, by Bank Guarantee(s) to
cover the reduced value of Security Deposit.
2.1.1.8 The Security Deposit shall be held by the OWNER as security for the due
performance of the CONTRACTOR’s obligations under the Contract.
PROVIDED that nothing herein stated shall make it incumbent upon the
OWNER to utilize the Security Deposit in preference to any other remedy,
which the OWNER may have, nor shall be construed as confining the claims of

Page 12 of 164
GENERAL CONDITIONS OF CONTRACT

the OWNER against the CONTRACTOR to the quantum of the Security


Deposit.

2.1.1.9 The Security deposit including the Earnest Money/ Retention money(ies), and
other withheld amounts from the Running Account Bill(s), if any, at any time
remaining in the hands of the OWNER, shall be free of any liability for
payment of any interest to the CONTRACTOR.
2.1.1.10 Upon determination of the contract prior to completion of work(s) for any
cause, the OWNER shall in so far as the Security Deposit constitutes cash
refund and in so far as the Security Deposit is in any other form,
release/discharge/return, as the case may be, to CONTRACTOR, the unutilised
balance of the Security Deposits, if any, for the time being remaining in the
hands of the OWNER after settlement of accounts and discharge of all
amounts due from the CONTRACTOR to the OWNER and fulfillment of all
obligations of the CONTRACTOR.

2.1.2.0 In cases Mibilisation Advance is paid to the CONTRACTOR under the


provisions of Clause 6.4.6.0 hereof, it shall be permissible for the
CONTRACTOR to furnish a Composite Bank Guarantee to cover both
Mobilisation Advance as well as Retention Monies forming part of the Security
Deposit, which shall be subject to the following conditions.
a. The Composite Bank Guarantee will be for a value equivalent to the
advance or 10% (ten percent) of the Total Contract Value, whichever
is greater, and shall be kept valid upto 3 (three) months beyond the
expiry of the Defect Liability Period.

b. In addition, Initial Security Deposit shall be payable as laid down in


Clause 2.1.1.2 hereof;
c. Recoveries will be effected from each Running Account Bill at the rate
of 10% (ten percent) of the gross bill value, till the entire Mobilisation
Advance (together with interest accrued threon) is fully recovered.
d. Initially, the composite Bank Guarantee will be entirely reckoned
towards Mobilisation Advance and progressively, the portions of
Composite Bank Guarantee, vacated by the recoveries effected
toward Mobilisation Advance, shall be reckoned towards Security
Deposit, such that after the Mobilisation Advance stands fully
recovered with interest accrued thereon, the entire composite Bank
Guarantee shall be reckoned to cover the Security Deposit for the
work. The Initial Security Deposit furnished by the Contractor
under(b) above shall be refunded/ returned after recovery of
Mobilisation Advance is effected from the R.A. Bills upto an aggregate

Page 13 of 164
GENERAL CONDITIONS OF CONTRACT

amount equivalent to the Initial Security Deposit.


e. All the other stipulations hereof in respect of Security Deposit shall
apply.
2.1.3.0 The CONTRACTOR shall from time to time at the request of the OWNER
suitably extend the validity of any Bank Guarantee (whether furnished by
way of initial Security Deposit, Security Deposit or Composite Bank guarantee)
or to secure any advance for such period(s) as may from time to time be
required by the OWNER failing which, without prejudice to any other right or
remedy available to the OWNER, the OWNER shall be entitled to encash the
Bank Guarantee.
2.2.0.0 PLANS, DRAWINGS, SPECIFICATIONS AND APPROVALS TO BE
FURNISHED BY THE OWNER.
2.2.1.0 Plan(s) and drawing(s) and other information forming part of the Tender
Documents shall constitute only a general guidance to enable the
CONTRACTOR to visualize the work and/or supplies contemplated under the
Contract. These have been prepared and released in rood faith on the basis of
information available to time OWNER. Time OWNER assumes no responsibility
as to the correctness thereof, and the CONTRACTOR is expected prior to
tendering to have undertaken a complete and independent survey and to
have made his-own study of all factors relevant to the performance of the
work or making the supplies.
2.2.2.0 Detailed working plan(s), drawing(s), any specification(s) and approval(s)
required to be furnished by the OWNER for the actual execution of the work,
shall be furnished from time to time as and when required during the
execution of the work.
2.2.3.0 It shall be the exclusive responsibility of the CONTRACTOR to call upon the
Engineer-in-charge (in respect of approvals to be furnished by the OWNER)
for and to pursue and obtain from the Engineer-in-Charge any plan(s),
drawings(s), specification(s) or approval(s) required to be furnished to the
CONTRACTOR under the contract for the proper execution of the work or any
particular item or job therein or the ma-king of any supply, as the case may
be, as and when required, sufficiently in advance of the stage of delivery of
the materials or of the commencement or progress of the work for the
performance or continuance of which the same shall be required. Any failure
by the CONTRACTOR to do so shall be entirely at the risks and costs of time
CONTRACTOR and shall not constitute a ground for time extension of time,
unless the Engineer-in-Charge shall fail to provide the CONTRACTOR plan(s),
drawing(s).

Page 14 of 164
GENERAL CONDITIONS OF CONTRACT

Specification(s) or approval(s) or disapproval(s)as the case may be within 15


(fifteen) days of notice by the CONTRACTOR to the Engineer-in-charge
specifically stating the drawing(s), specification(s) or approval(s) which is/are
pending. the period for which it/they are pending, the reason(s) for which
they are pending and that the notice is being given pursuant to the provisions
of this clause on the clear understanding that if the plan(s) drawing(s),
specification(s) or approval(s) or disapproval(s), is/are not granted within 15
(fifteen) days, the CONTRACTOR will be making claim for deemed approval
pursuant hereto. If thereafter, said notice notwithstanding the approval or
disapproval, as the case may be is not granted within 15 (fifteen) days, the
relative approval(s) in Code 2 shall be deemed to have been granted, and the
relative approval shall at the request of the CONTRACTOR be certified thereon
by the General Manger, and the CONTRACTOR shall proceed with the work
accordingly without entitlement to any extension of time on this account.

2.2.4.0 The CONTRACTOR shall carefully, study the plans/drawings furnished to


him, in conjunction with all other connected plans/drawings and other
Contract documents and shall bring to the notice of the Engineer-in-Charge
for clarification/correction any ambiguity, error, discrepancy, contradiction or
omission therein prior to the execution of time related work (s) or undertaking
the related supply(ies) as the case may be, and the provisions of Clause
2.0.9.0 hereof shall mutatis mutandis apply to such clarification or correction.
2.2.4.1 Any work performed by the CONTRACTOR in absence of or contrary to such
clarification/ correction, shall be at the CONTRACTOR’s risks and
responsibilities and the provisions of Clauses 2.0.10.0 and 5.1.4.0 hereof and
associated clauses there under with respect to defective works shall apply
thereto.

2.2.5.0 Notwithstanding anything to the contrary in the Contract Documents


expressed or implied, and notwithstanding the absence of any ambiguity,
error, discrepancy, contradiction or omission in the plans/ drawings as
aforesaid, the OWNER shall be entitled at any time before or during execution
of the related work(s) to amend / modify or alter any plan(s), drawing(s) or
specifications furnished to the CONTRACTOR by the OWNER and the
CONTRACTOR shall thereafter perform and/ or continue to perform the
related work(s) according to the amended/ modified/ altered plans/ drawings/
Specifications without entitlement to any extra remuneration and should the
CONTRACTOR execute any relative work(s) at variance therewith
(notwithstanding that the CONTRACTOR shall have already been made any
payment in respect thereof), the provisions of Clause 5.1.4.0 hereof and

Page 15 of 164
GENERAL CONDITIONS OF CONTRACT

associated clauses there under relating to defective works shall apply thereto,
provided that:

(i) If any such amendment/ notification/ alteration shall in the opinion of


the CONTRACTOR, necessitate an extension of time for
completion, the provisions of Clause 4.3.5.0 hereof and clauses,
related thereto shall apply.
(ii) If such amendment or modification shall in the opinion of the
Engineer-in-Charge (whose opinion in this behalf shall be final and
binding upon the CONTRACTOR) necessitate the performance of any
work not covered by the Schedule of Rates or the lump sum
price, as the case may be, the remuneration for such work or
portion or item thereof, as the case may be, not covered by
the Schedule of Rates or lump sum price, as the case may be, shall
be determined in accordance with the provisions of Clause 2.4.1.2
hereof.
2.2.6.0 Copies of all plans and drawings relating to work(s) shall be kept and
maintained at the CONTRACTOR’s office at the site and shall be made
available to time Engineer-in-Charge and Site Engineer for inspection and
reference at any time during the execution of work.
2.2.7.0 All plans and drawings furnished by the OWNER to the CONTRACTOR shall be
and remains the property of the OWNER and shall be returned by the
CONTRACTOR to the OWNER on completion of the works or prior
determination of the contract.

2.3.0.0 PLANS, DESIGNS, DRAWINGS & SPECIFICATIONS TO BE


FURNISHED BY THE CONTRACTOR
2.3.1.0 Where the CONTRACTOR shall, within the scope of work, be required to
prepare or furnish any Plan(s), drawing(s), design(s) or specifications in
respect of the work or any particular work, the CONTRACTOR shall within
15 (fifteen) days (or such other period as the OWNER may prescribe in his
behalf) of receipt of notification of Acceptance of Tender or within 15 (fifteen)
days before the proposed date of commencement of the relative work,
whichever shall be earlier, submit to the OWNER for approval the relative
plan(s), drawing(s), design(s) or specification(s). The OWNER shall be entitled
at any time to suggest any amendment(s) I modification(s) in the plans,
designs, drawings or specifications and the CONTRACTOR shall thereupon
either convince the OWNER of the un-necessity in whole or portion of such
amendment I modification or shall implement the same and shall cause the
plans, drawings, designs or specifications to be accordingly amended,

Page 16 of 164
GENERAL CONDITIONS OF CONTRACT

provided that no such approval of or amendments or modifications in the


plans, drawings, designs or specifications by or suggested by the OWNER
shall anywise absolve the CONTRACTOR of any of his obligations,
responsibilities or liabilities under the Contract inclusive of and relative to the
utility’ and suitability of time CONTRACTOR’s plans, drawings, designs or
specifications for the relative work(s) and the fulfillment of all specifications
and performance guarantees of the consequent works, any such approval is
intended only to satisfy the OWNER of the prima facie suitability of plan,
drawing, design or specification and any such suggestion by time OWNER as
aforesaid or otherwise is intended only by way of Suggestion to the
CONTRACTOR to meet the contractual requirements, without any attendant
liability upon the OWNER.
2.3.2.0 The CONTRACTOR shall not permit any work to be done or any installation,
material or equipment to be supplied or fabricated or erected at
variance with plans, drawings, designs or specifications approved by the
OWNER and / or amended or modified as aforesaid.
2.3.3.0 Unless otherwise required, at least 3 (three) sets of all approved plans,
drawings, designs and specifications prepared by the CONTRACTOR, together
with similar set of all revisions, amendments, and modifications therein shall
be lodged with the OWNER for the record of the OWNER. Such sets of plans,
drawings, designs and specifications shall be signed by the CONTRACTOR and
shall indicate thereon the number and date of each revision, amendment
and/or modification of communication by the OWNER or any consultant
appointed by the OWNER for or relative to time approval thereof.
2.4.0.0 ALTERATIONS IN DESIGNS, PLANS, DRAWINGS, SPECIFICATIONS,
ORDERS AND INSTRUCTIONS

2.4.1.0 In addition to the provisions of Clause 2.2.0.0 and associated clauses there
under, the Engineer-in-Charge and / or Site Engineer shall have the power by
written notice to the CONTRACTOR at any time prior to or in the course of the
execution of works or any part thereof to alter or amend the specifications,
orders and/ or instructions or any of them by addition, omission, substitution
or otherwise howsoever with or without altering or amending the plans,
drawings and/ or designs and the CONTRACTOR shall carry out the related
work in accordance with such altered specifications, orders, instructions,
plans, drawings and/ or designs as the case may be, on the same terms and
conditions in all respects, subject to the provisions of Clause 2.4.1.2 hereof.
2.4.1.1 If such alteration or amendment shall, - in the Opinion of the CONTRACTOR,
necessitate an extension in the time for completion, the provision of Clause

Page 17 of 164
GENERAL CONDITIONS OF CONTRACT

4.3.5.0 hereof and related clauses with regard to the extension of time, shall
apply.

2.4.1.2(a) If such alteration or amendment shall, in the opinion of the Engineer-in-


Charge (whose opinion in this behalf shall be final and binding upon the
CONTRACTOR), necessitate the performance of any work not covered by the
Schedule of Rates, the remuneration for such work or portion or item thereof
not covered by the Schedule of Rates shall be determined in the following
manner:
(i) If it is possible to derive the rate(s) for such work or items of work
from any of the items of material and I or work covered in the
Schedule of Rate(s), the rate(s) for time relative works I items shall
be the rate(s) arrived at on the basis of such derivation. The opinion
of the-Engineer-in-Charge as to whether or not the relative rates can
be derived from the rates for time items of material and / or work
included in the Schedule of Rates and the consequent derivation of’
rate(s) on basis thereof shall be final and binding upon the
CONTRACTOR.
(ii) If, in the opinion of the Engineer-in-charge, the relative rate(s) shall
not be derivable within the provisions of paragraph(i) hereof above,
the relative rate(s) shall be the rate(s) for the work or items of work
settled as follows:
An analysis of the rate for time completed work or items shall be
prepared by taking (if amid so far as applicable): -

A) Issue rate(s) for Materials supplied by the OWNER, if


applicable;
B) Materials supplied by the CONTRACTOR amid incorporated in
time permanent works at the rate(s) (if any) for material
specified in the relevant Schedule forming part of the
Contract; and

C) Labour cost at rate(s) for labour, if any, specified in time


relevant Schedule forming part of the Contract.
(iii) The opinion of the Engineer-in-Charge as to the quantity of
material and/ or labour involved shall be final and binding on the
CONTRACTOR.
(iv) In the event of any item of material or labour involved not being
covered by the relevant schedule forming part of time Contract for
time purpose of determining the rates in terms of items (B) and / or

Page 18 of 164
GENERAL CONDITIONS OF CONTRACT

(C) of paragraph (ii) above, market rates shall be taken into account
for such items of materials and labour as are not covered by the
relevant schedules forming part of the contract and there shall be
added thereto 15% (fifteen percent) to cover CONTR4CTOR’s
supervision, overheads and profits. For the purpose of clarification, it
is stated that 15% (fifteen percent) addition shall apply only for any
item not covered by the relevant schedule of the Contract.
(v) The opinion of the Engineer-in-Charge as to whether or not any -
particular item(s) of material(s) or labour involved is covered by the
relevant Schedule(s) and if not as to the market rate(s) thereof shall
be final and binding upon the CONTRACTOR.
(b) If any alteration, amendment or modification shall, in the opinion of
the Engineer-in-charge (whose opinion in this behalf shall be final and
binding upon the CONTRACTOR) result in a reduction or increase or
change in the work or supply covered by the lump sum Price so as to
render unreasonable the lump sum Price, the OWNER and the
CONTRACTOR shall negotiate a suitable increase or reduction, as the
case may be, in the lump sum Price, and failing agreement on a
negotiated rate for the item by appropriate reduction/increase, as the
case may be, the Engineer-in-Charge shall fix the reduction or
increase as he considers -reasonable in the circumstances to the lump
sum Price, and the lump sum Price shall be deemed to be accordingly
amended to the extent applicable to the work covered by the
alteration or amendment.
2.4.1.3 Pending finalization in respect of the revised rate of any item in the Price
Schedule or increase/reduction in the lump sum Price pursuant to the
provisions of clause 2.4.1.2 hereof, the CONTRACTOR shall continue and
be bound to continue and perform the works and/or make the supply to
completion in all respects according to the contract (unless the contract or
works be determined by time OWNER) and the CONTRACTOR shall be liable
and bound in all respects under the contract.
2.4.2.0 The rate(s) for any work determined in accordance with time provisions of
Clause 2.4.1.2 above shall for the purpose of the Contract with respect of the
work or items of work or supply affected by such amendment, alteration or
modification be deemed to be rate(s) for such work or item(s) of work within
the Schedule of Rates, or the lump sum Price, as the case may be.
2.4.3.0 The CONTRACTOR shall not be entitled to any compensation in addition
to the payment for the work actually performed by the CONTRACTOR

Page 19 of 164
GENERAL CONDITIONS OF CONTRACT

calculated on the basis of the Schedule of Rate(s) or lump sum Price or as


provided for in Clause 2.4.1.2 hereof, as the case may be, as a result of any
amendment or variation in the specification, orders, instructions, plans,
designs or drawings notwithstanding that such alteration(s) I variation(s) may
have resulted in a reduction of time total quantum or value of the work
involved under the Contract, except as provided for in clause 2.6.2.0
hereunder.
2.5.0.0 ALTERATION IN THE SCOPE OF WORK
2.5.1.0 The OWNER may, at any time(s) before or after the commencement of the
work, by notice in writing issued to the CONTRACTOR, alter the scope of work
by increasing or reducing the works or the jobs required to be done by the
CONTRACTOR or by adding thereto or omitting there from any specific works
or jobs or operations or by substituting any existing works or jobs or
Operations with other works or jobs and/ or operations, or by requiring the
CONTRACTOR to perform any additional works in or about the job site, and
upon receipt of such notice, the CONTRACTOR shall execute the job(s) as
required within the altered scope of work.

2.5.2.0 If any alteration in the scope of work shall, in the opinion of the
CONTRACTOR, necessitate any extension in the time for completion, the
provisions of Clause 4.3.5.0 hereof and associated clauses with regard to the
extension of time shall apply.
2.5.3.0 (a) If such alteration shall, in the opinion of the Engineer-in-Charge
(whose opinion in this behalf shall be final and binding upon the
CONTRACTOR), necessitate the performance of any work not
covered by the Schedule of Rates, the remuneration for such work or
portion or item thereof not covered by Schedule of Rates shall be
determined in accordance with the provisions of Clause 2.4.1.2
hereof.
(b) lf in the opinion of the Engineer-in-Charge (whose opinion in this
behalf shall be final and binding upon the CONTRACTOR) any
alteration in the scope of the work shall result in any reduction or
increase or change in the work or supply covered by the lump sum
price so as to render unreasonable the lump sum price, the lump sum
Price shall be increased or reduced, as the ease may be, in
accordance with Clause 2.4.1.2 hereof.
2.5.3.1 Providing determination of the rates aforesaid, the provisions of clause 2.4.2.0
shall mutatis mutandis apply.
2.5.4.0 The CONTRACTOR shall not be entitled to any compensation in addition to the

Page 20 of 164
GENERAL CONDITIONS OF CONTRACT

payment for the work actually performed by the CONTRACTOR calculated on


the basis of the Schedule of Rates or lump sum Price or as provided in Clause.
2.4.1.2 hereof; as the case may be, as a result of any alteration in the scope
of work notwithstanding that such alteration may have resulted in a reduction
in the total quantities or value of work involved, except as provided for in
clause 2.6.2.0 hereunder.
2.6.0.0 QUANTITIES OF WORK
2.6. 1.0 Subject to the provisions of Clause 2.6.2.0 hereof, the quantities of work
stated in the Form of Schedule of Rates do not form part of the Contract and
the OWNER shall not be liable for any increase or decrease in the actual
quantities of work performed (notwithstanding the percentage of such
increase or decrease), nor shall such increase or decrease in the actual
quantities form the basis of any alteration of rates quoted and accepted or in
the lump sum pride or for any claim for additional compensation, damages or
loss or profits or otherwise, with the intent that the CONTRACTOR shall
notwithstanding the quantities mentioned in the Form of Schedule of Rates
only’ be entitled to payment in respect of actual quantities of work performed
in terms of the contract and measured in the Final Measurements,
notwithstanding the percentage of increase or shortfall in such quantities and
notwithstanding that the total contract value for the completed works on
finalization of all dues to the CONTRACTOR under the contract shall be less
than the total contract value as specified for the purpose of Security Deposit
in the Acceptance of Tender.

2.6.2.0 If as a consequence of such amendments/ variations/ alterations/


modifications/ reductions as envisaged in clauses 2.4.0.0 and/or 2.5.0.0
hereof and associated sub clauses there under, or pursuant to Clause 2.6.1.0
hereof, the quantities of work and the gross value of work actually
performed by the CONTRACTOR as valued on finalization of all dues to the
CONTRACTOR under the contract, shall be less than 80% (eighty
percent) of the Total contract value then the CONTRACTOR shall be
entitled to 10% (ten percent) of the amount by which the reduced
Contract value as aforesaid falls short of 80% (eighty percent) of the
total contract value by way of allowance for the advantage (including
profit) which the CONTRACTOR may have anticipated on the execution
of the work up to the total contract value. And the CONTRACTOR shall not
be entitled to any compensation in addition to the payments specifically
provided for above and the CONTRACTOR hereby specifically waives
any and all contrary rights and claims whatsoever.

Page 21 of 164
GENERAL CONDITIONS OF CONTRACT

2.7.0.0 CANCELLATION OF CONTRACT


2.7.1.0 The OWNER shall be entitled at any time at his discretion to cancel the
contract, if, in the opinion of the OWNER, the cessation of the work becomes
necessary owing to any cause whatsoever and a notice in writing front the
OWNER to the CONTRACTOR of such cancellation and the reason(s) therefore
shall be conclusive proof of such cancellation and the reasons therefore.
2.7.2.0 Upon cancellation of the Contract, the Engineer-in-Charge many require the
CONTRACTOR:
i. To perform to completion or to any other intermediary stage of
completion to the satisfaction of the Engineer-in-charge and work(s)
already commenced by the CONTRACTOR and
ii. To take such steps as are considered necessary by the Engineer-in-
Charge for properly protecting and securing the works performed by
the CONTRACTOR, to the satisfaction of the Engineer-in-Charge:

And the CONTRACTOR shall act accordingly and the same shall be deemed to
be included within the CONTRACTOR’s scope of work.
2.7.3.0 Upon receipt of a notice as specified in Clause 2.7.1.0 hereof the
CONTRACTOR shall, unless the notice otherwise requires:
(i) Immediately discontinue work and/or supply from the date and to the
extent specified in the notice;

(ii) Not place any further orders or sub-Contracts for materials, services
or facilities other than as may be necessary or required for completing
or performing such portion of the work (s) or supplies which the
CONTRACTOR is required to complete or perform;
(iii) Promptly make every reasonable effort to obtain cancellation or
fulfillment, as the case may be, at the option of the Engineer-in-
Charge/OWNER of all orders and SUB-CONTRACTORS to the extent
they relate to the performance of the work(s) or supplies cancelled.
(iv) Assist the Engineer-in-Charge/OWNER as specifically requested in
writing by the Engineer-in-Charge/OWNER in the maintenance,
protection and disposition of property/works acquired by the OWNER
pursuant to the Contract.
2.7.4.0 Upon cancellation of the Contract, the OWNER shall take over from the
CONTRACTOR the approved surplus materials supplied by the CONTRACTOR
for permanent incorporation in the work and lying at the job site on tile date
of receipt of notice of cancellation by the CONTRACTOR, and the decision of
the Site Engineer as to the approved materials lying at site on the date of

Page 22 of 164
GENERAL CONDITIONS OF CONTRACT

cancellation and the quantities thereof shall be final and binding upon the
CONTRACTOR.

2.7.5.0 Upon cancellation of the Contract, the CONTRACTOR agrees to waive any
Claim for damages. including loss of anticipated profits on account thereof,
and as the sole right and remedy of the CONTRACTOR against the OWNER
resultant upon such cancellation, the CONTRACTOR agrees to accept from the
OWNER the following, namely :
(i) The cost of settling and paying claims for cancellation or completion
of pending orders and/or sub contracts as provided for in sub-clause
(iii) of Clause 2.7.3.0 hereof:
(ii) The cost of protecting, securing and/or maintaining the works
pursuant to the provisions of sub-clause (ii) of Clause 2.7.2.0 hereof
and/or sub-clause (iv) of Clause 2.7.3.0 hereof:
(iii) Payment for the supplies actually made determined in accordance
with the provisions of Clause 2.4. 1.2 hereof.
(iv) Payment for the work actually performed by the CONTRACTOR
calculated on the basis of Unit Rates or lump sum rates whichever
applicable. Where Unit Rates or lump sum rates are not applicable
and/or the relative works are incomplete, the provisions of Clause
2.4.1.2 shall apply for calculating remuneration.

(v) The cost of materials taken over by the OWNER pursuant to the
provisions of clause 2.7.4.0 hereof.
(vi) An allowance, if any due, as determined by the Engineer-in-Charge
(whose decision shall be final) to cover the cost of CONTRACTOR’s
actual mobilization and demobilization at job site for the work to the
extent uncovered by payments under items (i) to (iv) above.
And the CONTRACTOR shall not be entitled to any compensation in addition
to the payments specifically provided for above, and the CONTRACTOR
hereby specifically waives any and all contrary rights and claims whatsoever.

2.8.0.0 SUSPENSION OF WORK


2.8.1.0 The Engineer-in-Charge may at any time(s) at his discretion, should he
consider that the circumstances so warrant (the decision of the Engineer-in-
Charge as to existence of circumstances warranting such suspension shall be
final and binding upon the CONTRACTOR), by notice in writing to the
CONTRACTOR temporarily suspend the work or supply or any part thereof for
such period(s) as Engineer-in-Chief shall deem necessary and the
CONTRACTOR shall upon receipt of the order of suspension forthwith suspend

Page 23 of 164
GENERAL CONDITIONS OF CONTRACT

the work(s) or supply(ies) or such part thereof as shall have been suspended
until he has received a written order from the Engineer-in- Charge to proceed
with the work suspended or any part thereof.
2.8.1.1 During the period of any suspension under Clause 2.8.1.0 the CONTRACTOR
shall at his own cost within the scope of the relative work properly protect and
secure the work and materials so far necessary in the opinion of the Engineer-
in-Charge.
2.8.2.0 If the suspension under Clause 2.8.1.0 is for reasons of force majeure as
defined in Clause 4.3.8.0 or by reason(s) of default or failure on the part of
the CONTRACTOR or is for the purpose of ensuring safety of the work(s) or
any part thereof or is necessary for the proper execution of the work(s) or is
for reason(s) of weather affecting the safety or quality oh the work(s) or
materials (the reasons for the suspension stated by the Engineer-in-Charge in
any notice of Suspension as aforesaid, inclusive as to existence of default or
failure on the part of the CONTRACTOR, if so stated in the notice, shall be
final and binding upon the CONTRACTOR), the CONTRACTOR shall not be
entitled to claim compensation for any loss or damage sustained by the
CONTRACTOR by virtue of any suspension as aforesaid notwithstanding that
consequent upon such suspension the machinery, equipment and/or labour of
the CONTRACTOR or any part thereof shall be or become or be rendered idle
and notwithstanding that the CONTRACTOR shall be liable to pay salary,
wages or hire charges or bear other charges and expenses thereof.
2.8.2.1 Unless the suspension is by reason of default or failure on the part of the
CONTRACTOR (and the reasons for the suspension stated by the Engineer-in-
Charge in any notice of suspension as aforesaid inclusive as to the existence
of’ default or failure on the part of the CONTRACTOR if so stated in the notice
shall be final and binding upon the CONTRACTOR), if in the opinion of’ the
CONTRACTOR such suspension shall necessitate any extension in the time of
completion, the provisions of Clause 4.3.5.0 hereof and related clauses in
respect of extension of time shall apply.
2.8.2.2 In the event of a suspension affecting the entire works remaining in operation
in respect of the entire works for a period in excess of 4 (four) months from
the date of commencement of the suspension, the CONTRACTOR shall
have the option at any time before the issue of an order by the OWNER or
the Engineer-in-Charge removing the suspension, to terminate the Contract
by giving written notice thereof to the OWNER. Unless the suspension be by
reason of default or failure on the part of the CONTRACTOR, as specified in
Clause 2.8.2.0 hereof, such termination shall be deemed to operate as a

Page 24 of 164
GENERAL CONDITIONS OF CONTRACT

cancellation of Contract within the provisions of Clause 2.7.1.0 hereof and the
provisions of Clause 2.7.2.0 to 2.7.5.0 hereof shall mutatis mutandis apply
thereto.
2.8.2.3 In the event of such termination being upon a suspension consequent to a
default or failure by the CONTRACTOR, the CONTRACTOR shall not be entitled
to any damage, compensation, loss of profit or other compensation
whatsoever in addition to payment for the completed supplies made and
completed works done in terms of the Contract in accordance with the
provisions of sub-clauses (iii), (iv) & (v) of clause 2.7.5.0 hereof.
2.8.2.4 Notwithstanding anything provided in Clause 2.7.0.0 and/or Clause 2.8.0.0
and related Clauses thereunder, upon a cancellation of the contract under the
provisions of Clause 2.7.1.0 hereof or termination of the contract under
provisions of Clause 2.8.2.2 hereof, the provisions of Clauses 7.0.3.0 to
7.0.7.0 hereof consequent upon termination of Contract, shall apply. Should
the termination be one to which the provisions of Clause 2.8.2.3 hereof apply,
then the provision of Clauses 7.0.2.0, 7.0.8.0, 7.0.9.0, 7.1.0.0 and 7.2.0.0
consequent upon termination of Contract shall also mutatis mutandis apply.
2.8.2.5 Except for a suspension by a written order of the Engineer-in-Charge under
clause 2.8.1.0 hereof, the CONTRACTOR shall not suspend the work for any
cause and any such suspension if occur, shall be likely to be attended by
consequences under clause 7.0.1.0 (i)(g) hereof.

***

Page 25 of 164
GENERAL CONDITIONS OF CONTRACT

SECTION - 3
MATERIALS, LABOUR AND EQUIPMENT

3.0.0.0 CONTRACTOR’S RESPONSIBILITY


3.0.1.0 Notwithstanding anything to the contrary in the Contract Documents express
or implied, the CONTRACTOR shall be and remain at all times exclusively
responsible to provide all material, labour, equipment, machinery, facilities,
utilities and consumables and temporary works and other items and things
whatsoever required for or in connection with the work, including, but not
limited to those indicated by expression or implication in the Job Description,
Schedule of Rates, the Specification, Plans, Drawings, and/or other Contract
Documents or howsoever otherwise as shall or may from time to time and at
any time be necessary for or in connection with the work, either for
incorporation in or within the permanent works or in or relative to the
execution and performance of the work.
3.1.0.0 MATERIALS SUPPLIED BY THE CONTRACTOR
3.1.1 .0 Materials supplied by the CONTRACTOR shall conform to the specifications
and shall be suitable for the purpose for which they are required.
3.1.2.0 Unless otherwise specified by the OWNER, all materials supplied by the
CONTRACTOR shall bear the ISI stamp and shall be supplied by reputed
manufacturers or suppliers approved by the OWNER or listed for the relative
materials with the DGS&D and/or borne on the approved list of suppliers
maintained for relative items by such organizations as are approved by the
Engineer-in-Charge. If in respect of any materials, including but not limited to
sand, stone, aggregate, bricks, earth, lime; steel and cement neither ISI
marking/approval nor any approved list of suppliers is available, such
materials shall be obtained from sources/suppliers/manufacturers approved by
the Engineer-in-Charge provided that no approval by the Engineer-in-Charge
or any other representative of the OWNER for the supply of ISI stamped
materials or of materials supplied by DGS&D listed suppliers or other
approved suppliers shall relieve the CONTRACTOR of his full responsibility in
respect of the suitability and quality of the material or any defects therein or
in any works or construction in or relative to which the same has been
utilized.
3. 1.3.0 Notwithstanding that any area(s) or source(s) has/have been allotted or
suggested by the OWNER to the CONTRACTOR from which any materials for
incorporation in tile works can be obtained, the CONTRACTOR shall

Page 26 of 164
GENERAL CONDITIONS OF CONTRACT

independently satisfy himself of the suitability, accessibility and sufficiency of


the source(s) of supply suggested or allocated by the OWNER and suitability
of materials available from such source(s), with the intent that any allotment
or suggestion as aforesaid shall not anywise relieve the CONTRACTOR of his
full liability in respect of the suitability and quality of material(s) there from
and incorporate the same within the permanent works entirely at his own
risks and costs in all respects, with the intent that any such allocation or
suggestion by the OWNER shall only be by way of assistance to the
CONTRACTOR and shall not entail any legal or financial responsibility or
liability upon the OWNER.
3.1.4.1 Notwithstanding any other provisions in the Contract Documents for analysis
or tests of materials and in addition thereto, the CONTRACTOR, shall, if so
required for reasonable cause by the Engineer-in-Charge or Site Engineer in
writing, at his own risks and costs, analyze, test, prove and weigh all
materials (including materials incorporated in the work(s) required to be
analyzed, tested, proved and/ or weighed by the Engineer-in-Charge or Site
Engineer and shall have such analysis test conducted by the agency(ies), if
any, specified by the Engineer-in-Charge or Site Engineer. The CONTRACTOR
shall provide all equipment, labour, materials and other things whatsoever
required for testing, preparation of the samples, measurement of work and/or
proof or weighment of the materials as directed by the Engineer-in-Charge or
Site Engineer.
3.1.5.0 The OWNER does not warrant or undertake the provision of any material(s)
and the CONTRACTOR shall not imply by conduct, expression or assurance or
by any other means any promise or obligation on the part of the OWNER in
this respect understood by the CONTRACTOR, unless made by specific written
instrument forming part of the CONTRACT or appropriately entitled as an
amendment to the Contract.
3.2.0.0 MATERIAL AND EQUIPMENT SUPPLIED BY THE OWNER:
3.2.1.0 In the case of contracts (including for equipment erection and/or piping), for
which the OWNER undertakes the procurement and supply of equipment and
materials, the supply of equipment and materials to the CONTRACTOR shall
be on the following terms and conditions:
(a) Deliveries shall be either from the storage of the OWNER or from the
factory/storage of supplier or from nearest suitable railhead or other
point(s) of collection as may be determined by the OWNER taking into
account the source(s) of supply of the material.
(b) It shall be the responsibility of the CONTRACTOR at his own risks and

Page 27 of 164
GENERAL CONDITIONS OF CONTRACT

costs to take delivery of the materials from the stores, factory,


railhead or other collection point, as the case may be, and to arrange
for its loading, transportation to job site and unloading at the job site
or other place of storage. The CONTRACTOR shall in taking delivery
ensure compliance of any conditions for delivery applicable to
deliveries from Owner’s or supplier’s factory/stores or railways or
other transporters concerned, and shall be exclusively responsible to
pay and bear any demurrage or penalty or other charges payable by
virtue of any failure or delay by the CONTRACTOR in lifting the
supplies and/or any failure by the CONTRACTOR to observe the
conditions of supply as aforesaid, and shall keep the OWNER
indemnified from and against all consequences thereof.
(c) The CONTRACTOR shall inspect the equipment and materials supplied
to him at the time of taking delivery thereof and satisfy himself of the
quality, quantity and condition thereof prior to taking delivery and the
OWNER shall not be liable for any claims or complaints whatsoever in
respect of quality, quantity or conditions of the equipment or
materials once the CONTRACTOR has taken delivery thereof.
(d) The CONTRACTOR shall on receiving and opening the packing cases
or other packaging of equipment and material on behalf of the
OWNER, verify’ and tally the actual contents with the packing list and
bring any discrepancies to the notice of the Engineer-in-charge and
the Site Engineer. The CONTRACTOR shall also sort out and
segregate and hand over to the OWNER’s stores, the Instruction
Manuals, Operation and Maintenance Manuals, Special Maintenance
Tools, Erection Spares, Commissioning Spares, and Maintenance
Spares and other extras, if received with the main equipment. The
Erection Spares may be got issued from the OWNER’s stores if
required, after getting authorisation from the Engineer-in-charge. The
Commissioning Spares may be got issued from the OWNER’s Stores, if
commissioning is included in the CONTRACTOR’s scope.
(e) The equipment and/or material(s) supplied or procured by the
OWNER shall be utilized by the CONTRACTOR only for incorporation
in the permanent works and even so shall not (unless specifically
authorized by the OWNER in this behalf) be utilised for manufacturing
any item(s) which can be obtained in finished form from standard
manufactures.
(f) The CONTRACTOR shall furnish to the Engineer-in-Charge sufficiently

Page 28 of 164
GENERAL CONDITIONS OF CONTRACT

in advance a detailed statement showing his requirement of the types


and quantities of equipment and materials agreed to be supplied by
the OWNER, indication of the time when relative types and quantities
thereof shall be required by him for the works so as to enable the
OWNER 10 verify the quantities of materials specified by the
CONTRACTOR and to enable the OWNER to make arrangements for
the supply thereof
(g) The OWNER shall not be responsible for any delay in the supply of
any equipment and/or materials supplied or procured or agreed to be
supplied or procured by the OWNER, and no such delay or failure
shall anyway render the OWNER liable for any claim for damages or
compensation by the CONTRACTOR notwithstanding that an increase
in the time of performance of the contract be involved by virtue of
such delay and notwithstanding any labour, machinery or equipment
brought upon to the job site by the CONTRACTOR for time
performance of the work being rendered idle by such delay or failure,
PROVIDED that if such delay shall in the opinion of the
CONTRACTOR, necessitate an extension of time for completion, the
provisions of Clause 4.3.5.0 hereof relating to extension of time and
associated provisions thereof shall apply.

h) The CONTRACTOR shall maintain a day to day account of all


equipment and materials supplied to him by the OWNER indicating
the daily receipt(s), consumption and balance(s) in hand of each
material and category thereof. Such account shall be maintained in
such form (if any) as shall be prescribed by the Engineer-in-Charge
and shall be supported by all documents necessary to verify the
correctness of the entries in the account. Such account shall be
maintained at the CONTRACTOR’s office at the site, and shall be open
for inspection and verification (by verification of documents in support
of the entry as also by physical verification of the stocks) at all times
by the Engineer-in-charge and Site Engineer without notice, and for
the purpose the Engineer-in-Charge and Site Engineer shall be
permitted arid enabled without obstruction to enter into any godown
or other l)lace or premises where the equipment or materials or any
part thereof shall be stored and to inspect the same and to take by
himself and/or through his representative(s) an inventory thereof
i) All equipment and materials supplied by the OWNER shall be taken
delivery of, held, stored and utilised by the CONTRACTOR as trustee

Page 29 of 164
GENERAL CONDITIONS OF CONTRACT

of the OWNER, and delivery of material to the CONTRACTOR shall


constitute an entrustment thereof by the OWNER to the
CONTRACTOR, with the intent that any utilization, application or
disposal thereof by the CONTRACTOR otherwise than for permanent
incorporation in contractual works in terms hereof shall constitute a
breach of trust by the CONTRACTOR.
j) The CONTRACTOR shall hold and store any equipment or material(s)
supplied by the OWNER only at such place and/or premises as may be
approved by the Engineer-in-Charge, provided that no such approval
shall absolve the CONTRACTOR in whole or part of his full liabilities in
respect of such material, and the CONTRACTOR shall be and remain
responsible at all times at his own risk and cost to ensure that the
material(s) supplied by the OWNER is/are retained at all times in
premises that are air and water tight and otherwise suitable for the
storage of the concerned equipments or materials so as to prevent
damage or deterioration for any cause whatsoever or theft or other
loss, and shall arrange such watch and ward therefore as shall be
necessary to ensure the safety thereof.
k) The Engineer-in-Charge may at his discretion require that all premises
in which any equipment or materials supplied by the O\VNER are
stored, shall be double-locked with the keys to one lock retained by
the Site Engineer or his representative and the other with the
CONTRACTOR with the intent that all issues of OWNER supplied
equipment and materials shall be with concurrence of the Site
Engineer or his representative, as the case may be, provided that any
such double-locking and/or concurrence as aforesaid shall be an
additional precaution and shall not anywise absolve the CONTRACTOR
of his full liabilities or responsibilities in respect of such equipment or
materials.
l) The equipment supplied by the OWNER shall be insured by the
OWNER against normal risks during transit, storage arid erection. The
CONTRACTOR shall, however, be responsible forthwith to make and
pursue on behalf of the OWNER any and all claims under the
policy(ies) to fulfill all formalities required to obtain payment
thereunder and/or to assist the OWNER in making or pursuing any
such claim(s) and/or in obtaining payment thereunder.
m) The CONTRACTOR shall be required to take out at his own cost and
initiative and keep in force at all times during the pendency of the

Page 30 of 164
GENERAL CONDITIONS OF CONTRACT

contractual work, policy(ies) of insurance against the risks of fire,


lightning and theft and against any Other damage or loss, for the full
value of the OWNER supplied materials lying in the CONTRACTOR’s
custody and/or storage pending utilisation/ incorporation in the work
and during incorporation in the work. The insurance shall be kept
valid till the completion of the work and till the materials are duly
accounted for to the satisfaction of the OWNER.
n) Such insurance policy(ies) shall be in the joint names of OWNER and
the CONTRACTOR with exclusive right in the OWNER to receive all
money(ies) due in respect of such policy(ies) and with right in the
OWNER (but without obligation to do so) to take out and/or pay the
premia for any such policy(ies) and deduct the premia and any other
costs and expenses. in this behalf from the money(ies) for the time
being due to the CONTRACTOR.

o) Notwithstanding anything stated above, it shall be the responsibility of


the CONTRACTOR to lodge with insurers and follow up claim(s), if
any, under any policy(ies) of insurance aforesaid, and nothing herein
provided shall absolve the CONTRACTOR from his full liabilities under
the provisions of this clause and associated provisions hereof
p) Where the OWNER issued materials are being stored within the
battery area under the security and sate-pass control of the OWNER
and are covered by the Overall Storage-cum insurance Policy taken by
the OWNER for the works, the OWNER may, at his sole discretion,
permit the CONTRACTOR to furnish an Indemnity Bond in the pro-
forma prescribed by the OWNER, for the entire value of the. OWNER
supplied materials and for the entire duration during which the
materials shall be lying in the storage and custody of the
CONTRACTOR.
q) No such Insurance(s), as aforesaid, shall anywise absolve the
CONTRACTOR from his fill liabilities hereunder, with the intent that
the same shall be held merely by way of additional security and not
by way of substitution of liability. The CONTRACTOR shall at all times
be exclusively responsible for any and all loss(es), damage(s),
deterioration, misuse, theft or other application or disposal of the
equipment or material(s), supplied by the OWNER or any of them
contrary to the provisions hereof and shall keep the OWNER
indemnified from and against the same amid shall forthwith at his
own cost and expense replace any such equipment and material(s)

Page 31 of 164
GENERAL CONDITIONS OF CONTRACT

lost, damaged, deteriorated., misused, stolen, applied and/or


disposed as aforesaid, with other equipment or material of equivalent
quality and quantity to the extent that the same is not covered by any
insurance as above, and if covered, payment under the relative
policy(ies) is for any reason not available to the OWNER.
r) The CONTRACTOR shall use the equipment and materials supplied by
the OWNER for incorporation in the Permanent works, carefully and
judiciously with no wastage or the minimum possible wastage.
wherever some wastage is inevitable or unavoidable, in any case
within the wastage limit, if any, specified by the OWNER in respect
of any such materials. For any excess wastage or scrap, due to
misuse or injudicious, careless or wrong use of OWNER supplied
materials, or in case of loss, damage or deterioration of the materials
during storage with the CONTRACTOR, as to all of which the
decision of the Engineer-in-charge shall be final and binding on the
CONTRACTOR, the CONTRACTOR shall be bound to replace the
material of equivalent quantity and grade, acceptable to the OWNER
within the time limit specified by the OWNER, and where this is not
possible, practicable or advisable, in the opinion of the OWNER, which
shall be final and binding on the CONTRACTOR, the OWNER shall be
compensated by the CONTRACTOR for the loss caused, for the
replacement costs, which shall be worked out by the OWNER based
on the assessed landed cost plus the costs of procurement at 15%
(fifteen percent) of the assessed landed costs for the OWNER. This
amount shall forthwith be remitted by the CONTRACTOR within a
week of demand made by the OWNER, failing which the OWNER shall
be entitled to recover / adjust the amount demanded from any
money(ies) due from ‘the OWNER to the CONTRACTOR and/or from
any Security or any other deposits of the CONTRACTOR lying with the
OWNER, under this and/or any other contract, without any further
notice to the CONTRACTOR. The decisions of the OWNER in respect
of the actions contemplated in this clause shall be final and binding on
the CONTRACTOR.
s) Notwithstanding anything herein provided and notwithstanding the
transfer of all risks in respect of such equipment and materials to the
CONTRACTOR, the Ownership in respect of all OWNER supplied
equipment and materials shall at all times be and remain in the
OWNER.

Page 32 of 164
GENERAL CONDITIONS OF CONTRACT

t) The excess equipment and material and the scrap material generated
from the work, in so far as the OWNER supplied materials are
concerned, shall be returned to the OWNER’s Stores. Omi completion
of the work, the CONTRACTOR shall duly render accounts for the
materials amid equipment issued by the OWNER, to the satisfaction of
the OWNER. Any shortages, losses and/or damages shall be to the
CONTRACTOR’s account and all the conditions stipulated under sub-
clause (r) above shall apply in this case also.
3.3.0.0 POWER, WATER & OTHER FACILITIES
3.3.1.0 The CONTRACTOR shall be responsible the to provide within the scope Of
work all facilities, consumables and utilities necessary for performance of the
work including (but not limited to) water, power, transportation, labour, tools,
construction and testing equipment, machinery and land at or about the job
site(s) for the CONTRACTOR’s field offices, godowns, workshop; residential
accommodation for CONTRACTOR’s staff; quarry rights and borrow areas,
access roads and right(s) of way to or about the job site(s) and
CONTRACTOR’s offices, godowns, workshop accommodation, quarries and I
or borrow areas.
3.3.2.0 The OWNER does not warranty or undertake the provision of any facility,
consumable or utility whatsoever to the CONTRACTOR, or assistance in
obtaining / procuring the same or other assistance whatever for or in the
performance or testing of the work and the CONTRACTOR shall not imply by
conduct, expression or assurance or by any other means, any promise or
obligation on the part of the OWNER contrary, to the provisions hereof and
any such promise or obligation understood by the CONTRACTOR shall not be
binding upon the OWNER.
3.3.3.0 Any assistance which the OWNER renders to the CONTRACTOR in terms
hereof or otherwise relative to the work by provision of any facility, utility,
consumables. water, power, transportation, labour, tools, construction and /
or testing equipment, and machinery, provision of land for quarries or borrow
areas or for CONTRACTOR’s office, godowns, workshops or accommodations
or provisions of right of way, access road(s) and / or railway siding facilities,
or other facility, utility, or consumables for or in the performance of the work
shall not for any cause afford a basis or defence to the CONTRACTOR for the
performance of any of’ his obligations under the Contract, nor a ground for
extension of time for completion or other claim whatsoever.
3.4.0.0 POWER SUPPLY :
3.4.1.0 Without prejudice to the provisions of Clause 3.3.0.0 hereof and following

Page 33 of 164
GENERAL CONDITIONS OF CONTRACT

clauses there under, as and when adequate power supply becomes available
for the site, the OWNER may at its discretion provide supply of power to the
CONTRACTOR for the work from the nearest sub-station, from which source
the CONTRACTOR shall at his own cost and initiative make arrangement for
temporary distribution of power to CONTRACTOR’s work(s) at the site.
3.4.1.1 All arrangements for the distribution of power from sources aforesaid and the
work relative thereto shall be made /performed/ installed in conformity with
Indian Electricity Regulations, and shall be subject to prior approval of the Site
Engineer.
3.4.1.2 The CONTRACTOR shall, at his own costs and initiative on completion or prior
determination of the work or otherwise during execution of the work, if
required by the Site Engineer because of hindrance caused thereby or for any
other cause, forthwith remove or re-route the distribution lines/installations or
other work(s) in respect thereof as the case may be, required to be removed /
re-routed.
3.4.2.0 The OWNER shall recover from the CONTRACTOR for power consumed by the
CONTRACTOR from OWNER’s source(s) of supply at the rate prescribed by
the OWNER in this behalf from time to time. The amount due to the OWNER
in respect of such power supplied shall without prejudice to any other mode
of recovery to the OWNER, be deductible from the Running Account I Final
Bill(s) of the CONTRACTOR and / or any monies due to the CONTRACTOR
under this or any other Contract from time to time.
3.4.2.1 The CONTRACTOR shall provide at his own cost suitable electric meters
approved by the Site Engineer for measurement of Power units consumed by
the CONTRACTOR for determination of the payment due thereon to the
OWNER. Such meters shall be under the control and custody of the OWNER.
3.4.2.2 In the event of. failure or defect of meter(s), power charges shall be calculated
on the consumption determined by the Engineer-in-Charge (whose decision
shah be final both as regards the existence of a defect or ‘failure, and as
regard the power consumed).
3.4.3.0 The OWNER may at any time without notice or specifying any cause suspend
or discontinue power supply to the CONTRACTOR, and such suspension or
discontinuance shall not entitle the CONTRACTOR to any compensation or
damages nor shall constitute a basis for extension of time for completion.
3.4.4.0 Power supplied by the OWNER to the CONTRACTOR shall be entirely at the
risk of CONTRACTOR as to the continuity and regularity of supply,
maintenance of voltage and adequacy of load without any warranty by or
liability to the OWNER in respect thereof and without entitlement to the

Page 34 of 164
GENERAL CONDITIONS OF CONTRACT

CONTRACTOR on grounds of discontinuance, fluctuation of voltage or


inadequacy of load or any other cause whatsoever to claim from OWNER in
respect thereof or consequences thereof.
3.5.0.0 WATER SUPPLY :
3.5.1.0 Without prejudice to the provisions of Clause 3.3.0.0 hereof and time
following clauses there under, in the event of the OWNER having adequate
source of water supply at the site available for distribution, the OWNER may
at its discretion provide water to the CONTRACTOR for the work from the
OWNER’s source of supply upon the CONTRACTOR at his own cost and
initiative providing suitable pumping installations and pipe network for the
conduct of water to and distribution to the CONTRACTOR’s place of work.

3.5.1.1 Such installation, pipes and other equipment shall be laid out / installed by the
CONTRACTOR only with the prior approval of the Site Engineer so as not to
interfere with the layout and progress of the other construction work at the
site and access to or about the job site.
3.5.1.2 The CONTRACTOR shall forthwith on completion of the work or earlier
determination of the contract or during the execution of the work(s), if so
required by the Site Engineer, on ground of hindrance or obstruction caused
thereby or other causes whatsoever at his own cost and initiative remove or
re-route, as the case may be, any installations, pipes and / or other
equipment or any part or portion thereof installed or erected by the
CONTRACTOR for the conduction and / or distribution of water, and fill any
trenches, ditches or other excavations made by the CONTRACTOR for the
purpose thereof and restore the site to the same condition in which it was
prior to the installation.
3.5.2.0 The OWNER shall recover from the CONTRACTOR for water consumed by the
CONTRACTOR from OWNER’s source of supply at the rate prescribed by the
OWNER in this behalf from time to time. The amount due to the OWNER in
respect thereof shall (without prejudice to any other mode of recovery
available to other OWNER) be deductible from the Running Account / Final Bill
of the CONTRACTOR and / or payments due to the CONTRACTOR from time
to time under this or any other contract.
3.5.2.1 The CONTRACTOR shall provide at his own cost and initiative suitable water
meters approved by the Site Engineer for measurement of water units
consumed by the CONTRACTOR for determination of the payment due in this
behalf to the OWNER. Such meters shall be under the custody and control of
the OWNER.
3.5.2.2 In the event of failure or defect of meters, water charges shall be calculated

Page 35 of 164
GENERAL CONDITIONS OF CONTRACT

on the consumption determined by the Engineer-in-Charge (whose decision


shall be final both as regards the existence of a defect or failure and as
regards the water consumed).
3.5.3.0 The OWNER may without notice specifying any cause suspend or discontinue
water supply to the CONTRACTOR and such suspension or discontinuation
shall not entitle the CONTRACTOR any compensation or damages or
constitute a basis for extension of time for completion or other claim
whatsoever.
3.5.4.0 Water supplied by the OWNER to the CONTRACTOR shall be entirely at the
risk of the CONTRACTOR as to the continuity and regularity of supply and
maintenance and adequacy of pressure without any warrant by or liability to
the OWNER in respect thereof and without entitlement to the CONTRACTOR
on grounds of discontinuance, irregularity, drop or rise in pressure or other
cause whatsoever to claim from OWNER in respect thereof or the
consequences thereof.
3.6.0.0 LAND :
3.6. 1.0 Without prejudice to the provision of Clause 3.3.0.0 hereof and following
clauses there under, the OWNER may at his discretion and convenience, if it
has sufficient available land at its disposal, provide land to the CONTRACTOR
near or about the job site, for the construction of the CONTRACTOR’s field
office(s), godowns. Workshops, assembly yard and residential accommodation
required for or in connection with the execution of the work(s). Such land
shall be utilised by the CON-TRACTOR only for the purpose of the contract
and for the duration of the contract.
3.6.2.0 The CONTRACTOR shall at his own cost and initiative construct temporary
buildings or other accommodation necessary for the purpose and make
suitable arrangements for water and power supply thereto and for provisions
of sanitary, drainage and dewatering arrangements thereof in accordance
with plans / designs / layouts previously approved by the Site Engineer in this
behalf.
3.6.3.0 Any land provided by the OWNER to the CONTRACTOR within the provisions
hereof shall be strictly on a license basis, and shall not create any right, title
or interest whatsoever in the CONTRACTOR herein or in respect thereof.
3.6.4.0 The CONTRACTOR shall pay the license fee @ Rs.20/- (Rupees Twenty only)
per 100 (One hundred) square meters or part thereof, per month or part
thereof, for any land made available to the CONTRACTOR within the
provisions hereof, and the OWNER shall be entitled (without prejudice to any
other mode of recovery), to recover license fee from the Running / Final

Page 36 of 164
GENERAL CONDITIONS OF CONTRACT

Bill(s) of the CONTRACTOR and/ or any other payments due to the


CONTRACTOR from time to time under this or any other contract.

3 6.5.0 Notwithstanding anything herein provided, the OWNER reserves the right at
any time during the pendency of the work to ask the CONTRACTOR to vacate
the land or any part thereof on giving 7 (seven) days written notice to the
CONTRACTOR in this behalf
3.6.5.1 Forthwith on or before the expiry of such notice or within two weeks of the
completion of the works or the earlier determination of the Contract, the
CONTRACTOR shall remove all constructions, works, piping and other
installations, whatsoever, not forming part of the contractual works put up or
erected by the CONTRACTOR upon the land, and shall have the land cleared,
leveled and dressed to the satisfaction of the Engineer-in-Charge.
3.6.5.2 The CONTRACTOR shall not be entitled upon any vacation or notice within the
provisions of Clause 3.6.5.0 hereof to claim any resultant compensation or
damage from the OWNER, nor shall such notice or vacation constitute a
ground or basis for any extension of time for completion.
3.6.6.0 Likewise, the OWNER may at its discretion and convenience upon such terms
and conditions as the OWNER may prescribe in this behalf, arrange or allocate
or provide to the CONTRACTOR, borrow area(s) or quarry or mining rights
and/ or-any right(s) of way or other access to or about the job site and unless
specifically excluded, the provisions of Clause 3.1.3.0 hereof above, shall
apply in respect of any borrow area, quarry, mining right and / or right of way
or other access allocated, arranged, provided or permitted by the OWNER to
the CONTRACTOR.
3.6.6.1 The OWNER shall be entitled, at any time without notice to the
CONTRACTOR, to suspend or withdraw use by the CONTRACTOR of any such
area, right or access as aforesaid and no suspension or withdrawal of such
facility, or disruption or inadequacy thereof by virtue of flood, disrepair or
other cause whatsoever, shall form the basis of any claim by the
CONTRACTOR, for compensation or damages or ground for extension of time
for completion upon such notice or within two weeks of the completion of the
works or the earlier determination of the Contract the provisions of Clause
3.6.5.1 hereof shall mutatis mutandis apply.
3.7.0.0 Notwithstanding anything herein provided, tire provisions of Clause 7.0.5.0 to
7.0.7.0 hereof and related clauses applicable consequent upon termination of
contract shall apply to any breach by the CONTRACTOR of his obligations
within the provisions of Clause 3.4.1.2, 3.5.1.2, 3.6.5.1 and 3.6.6.1 hereof as
to a breach of Clause 7.0.5.0 hereof.

Page 37 of 164
GENERAL CONDITIONS OF CONTRACT

3.8.0.0 ACCESS TO SITE


3.8.1.0 The CONTRACTOR shall construct, if necessary at his own cost and initiative,
temporary access road to the site from the main public feeder road(s) and
from borrow areas and mines and quarries, and shall so align such roads or
ways so as not to interfere with the construction of the site or hamper
construction of pavement roads by or on behalf of the OWNER or other
CONTRACTORS operating at or about the job site.
3.8.2.0 The CONTRACTOR shall, if so required or relative to the performance of any
other work at the site or construction of permanent roads, suspend,
discontinue use of and / or re-route any access road constructed by him. No
suspension, discontinuance or re-routing as aforesaid shall form the basis of
any claims by the CONTRACTOR against the OWNER for compensation of
damages or ground for extension of time for completion or other claim
whatsoever.

3.9.0.0 LABOUR, MACHINERY & EQUIPMENT


3.9.1.0 If, during the execution of the works, the OWNER shall for any cause find it
necessary to do so, the OWNER may, at its discretion and convenience
provide labour, machinery and/ or equipment to the CONTRACTOR for the
performance of the work and/ or testing of the works. The terms and
conditions for provisions and/ or hiring of such labour, equipment, machinery
shall, in addition to any other condition relative thereto as may be specified by
the OWNER, unless expressly excluded, be deemed to include the following:
(i) Charges: The labour, equipment and/ or machinery shall be supplied
at the rate(s) in this behalf prescribed by the OWNER-from time to
time.
(ii) Recoveries: The amount(s) recoverable by the OWNER from the
CONTRACTOR in respect of labour, equipment and/ or machinery
procured or supplied by the OWNER shall (without prejudice to any
other mode of recovery) be debited to the CONTRACTOR’s account
and deducted from the Running Account/ Final Bill(s) of the
CONTRACTOR and/ or any monies from time to time becoming due to
the CONTRACTOR.

(iii) Any labour, equipment and / or machinery supplied or procured by


the OWNER shall be utilized by the CONTRACTOR only for use in the
contractual work.
(iv) The CONTRACTOR shall be responsible to ensure utilization of the
equipment and/ or machinery only within the capacity of such

Page 38 of 164
GENERAL CONDITIONS OF CONTRACT

equipment and/ or machinery, to ensure the proper utilization thereof


in all respects without any manner of abuse or excess, and shall
follow and obey all instructions or directions as shall or may be given
by the Site Engineer in respect thereof, and if so required by the Site
Engineer, shall provide at cost (to be determined by the Engineer-in-
Charge in the event of dispute) labour for the operation, maintenance
and repair of the equipment/ machinery and/ or shall operate,
maintain and/or repair the same at his own costs and expenses, and
provide all the inputs necessary for the operation, repair and
maintenance thereof, including spare parts, fuel and lubricants. The
CONTRACTOR shall keep the OWNER indemnified from and against all
losses, damages and/ or costs, charges and expenses resultant from
any breach or failure to observe the provisions hereof.
(v) The CONTRACTOR shall ensure the safe-keeping and custody of the
equipment and machinery at the site and shall be exclusively
responsible and accountable for any loss, damage, theft or misuse
thereof (and shall make proper arrangement for the storage and
watch and ward thereof) and shall keep the OWNER indemnified from
and against the same.
(vi) The CONTRACTOR shall ensure return of the equipment/ machinery
to the OWNER upon the Completion of the works or earlier
determination of the Contract or as and when called upon by the
OWNER to return the same during the execution of the work in the
same condition in which the equipment/ machinery was at the time of
bringing the same to job site or delivery to the CONTRACTOR, as the
case may be.
(vii) The provisions of Clause 3.2.1.0 hereof shall mutatis mutandis apply
to equipment and machinery supplied by the OWNER to the
CONTRACTOR.
3.10.0.0 GOVERNMENT CONTROLLED MATERIALS
3.10.1.0 In respect of all Government controlled or other scarce/imported materials in
respect of which licenses, release orders, permits or authorisation have been
granted in the name of the OWNER, the CONTRACTOR shall be deemed to be
acting on behalf of the OWNER and as agent of OWNER in respect of
deliveries taken by the CONTRACTOR against any licenses, release orders,
permits, or authorisation issued in the name of OWNER for Government
controlled materials. The ownership in such materials shall (without prejudice
to the responsibility/liability of the CONTRACTOR in respect thereof as set out

Page 39 of 164
GENERAL CONDITIONS OF CONTRACT

in the various conditions hereof) vest in the OWNER from the point of time
when it would have ordinarily vested in the OWNER on a direct delivery to the
OWNER.

Page 40 of 164
GENERAL CONDITIONS OF CONTRACT

SECTION -4
PERFORMANCE OF WORK

4.0.0.0 GENERAL
4.0.1.0 All works shall be performed and executed by the CONTRACTOR in strict
conformity with the Job Description, Specifications, Plans, Drawings. Designs
and other Contract Documents applicable to the specific work(s) and any
relative orders or instructions as may be issued to the CONTRACTOR by the
Engineer-in-Charge or Site Engineer from time to time.
4.0.2.0 The Engineer-in-Charge and Site Engineer shall be entitled from time to time
or at any time at their discretion in order to procure the proper performance
of the work and/or the proper compliance with the specifications or other
contractual requirements to issue written orders or instructions to the
CONTRACTOR relative to the performance and/ or execution of the work(s) by
the CONTRACTOR or otherwise relative to any matter touching or affecting
the Contractor arising there from, and to revise or revoke any orders or
instructions previously issued, and the CONTRACTOR shall, subject to
provisions of the following clause, obey and/or abide thereby.
4.0.2.1 Without prejudice to the provisions of Clause 4.0.2.0 hereof and associated
clauses thereto, should the CONTRACTOR require any clarification in respect
of any orders or instructions issued by the Engine2r-In-Charge or Site
Engineer, or should there appear to the CONTRACTOR to be any contradiction
between any orders or instructions issued by the Engineer-in-Charge or Site
Engineer and/ or between any order(s), instruction(s) and the Contract
Document or any of them, the CONTRACTOR shall refer the matter
immediately in writing to the Engineer-in-Charge for his decision before
proceeding further with the work, and the decision of the Engineer-in-Charge
on any such matter shall be final and binding upon the CONTRACTOR, who
shall perform the work accordingly without entitlement to any claim against or
compensation from the OWNER resultant upon such order, instruction or
decision.
40.3.0 The CONTRACTOR shall, within 10 (ten) days of receipt of notification of
Acceptance of Tender, name at each job site at which the CONTRACTOR shall
be awarded any work under the Contract, an certified degree holder civil
engineer responsible for the work at the job Site on behalf of the
CONTRACTOR. The said Engineer of CONTRACTOR shall be the representative
of the CONTRACTOR at the job site for and relative to all actions and
transactions and dealings on behalf of the CONTRACTOR and to whom labour,

Page 41 of 164
GENERAL CONDITIONS OF CONTRACT

materials, equipment and / or machinery procured or supplied by the OWNER


may be given and to whom all Plans, Designs, Drawings, Orders and
Instructions or other documents or communications for or relative to the job
site may be given, with the intent that all transactions and dealings had with
the said engineer shall be deemed to have been had with the CONTRACTOR,
and any and all Plans, Drawings, Designs, Orders, Instructions, Documents or
Communications and / or labour, material, equipment or machinery delivered
to said engineer shall be deemed to have been delivered to the
CONTRACTOR.
4.0.3.1 The Engineer(s)/ supervisors appointed by the. CONTRACTOR or his Sub-
Contractors/ other agencies, for the work shall be certified degree holder civil
engineer with relevant experience to handle the work of the contract to the
satisfaction of the Engineer-in-charge. For this purpose, the CONTRACTOR
shall furnish the bio-data of the Engineer(s)/ supervisors proposed to be
appointed by him for the work to the Engineer-in-charge for his approval. The
CONTRACTOR shall be bound to appoint only such technical personnel as are
approved by the Engineer-in-Charge for handling the work from time to time.

4.0.4.0 The CONTRACTOR shall provide and maintain, at or about each job site, an
office for the working accommodation of the CONTRACTOR’s engineer(s) and
staff. Such office shall remain open and attended at all hours during which
work is being performed at the job site, for the receipt of orders, instructions,
notices, and other communications.
4.0.5.0 The CONTRACTOR shall co-operate with and afford the OWNER/ Engineer-in-
Charge and other CONTRACTORS engaged at the site, access to the work and
supply at cost determined by the Engineer-in-Charge (whose decision shall be
final) of power and water for the performance of the work entrusted to them
and/ or for the carriage and storage of materials by them and whenever any
work is contingent or dependent upon the performance of any work by the
CONTRACTOR or is being done in association, collaboration or in proximity
with any other CONTRACTORS, the CONTRACTOR shall co-operate with the
OWNER or other CONTRACTOR(S) / agency(ies) involved in such work to
ensure the harmonious working between the CONTRACTOR and the OWNER/
CONTRACTOR(S), agency(ies) involved, and shall comply with any instructions
issued by the Engineer-in-Charge for the purpose.
4.0.6.0 The OWNER/ Engineer-in-Charge shall be entitled at its/his discretion, to
appoint one or more Site Engineers and/ or other personnel at or about each
job site on behalf of the OWNER to do such acts, deeds, matters and things
as may be necessary to safeguard the OWNER’s interest including (but not

Page 42 of 164
GENERAL CONDITIONS OF CONTRACT

limited to, at the discretion of the OWNER), supervision and testing of the
work(s) being conducted by the’ CONTRACTOR at the job site and rendering
such assistance to the CONTRACTOR relative thereto as the OWNER or such
engineer(s) or personnel shall or may deem fit, it being understood, however,
that the presence of any engineer(s) or personnel of the OWNER at or about
each job site or any supervision, inspection or test performed or conducted by
any such engineer(s) and/ or personnel of the OWNER in respect of any
work(s) or any other assistance rendered by such engineer(s) and/ or
personnel to the CONTRACTOR relative thereto, shall be without any
attendant obligation or liability of the OWNER vis-a-vis the CONTRACTOR, nor
shall relieve the CONTRACTOR of his full responsibility in respect of the
work(s) under the Contract or bind the OWNER or accept as satisfactory or
complete and/ or in accordance with the Contract any work(s) performed by
the CONTRACTOR which has/ have been supervised, inspected, tested or
assisted by the said engineer(s) and/ or personnel of OWNER.
4.0.7.0 If the CONTRACTOR’S work or any part thereof shall be consequent or
resultant upon any works performed by any other person or shall be in
continuance thereof or otherwise based or founded thereon, the
CONTRACTOR shall before commencing with its/his work, bring to the notice
of the Engineer-in-charge and the Site Engineer, in writing, any defects
existing in said prior works, failing which the CONTRACTOR shall be deemed
to have accepted as complete and proper the said prior works and to have
waived any and all rights to complaint of or in respect of any defect(s) as may
exist therein.
4.1.0.0 THE JOB SITE
4.1.1.0 The Engineer-in-Charge shall famish the CONTRACTOR with only four corners
of the job site and a level bench mark, and the CONTRACTOR shall at his own
cost and initiative set out the work to the satisfaction of the Site Engineer, but
shall be solely responsible for the accuracy of such setting up notwithstanding
the satisfaction as aforesaid of the Site Engineer or any other assistance
rendered by the Site Engineer for the purpose.
4.1 .2.0 The CONTRACTOR shall provide, fix and be responsible for the maintenance
of all stakes, templates, contour and level marks, profiles and the like and
shall take all precautions necessary to prevent their removal or disturbance,
and shall be responsible for the consequence of such removal or disturbance
and for their efficient and timely reinstatement. The CONTRACTOR shall also
be responsible for the maintenance of all survey marks, boundary marks,
distance marks, and center line marks, whether existing or supplied I fixed by

Page 43 of 164
GENERAL CONDITIONS OF CONTRACT

the CONTRACTOR.
4.1.3.0 Before commencing the work, the CONTRACTOR shall at his own cost and
initiative, provide all necessary reference and level posts, pegs, bamboos,
flags, ranging rods, strings and other materials for proper layout of the work
in accordance with scheme for benchmarks acceptable to the Site Engineer.
The center, longitudinal or face line and cross line shall be marked by means
of small masonry pillars. Each pillar shall have a distinct mark at the center to
enable a theodolite to be set over it. No work shah be started until all these
points are approved by the Site Engineer but, such approval shall not relieve
the CONTRACTOR of any. of his responsibilities in respect of adequacy or
accuracy thereof. The CONTRACTOR shall also provide all labour, material and
other facilities necessary for the proper checking of layout and inspection of
the points during construction.
4.1 .4.0 Pillars bearing geodetic marks located at the sites of works under construction
should be protected and fenced by the CONTRACTOR.
4.1.4.1 On completion of works, the CONTRACTOR must submit to the Engineer-in-
Charge the geodetic documents according to which the work was carried out.
4.1.5.0 The CONTRACTOR shall be exclusively responsible for provision and
maintenance of horizontal and vertical alignments and levels and for the
correctness of every part of the work in accordance therewith and shall at his
own cost rectify any errors or imperfectness therein.
4.2.0.0 CONDITIONS OF-WORK
4.2.1.0 Work shall be carried on for a minimum of 48 (forty-eight) hours a week and
8 (eight) hours on any working day. If necessary, the CONTRACTOR shall
work overtime or in two or more shifts in a day except as herein specifically
provided to the contrary, the CONTRACTOR shall not be entitled to any extra
compensation or remuneration for overtime or double or triple shift working,
nor shall the OWNER anywise be responsible for any idle time payments to
CONTRACTOR’s staff or for labour, equipment or machinery, howsoever
occasioned; and the CONTRACTOR waives any and all contrary rights and
claims.
4.2.1.1 Should it be necessary to work on Sunday and/ or holiday, the CONTRACTOR
shall so work without extra compensation, after obtaining prior approval from
the Site Engineer or the Engineer-in-charge.
4.2.2.0 The execution of the work(s) shall entail working in all seasons including the
monsoons. In so far as necessary, the CONTRACTOR shall maintain at each
job site at all times such material, labour, pumps, equipment and machinery

Page 44 of 164
GENERAL CONDITIONS OF CONTRACT

as may be required for the performance of the work during the monsoon or
other rains and shall plan well in advance for the collection of material and
equipment and the erection of such tarpaulins, sheds, wind breakers and/ or
other protection as shall or may be necessary for the work during the
monsoon or-other rains so that the rains or monsoon shall not hamper
working.
4.2.2.1 The CONTRACTOR shall also arrange and bring to each job site such special
equipment and machinery as may be necessary to enable work during the
monsoon, and shall, at his own cost and initiative, arrange at all times for
dewatering the job sites so as to keep the construction site and areas to be
worked upon, free of water.

4.2.2.2 The CONTRACTOR shall not be entitled to any extra compensation or


remuneration for or relative to any work to be done in any season including
during the monsoon. or for or relative to any special arrangements to be
made and / or equipment or machinery to be brought to the job site(s) to.
enable such working.
4.3.0.0 TIME FOR COMPLETION

4.3.1.0 The CONTRACTOR shall complete in all respects in accordance with the
Contract, the entire work at each job Site within the time specified in this
behalf in the Time Schedule.

4.3.2.0 If the OWNER so requires, the Progress Schedule in the form of PERT chart,
giving the latest dates of starting and the latest dates of finishing of various
operations comprising time work as also the activities in the critical path and
the latest dates for achievement of specific milestones in respect of the work
so as to complete in all respects the works (including testing and
consequential operations) within the time provided in the Time Schedule. This
Progress Schedule should also indicate the interlinking of the various activities
and bring to light the specific/critical items on which the inputs from the
OWNER/ Engineer-in-Charge /Consultant or other agencies, if any, would be
required, to ensure adherence to the schedule.
4.3.3.0 If the CONTRACTOR shall fail to submit to the OWNER/ Engineer-in-Charge a
Progress Schedule as envisaged above or if the OWNER/Engineer-in-charge
and CONTRACTOR fail to agree upon the Progress Schedule as envisaged
above then the Engineer-in-Charge shall prepare the Progress Schedule (the
dates of progress as fixed by the Engineer-in-Charge being final and binding
upon the CONTRACTOR except as herein otherwise expressly provided), and
shall issue the Progress Schedule so prepared to the CONTRACTOR which
shall then be the Approved Progress Schedule and all the provisions of Clause

Page 45 of 164
GENERAL CONDITIONS OF CONTRACT

4.3.2.0 shall apply relative thereto.


4.3.4.0 Any reference in the Contract Documents to the “Approved Progress
Schedule” or to the “Progress Schedule” shall mean the “Approved Progress
Schedule” specified in Clause 4.3.2.0 above or the Progress Schedule”
prepared and issued by the Engineer-in-Charge as specified in Clause 4.3.3.0
above. whichever shall be in existence. In the absence of such approved
Progress Schedule or such Progress Schedule prepared by the Engineer-in-
charge, the Progress Schedule first prepared by the CONTRACTOR (with time
incorporation of the OWNER’s Engineer-in-Charge comments thereon. if and)
shall until such approved Progress Schedule or such Progress Schedule
prepared by the Engineer-in-charge comes into existence be deemed to be
the Progress Schedule for the purpose of the Contract.
4.3.5.0 Within 7 (seven) days of the occurrence of any act, event or omission which,
in the opinion of the CONTRACTOR is likely to lead to delay in the
commencement or completion or any particular work(s) or operation(s) or
time entire work at any job site(s) and is such as would entitle the
CONTRACTOR to an extension of the time specified in this behalf in the
Progress Schedule(s), the CONTRACTOR shall inform the Site Engineer and
the Engineer-in-Charge in writing of the occurrence of the act, event or
omission and the date of commencement such occurrence. Thereafter if even
upon the cessation of such act or event or the fulfillment of the omission, the
CONTRACTOR is of opinion that an extension of time specified in the Progress
Schedule relative to particular operation(s) or item(s) or work or the entire
work at the job site(s) is necessary the CONTRACTOR shall within 7 (seven)
days after the Cessation or fulfillment as aforesaid make a written request to
the Engineer-in-charge for extension of the relative time specified in the
Progressl Schedule and the Engineer-in-charge may at any time prior to
completion of the work extend the relative time of completion in the progress
schedule for such period(s) as he considers necessary, if he is of opinion
that such act, event or omission constitutes a ground for extension of time, in
terms of the Contract and that such act, event or omission has in fact
resulted in insurmountable delay to the CONTRACTOR.
4.3.5.1 The application for extension of time made by the CONTRACTOR to THE
Engineer-in-Charge should contain full details of –
a) The notice under Clause 4.3.5.0 with a copy each of the notice sent to
the Engineer-in-Charge and, Site Engineer,
b) The activity for the Progress schedule affected,
c) The bottleneck(s) or obstruction(s) perceived/experienced and the

Page 46 of 164
GENERAL CONDITIONS OF CONTRACT

reason(s) therefor.
d) Extension required/necessitated on account of (c) above
e) Extension required/ necessitated on account of reasons attributable to
the OWNER,
f) Extension required/ necessitated on account of force majeure
reasons, and
g) The total extension of time (if any) required/ necessitated for
completion, taking the above into-account and after eliminating all
overlaps.
4.3.5.2 The opinion/ decision of the Engineer-in-Charge in this behalf and as to the
extension of time necessary shall subject to the provisions of clause 4.3.6.0
hereof, be final and binding upon the CONTRACTOR.
4.3.6.0 Notwithstanding the provisions of clause 4.3.5.0 hereof, time OWNER may at
any time at time request of the CONTRACTOR made by way of appeal either
against the decision of the Engineer-in-Charge taken under clause 4.3.5.0 or
against the Engineer-in-Charge’s refusal to take a decision under the said
clause, if satisfied of the work or any item or operation thereof for such
period(s) as time OWNER may consider necessary, and the decision of time
OWNER as to the existence or otherwise of any grounds justifying the
extension and as to the period(s) of extension necessary shall be final and
binding upon the CONTRACTOR.
4.3.7.0 Subject as elsewhere herein or in the contract documents expressly provided,
only the existence of force majeure circumstances as defined in clause 4.3.8.0
hereof shall afford the CONTRACTOR a ground for extension of time for
completion of the work or army part of the work or any operation(s) involved
therein, and specifically without prejudice to the generality of the foregoing,
inclement weather, strike, shutdown, third party breach, delay in supply of
material(s) or commercial hardship shall not afford the CONTRACTOR a
ground for extension of time or relieve the CONTRACTOR of his/its full
obligations under the Contract, nor will any forced shutdown or idleness or
other impediment in progress or completion of time work due to any reason
whatsoever afford the CONTRACTOR a ground for extension of time or relieve
the CONTRACTOR of his/its full obligations under the Contract except and to
the extent otherwise elsewhere herein specifically provided, nor shall any shut
down or idle time charges be payable by the OWNER to the CONTRACTOR
for delay in the commencement, progress or completion of time work due to
any reason whatsoever, including due to the existence of force majeure
circumstances.

Page 47 of 164
GENERAL CONDITIONS OF CONTRACT

4.3.8.0 The .term “FORCE MAJFURE” as employed in this contract shall mean wars
(declared or undeclared) or revolutions, civil wars, tidal waves, flies, major
floods, earthquakes, epidemics, quarantine restrictions and freight
embargoes and transporters strikes affecting the country as a whole.
4.3.9.0 Upon an extension of time for completion of time work or any part of the
work or any operation(s) involved therein pursuant to Clause 4.3.5.0 or Clause
4.3.6.0 hereof, the extended date/time of completion shall be deemed to be
the relative date of completion in the Progress schedule and such extension
shall constitute the sole remedy of time CONTRACTOR for and/or arising out
of such delays, and the CONTRACTOR hereby waives any and all contrary
rights.

4.3.10.0 The mere fact that the OWNER shall not have terminated the contract or that
the ONWER or Engineer-in-charge has permitted the CONTRACTOR, for the
time being, to continue with the work for its completion shall not prejudice
the full rights and remedies available to the OWNER under the contract arising
out of the delayed completion, including the right of Price discount, damages
and/or termination. Such per permission(s) shall unless specifically stated to
be an extension of time under Clause 4.3.5.0 or Clause 4.3.6.0, as the case
may be, not be construed as extension(s) of time under Clause 4.3.5.0 or
4.3.6.0 hereof, and shall merely constitute an indication or intimation, as the
case may be, of the OWNER’s willingness, for the time being, to accept the
delayed completion, subject to its rights under the Contract.
4.3.11.0 No assurance, Representation, promise or other statement by any personnel,
engineer or representative of the OWNER in relation to extension of time for
commencement or completion of any work(s) or operation thereof or of the
entire works under the Contract shall be binding upon the OWNER or shall
constitute an extension of time for commencement of completion of the entire
work(s) or any part of operation thereof within the provisions of Clause
4.3.5.0 or Clause 4.3.6.0 hereof, unless the same has been communicated to
the CONTRACTOR in writing by the Engineer-in-charge under Clause 4.3.5.0
or by the General Manager under Clause 4.3.6.0 and the writing specifically
states that it embodies an extension of time within the provisions of Clause
4.3.5.0 or Clause 4.3.6.0 as the case may be, and without prejudice to the
aforegoing, the mere agreement or prescription or signing of a Progress
Schedule by the Site Engineer or any site representative of the OWNER at
variance with the Progress Schedule, as the case may be, referred to in
Clauses 4.3.2.0, 4.3.3.0 and/or 4.3.4.0 hereof or containing an extended time
of commencement or completion in respect of the entire work(s) or any part

Page 48 of 164
GENERAL CONDITIONS OF CONTRACT

or operation thereof shall not anywise constitute an extension on time in the


terms of the Contract- so as to bind the OWNER or relieve the CONTRACTOR
of all or any of his liabilities under the Contract, nor shall constitute a promise
on behalf of the OWNER or a waiver by the OWNER of any of its rights in
terms of the Contract relative to the performance of the Contract within time
specified or otherwise, but shall be deemed only (at the most) as a guidance
to the CONTRACTOR for better organizing his work on a recognition that the
CONTRACTOR has failed to organise his work and/or perform the same within
the time specified in the Progress Schedule established within the provisions
of Clause 4.3.2.0 or Clause 4.3.3.0 or Clause 4.3.4.0 hereof, as the ease may
be.
4.4.0.0 PRICE ADJUSTMENT FOR DELAY IN COMPLETION
4.4.1.0 The contractual price payable shall be subject to adjustment by way of discount
hereinafter specified, if the Unit(s) are mechanically completed or the
contractual works are finally completed, subsequent to the date of Mechanical
Completion/final completion specified in the Progress Schedule.
4.4.2.0 If Mechanical Completion of the Unit(s)/final completion of the works is not
achieved by the last date of Mechanical Completion of the Unit(s)/final
completion of the works specified in the Progress Schedule (hereinafter
referred to as the “starting date for discount calculation”), the OWNER shall
be entitled to adjustment by way of discount in time price of the works and
services in a sum equivalent to the percent of the total contract value as
specified below namely:
(i) For Mechanical Completion of time Unit(s)/final completion of time
works achieved within (one) week of the starting date for discount
calculation - ½% of the total contract value.

(ii) For Mechanical Completion of the unit(s)/ final completion of the


works achieved within 2 (two) weeks of the starting date for discount
calculation - 1% of the total contract value.
(iii) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 3 (three) weeks of time starting date for
discount calculation –1½% of the total contract value.
(iv) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 4 (four) weeks of time starting date for
discount calculation -2% of the total contract value.
(v) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 5 (five) weeks of the starting date for discount

Page 49 of 164
GENERAL CONDITIONS OF CONTRACT

calculation - 2½% of the total contract value. -


(vi) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 6 -(six) weeks of time starting date for
discount calculation -3% of the total contract value.
(vii) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 7 (seven) weeks of time starting date for
discount calculation 3½% of the total contract value.
(viii) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 8 (eight) weeks of the starting date for
discount calculation - % of the total contract value.
(ix) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 9 (Nine) weeks of the starting date for discount
calculation – 4½ %of the total contract value.
(x) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 10 (ten) weeks of the starting date for discount
calculation - 5% of the total contract value.
(xi) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 11 (eleven) weeks of the starting date for
discount calculation - 5½ % of the total contract value.
(xii) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 12 (twelve) weeks of the starting date for
discount calculation - 6% of the total contract value.
(xiii) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 13 (thirteen) weeks of the starting date for
discount calculation 6½% of the total contract value.
(xiv) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 14 (fourteen) weeks of the starting date for
discount calculation - 7% of the total contract value.
(xv) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 15 (fifteen) weeks of the starting date for
discount calculation - 7 ½ % of the total contract value.
(xvi) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 16 (sixteen) weeks of the starting date for
discount calculation - 8% of the total contract value.
(xvii) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within in 17 (seventeen) weeks of the starting date
for discount calculation - 8½% of the total contract value.

Page 50 of 164
GENERAL CONDITIONS OF CONTRACT

(xviii) For Mechanical Completion of the Unit(s)/ final completion of the works
achieved within 18 (eighteen) weeks of the starting date for discount
calculation - 9% of the total contract value.
(xix) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 19 (nineteen) weeks of the starting date for
discount calculation - 9½% of the total contract value.
(xx) For Mechanical Completion of the Unit(s)/ final completion of the
works achieved within 20 (twenty) weeks of the starting date for
discount calculation - 10% of time total contract value.
(xxi) The reduction in the contract price hereunder by way of price
discount shall in no event exceed 10% (ten percent) of the total
contract value.
4.4.2.1 Time starting date for discount calculation shall be subject to variation upon
extension of time date for Mechanical Completion of the Unit(s)/final
completion of the works with a view that upon any such extension there shall
be an equivalent extension in the starting date for discount calculation under
Clause 4.4.2.0 t hereof.

4.4.2.2 It is specifically acknowledged that the provisions of Clause 4.4.2.0 constitute


purely a provision for price adjustment and/or fixation and are not be
understood or construed as a provision for liquidated damages or penalty
under Section 74 of the Indian Contract Act or otherwise.
4.4.3.0 Application of price adjustment under Clause 4.4.2.0 above shall be without
prejudice to any other right of the OWNER, including the right of termination
under Clause 7.0.1.0 and associated clauses thereunder.
4.4.4.0 Nothing in Clause 4.4.2.0 above shall prevent the OWNER from exercising its
right of termination of Contract under Clause 7.0.1.0 hereof and associated
clauses thereunder, and OWNER shall be entitled, in the event of exercising
its said right of termination after the last date for Mechanical Completion of
the Unit(s) and/or final completion of the works as stipulated in the relative
Progress Schedule without prejudice to any other right or remedy available to
the OWNER, to discount as aforesaid in the contractual price of services in
addition to any amount as may be due consequent to a termination under
Clause 7.0.1.0 hereof and associated clauses there under.
4.5.0.0 SCHEDULE OF ACTIVITIES
4.5.1.0 The provisions of this Clause 4.5.0.0 and associated Clauses thereunder shall
apply only to a contract in which the Schedule of Rates specifies a lump sum
price payable for the whole or any part of the Work(s) or activities covered by

Page 51 of 164
GENERAL CONDITIONS OF CONTRACT

the Contract. If only part(s) of the work(s) or activities under the Contract
are the subject of a lumpsum price, then the provisions of this clause shall
apply only to such part:
4.5:1.1 The CONTRACTOR shall within 30 (thirty) days from the date of issue of the
Letter of Acceptance, furnish to the OWNER a detailed schedule of Activities
specifying in detail the various activities which the CONTRACTOR would be
required to perform and the milestones with respect to each which the
CONTRACTOR would have to achieve in order to set up and establish the Unit.
4.5.2.0 Each activity entered in the schedule of Activities and each milestone therein
shall be priced so as to break-up so far as possible, the lumpsum price of
services into various priced milestones of achievements and priced activities
required to achieve those milestones. The Schedule of Activities and the said
priced break-up of activities therein are intended only to provide a basis for
the purpose of calculating on account payments for services and for the
calculating payments due to the CONTRACTOR under Clause 2.7.5.0 hereof
upon cancellation of Contract, and for no other purpose.
4.5.3.0 The OWNER shall review or cause to be reviewed the prima facie adequacy,
sufficiency, validity and/or suitability of the activities listed in the Schedule of
Activities for the works they are intended, and of the prices indicated in the
Schedule of Activities in respect thereof. Such review shall be performed in
connection with the design, engineering, specification and other technical
reviews to be done by the OWNER and all provisions applicable thereto shall
be applicable to the review of the Schedule of Activities.
4.5.4.0 No such review shall in any manner absolve the CONTRACTOR of his full
responsibility under the contract to perform within the lump-sum price of
services specified in the Price-Schedule, all services and to perform and
undertake the work(s) required to set up and establish the Unit in accordance
with the Contract and the specifications complete in all respects, whether or
not any particular work or activity required is included within the schedule of
activities and whether or not the price thereof is included in the price
indicated in the Schedule of Activities and whether or not the price thereof is
in conformity with the price thereof indicated in the Schedule of Activities. The
review and approval of the Schedule of Activities and the prices therein are
intended only for the satisfaction of the OWNER that the priced Schedule of
Activities prima facie covers the activities required to be performed by the
CONTRACTOR within time scope of services.
4.5.5.0 The Schedule of Activities shall be subject to amendment in both items and
prices in so far as necessary consequent upon any amendment in any relevant

Page 52 of 164
GENERAL CONDITIONS OF CONTRACT

related technical particulars, and upon any amendment, the amended


Schedule of Activities as approved by the OWNER shall thereafter constitute
the Schedule of Activities as envisaged in time Contract Documents.
4.6.0.0 REPORTS AND RECORDS
4.6.1.0 The CONTRACTOR shall, from time to time, maintain at each job site (in
addition to any records or registers required to be maintained by the
CONTRACTOR under any law, rule or regulation having the force of law) such
records and registers as the Engineer-in-Charge or Site Engineer shall or may
require the CONTRACTOR to keep and / or maintain from time to time.
4.6.2.0 In addition to any other records or registers required to be maintained by the
CONTRACTOR from time to time and / or to the reports required to be
furnished by the CONTRACTOR, the CONTRACTOR shall daily or otherwise as
may be prescribed by Engineer-in-Charge or Site Engineer, submit to the Site
Engineer a Progress Report of all work done and / or progress achieved by
the CONTRACTOR at each job site within the preceding day or the period of
last report, as the case may be.
4.6.2.1 The receipt and/ or acceptance of any such report by the Site Engineer shall
be without prejudice to the full rights and remedies of OWNER and
obligations/ liabilities of the CONTRACTOR under the Contract, and shall not
anywise operate as an estoppels against the OWNER by reason of the fact
that no notice or objection was taken of or to any information contained in
any such report; nor shall any statement in any such report be deemed to be
correct merely by virtue of the existence of such statement, and its being
uncontroversial by any officer of the OWNER.
4.6.3.0 The CONTRACTOR shall also maintain at each job site a Site Order/ Site
Instructions Book, in which the day-to-day instructions of the Site engineer/
Engineer-in-charge/ other Inspecting Officers of the OWNER shall be
recorded. Each such Order/ Instruction shall be duly acknowledged and
compliance with time same shall also be recorded in the appropriate columns
of time Site Order/ Site Instructions Book. This book shall be kept available for
inspection by the Officers of the OWNER. Time Site Order/ Site Instruction
Book shall be lodged with the Engineer-in-charge on completion of the Work
or sooner determination of the contract for any cause.
4.7.0.0 EXECUTION OF THE WORK
4.7.1.0 The CONTRACTOR shall provide sufficient labour, staff (qualified and
unqualified), machinery, tools and equipment, material, consumables, utilities
and things whatsoever necessary for time proper performance of the work
and to ensure time rate of progress as envisaged in the Progress Schedule.

Page 53 of 164
GENERAL CONDITIONS OF CONTRACT

4.7.1.1 All the skilled persons employed by the CONTRACTOR (directly or through his
sub-contractors and/ or other agencies) on the work shall be duly and
adequately skilled in their respective trades, to the satisfaction of the
Engineer-in-charge. Any person employed on the work found to be
inadequately skilled or otherwise incompetent, may be directed by the
Engineer-in-charge to be removed from the site and replaced by adequately
skilled amid competent persons and the CONTRACTOR shall forthwith comply
with such directions of the Engineer- in-charge.
4.7.2.0 If, in the opinion of the Engineer-in-charge or Site Engineer (the opinion of
either of whom in this behalf shall be final), the work(s), operation(s) at any
job site as a whole is/are not meeting the progress necessary to achieve the
relative date of commencement or completion in the Progress Schedule, the
Engineer-in-charge or Site Engineer may instruct the CONTRACTOR to
employ/ provide additional labour, staff, machinery, tools, equipment or
immaterial or timings necessary to achieve the required progress and
CONTRACTOR shall forthwith comply with instruction(s).
4.7.3.0 Should the CONTRACTOR fail to comply with such instruction(s) or fail to
comply therewith to the satisfaction of the Engineer-in-charge (whose opinion
in this behalf shall be final and binding upon the CONTRACTOR) the Engineer-
in-charge may, at his discretion, at the risk and cost of the CONTRACTOR,
appoint. Procure or provide the additional labour, staff machinery, equipment,
tools and materials as the Engineer-in-charge (whose decision in this behalf
shall be final and binding upon the CONTRACTOR), considers necessary to
achieve the necessary progress in relation to any particular work or operation
or the work as a whole. In so doing, Engineer-in-charge/Site Engineer shall
be deemed to be acting for and on behalf of and as agent of the
CONTRACTOR and all such appointments, procurement and/or provision shall
be deemed to have been made by the CONTRACTOR and paid for by the
CONTRACTOR. In addition to the other amounts payable to OWNER in respect
of any labour, staff, machinery, equipment and/or material, as aforesaid
procured or provided by the OWNER, the OWNER shall be entitled in this
event to recover from the CONTRACTOR 15% (fifteen per cent) as supervision
charges on the total expenditure incurred by the OWNER under this clause, on
behalf of the CONTRACTOR.
4.7.4.0 Without prejudice to the OWNER’s rights under Clause 4.7.3.0 and in addition
or as an alternative thereto, should the Engineer-in-charge at any stage
(notwithstanding that the time for completion of the relative work or item of
work as specified in the Progress Schedule has not expired) be of opinion (the

Page 54 of 164
GENERAL CONDITIONS OF CONTRACT

opinion of the Engineer-in-charge in this behalf being final) that the


performance of any work or item or work by the CONTRACTOR is
unsatisfactory (whether in the rate of progress, the manner, quality or
workmanship of the performance, or in the adherence to specifications, or in
the omission, neglect or failure to do perform, complete or finish any work or
item, or for any other cause whatsoever), the Engineer-in-charge shall be
entitled (without prejudice to any other rights of the OWNER and/or
obligations of the CONTRACTOR under the Contract) at his discretion and the
risk and cost of the CONTRACTOR appoint one or more sub-contractors for
the satisfactory performance thereof or any part thereof, or may undertake
the performance thereof or any part thereof departmentally, and the
provisions of Clause 4.7.3.0 hereof shall mutatis mutandis apply to any action
taken by the Engineer-in-charge pursuant to this clause in the same manner
as applicable to an action taken under the said clause.

43.5.0 If the amount incurred by the OWNER /Engineer-in-charge, on account of


carrying out works tinder clause 4.7.3.0 and 4.7.4.0 above, is in excess of the
amount due to the CONTRACTOR the OWNER shall be entitled to recover the
same, at the OWNER’s discretion from any amount due to the CONTRACTOR
from the OWNER under this or under any other contract, and any Security
Deposit(s) or Bank Guarantee(s) of the CONTRACTOR.

4.7.6.0 Any action taken by the Engineer-in-Charge or Site Engineer under Clauses
4.7.3.0 and/ or 4.7.4.0 shall be without prejudice to the full rights of the
OWNER and full liability of the CONTRACTOR under the Contract, including
but not limited to the OWNER’s full rights under Clause 4.4.0.0 and associated
clauses thereunder, and under Clauses 7.0.7.0 and 7.0.8.0 hereof.
4.8.0.0 SUB CONTRACTS

4.8.1.1.1 The CONTRACTOR shall not assign, sub-contract or sublet the whole or any
part of the work in any manner, provided the CONTRACTOR may with the
prior written approval of the Engineer-in-Charge, sub-contract any particular
work or part of the work to a Sub- Contractor approved by the Engineer-in-
charge.
4.8.2.0 Notwithstanding approval of time sub-contract as aforesaid and
notwithstanding that the OWNER /Engineer-in-Charge shall have received a
copy of the Contract between the CONTRACTOR and Sub-Contractor, the
CONTRACTOR shall be and shall remain exclusively responsible to the OWNER
for the due and proper performance of the Contract, and the Sub-Contractor
shall for all purposes vis-à-vis the OWNER be deemed to be the servant/
agent of CONTRACTOR employed for the performance of the particular work

Page 55 of 164
GENERAL CONDITIONS OF CONTRACT

with full responsibility on CONTRACTOR for all acts, omissions and defaults of
the sub-contractor.

4.8.3.0 Subject as hereinabove in this behalf specifically permitted and provided, the
CONTRACTOR shall not sub-contract any work under the Contract and any
sub-contract in breach hereof shall be deemed to be an unauthorised sub-
contracting of the Contract or part or portion thereof sub-contracted, as the
case may be.
4.8.4.0 If any sub-contractor engaged upon the work at the site executes any work
which in the opinion of the Engineer-in-Charge is not of the requisite standard
(the opinion of the Engineer-in-Charge being final in this behalf), then without
prejudice to any other right or remedy available to the OWNER, the Engineer-
in-charge may, by written notice to the CONTRACTOR, require the
CONTRACTOR to terminate such sub-contract, and the CONTRACTOR shall
upon receipt of such notice, forthwith terminate such sub-contract at the risk
and cost of the CONTRACTOR, and shall keep the OWNER indemnified from
and against the consequences.
4.8.5.0 Notwithstanding such sub-contract being approved by Engineer-in-Charge as
herein envisaged, the CONTRACTOR shall at the commencement of every
month furnish Engineer-in-Charge with a list of all sub-contractors engaged
and working at the site during the previous month, with particulars of the
general nature of the works performed by them.
4.9.0.0 MISCONDUCT
4.9.1.0 If and whenever any of CONTRACTOR or sub-contractor’s agent(s)/ sub-
agent(s), consultant(s) or employee(s) shall in the opinion of the Engineer-in-
charge or Site Engineer (whose opinion in this behalf shall be final) be guilty
of misconduct or be incompetent or insufficiently qualified or negligent in the
performance of his/ their duties, or if in the opinion of the Engineer-in-Charge
(which shall be final) it is undesirable for any reason (which need not be
disclosed to time CONTRACTOR) for such person(s) to be employed in the
work, the CONTRACTOR, if so directed by the Site Engineer, shall forthwith
remove or cause to be removed such person(s) from employment thereon,
and any person(s) so removed shall not be re-employed in the work except
with the prior permission in writing of the Engineer-in-charge. Any person(s)
so removed from the works shall be immediately replaced at the expense of
the CONTRACTOR by a qualified and competent substitute.
4.9.2.0 If, at any time, in the course of execution of the contract, the OWNER/
Engineer-in-charge finds that any person employed by the CONTRACTOR or
his sub-contractor(s) or other agency(ies) employed by the CONTRACTOR is

Page 56 of 164
GENERAL CONDITIONS OF CONTRACT

not observing and/or is willfully flouting the operating security and safety
precautions of the area in which he is working and/ or are found to be
indulging in activities prejudicial to the Interest of the OWNER, the
CONTRACTOR shall forthwith, on being directed by the OWNER/ Engineer-in-
charge in this behalf remove or cause to be removed such person(s), as may
be named by the OWNER/ Engineer-in- charge in this behalf, from the site,
within 24 hours of such intimation and such person(s) shall not be re-
employed in this work or any other work under the OWNER, without the
prior written permission of the OWNER. All repatriations of any person(s)
removed from the site shall be done by the CONTRACTOR at his own cost and
the vacancy(ies) so caused so caused shall be filled by the CONTRACTOR at
his Own expenses by competent substitutes.
4.9.3.0 If any activities of any such person are considered by the OWNER or
Engineer-in-charge to be criminal in character and/or prejudicial to the public
or national interest, the CONTRACTOR shall, in addition to removing such
person(s) as stipulated in 4.9.2.0 above, also co-operate with the OWNER/
Engineer-in-charge in lodging such complaints with the police or other
authorities as the OWNER or Engineer-in-Charge considers necessary, and
shall co-operate with the OWNER, in handing over such person(s) to the
concerned authorities as decided by the OWNER.

4.9.4.0 The CONTRACTOR shall kept the OWNER indemnified from and against all
personnel and third party claims whatsoever (inclusive of all costs incurred
between attorney and client) arising out of any act or omission or intermission
on part of any sub-contractor or agent, sub-agent, consultant, or employee of
the CONTRACTOR or any sub-contractor, whether committed, omitted or
arising with or without the scope of the contract, sub-contract, agency or
employment, or otherwise.
4.10.0.0 CHANGE IN CONSTITUTION OF THE CONTRACTOR:
4.10.1.0 The CONTRACTOR, whether an individual, Proprietary concern, Partnership
firm, Private limited Company or Public Limited Company, shall not make any-
change(s) in its constitution, by transfer of substantial shareholding or of
management (in the case of a company) or by addition or deletion of
Partners, change in the terms of Partnership, or make any other material
change(s) without prior intimation to and approval of the OWNER. Any such
unauthorised change shall attract the provisions of Clause 7.0.1.0 hereof.
4.11.0.0 DEVIATIONS AND VARIATIONS IN SPECIFICATIONS
4.11.1.0 Time Engineer-in-Charge may at his discretion, and without prejudice to any
other right or remedy available to the OWNER in this behalf permit a

Page 57 of 164
GENERAL CONDITIONS OF CONTRACT

deviation or variation from the Specifications or accept any work or items of


work performed by the CONTRACTOR at variance with the Specifications and
any such permission, deviation or variation shall ipso facto be subject to the
condition that the monetary benefit of the deviation or variation, as
determined by the Engineer-in-Charge (whose decision shall be final and
binding upon the CONTRACTOR) shall be passed on to the OWNER. In such
event the CONTRACTOR shall be entitled only to such remuneration in respect
of such works or item(s) of work as may be determined by the Engineer-in-
charge after reduction of the monetary benefit arising from the deviation or
variation as determined by the Engineer-in-charge after reduction of the
monetary benefit arising from the deviation or variations determined by the
Engineer-in-charge which determination shall not be disputable by nor can
otherwise form the subject matter of a notified claim by the CONTRACTOR.
4. 11.2.0 Any permission or acceptance for any deviation or variation in specification as
envisaged in Clause 4.11.1.0 hereof shall not be understood by the
CONTRACTOR unless specifically given in writing by the Engineer-in-charge to
the CONTRACTOR in the absence of which any deviation taken or variation
done in any work performed by the CONTRACTOR at variance with
contractual specifications, shall be deemed to be defective works attracting
consequences elsewhere herein specified with respect to defective work(s).

Page 58 of 164
GENERAL CONDITIONS OF CONTRACT

SECTION – 5

INSPECTION TESTING AND QUALITY ASSURANCE

5.0.0.0 QUALITY ASSURANCE

5.0.1.0 Within two weeks of the receipt of the Letter of Acceptance from the OWNER,
the CONTRACTOR shall submit to the Engineer-in-charge, a detailed Quality
Assurance Plan envisaged by him for ensuring due and proper adherence to
Quality as required by the Specifications for the work. This Quality Assurance
Plan (QAP) shall give in detail the Organization and Methodology, Checks and
controls, as well as the Correction mechanisms built into the QAP system as
envisaged by the CONTRACTOR at the Site and elsewhere, for ensuring
quality inputs into the work and for ensuring quality output on the Job.
5.0.2.0 The Engineer-in-charge shall be entitled, from time to time and at any time to
make or cause to be made such addition(s), modification(s) or alterations(s)
in the QAP as he considers necessary to improve the QAP (the decision of the
Engineer-in-Charge in this behalf shall be final and binding on the
CONTRACTOR), and the CONTRACTOR shall thereafter follow the QAP as
added, modified or altered by the Engineer-in-charge.
5.1.0.0 INSPECTION AND TESTING OF MATERIALS

5.1. 1.0 The Engineer-in-Charge shall be entitled at all times, at the risk of the
CONTRACTOR, to inspect and/or test by itself or through an independent
person(s) or agency(ies) appointed by the OWNER or Engineer-in-Charge
and/ or to direct the CONTRACTOR to inspect and/or test or to get inspected
and/or tested, all materials, items and components, whatsoever supplied or
proposed for supply for incorporation in the works, inclusive during the
course of manufacture or fabrication by the CONTRACTOR and/ or at the
CONTRACTOR’s or his sub-vendors’ works or otherwise, of such material, item
or component. The inspection and/ or tests shall be conducted at the expense
of the CONTRACTOR, and may be directed by the OWNER or Engineer-in-
charge to be conducted by authorized representatives of the OWNER/
Engineer-in-charge or third party inspection agency(ies) appointed by the
OWNER. The OWNER may also require that all the inspections and tests
conducted by the CONTRACTOR at his works or his sub-vendors’ works be
carried out in the presence of authorized representatives of the OWNER/
Engineer-in-Charge/ third party inspection agency(ies) appointed by the
OWNER. The CONTRACTOR shall provide the OWNER! Engineer-in-charge

Page 59 of 164
GENERAL CONDITIONS OF CONTRACT

and/ or their representatives/Agents every facility or assistance necessary for


carrying out or witnessing, as the case may be, the Test(s)/Inspection(s).

5.1.2.0 The CON1RACTOR shall also on receipt of intimation of any communication of


any inspection or tests by the OWNER/ Engineer-in-Charge or any of their
representative(s)/agency(ies) nominated by the OWNER or Engineer-in-
Charge in this behalf, present himself or his authorized representative at the
place of inspection and/or testing to receive any orders or instructions
consequent thereto, as shall be necessary.
5.1.3.0 The CONTRACTOR shall furnish to the Site Engineer for approval when
requested, or as required by the specifications or other contract documents,
adequate samples of all materials and finishes intended for incorporation in
the works, such samples are to be submitted before the work is commenced
permitting sufficient time for test(s)/examination(s) thereof of the OWNER. All
materials furnished and finishes incorporated in the work shall conform to the
approved sample(s) in all respects.
5.1.4.0 The Engineer-in-Charge and/or Site Engineer shall be entitled to reject at any
time any defective material, item or component (including specially
manufactured or fabricated items and components) supplied by the
CONTRACTOR for incorporation in the works, notwithstanding previous
inspection and/or testing thereof by or on behalf of the OWNER without
rejection and notwithstanding previous approval l thereto by or on behalf of
the OWNER (the decision of the Engineer-in-Charge as to any defect as
aforesaid being final and binding upon the CONTRACTOR), and upon such
rejection, the CONTRACTOR shall either perform such work or improvement
thereon or in respect thereof, as shall be necessary to bring the material
item/component to the requisite standard, or shall, if so required by the
Engineer-in-Charge (whose decision in this behalf shall be final), remove the
rejected material/ item/ component from the job site within the time
specified by the Engineer-in-Charge or the Site Engineer and replace it at his
own cost and expense (without additional remuneration or compensation in
respect thereof) with material(s)/item(s)/component(s) approved by the Site
Engineer. The provisions of clause 5.2.7.0 hereof shall mutatis mutandis apply
to any failure of default by the CONTRACTOR to do so.
5.2.0.0 INSPECTION AND TESTING OF WORKS
5.2.1.0 The CONTRACTOR shall at all times ensure the highest standards of
workmanship relative to the work, to the satisfaction of the Site Engineer or
any Inspector(s) or Inspecting Agency(ies) nominated by the OWNER/
Engineer-in-Charge in this behalf. The Site Engineer/ Inspector(s)/ Inspecting

Page 60 of 164
GENERAL CONDITIONS OF CONTRACT

Agency(ies) shall have the power to inspect the work in all respects, at any
and all times up to completion of the work as also to test or instruct the
CONTRACTOR to test the works or any structure, material or component
thereof at the risk and cost of the CONTRACTOR, either by the CONTRACTOR
or by any agency(ies) nominated by the OWNER/Engineer-in-Charge or Site
Engineer in this behalf.
5.2.1.1 The CONTRACTOR shall provide all facilities, instruments, material, labour and
accommodation required for inspecting and testing the works (including
checking the setting out of the works) and shall afford the Site Engineer/
Inspector(s)/ Inspecting Agency (ies) all assistance necessary to conduct the
tests.

5.2.1.2 The CONTRACTOR shall also provide and keep at all times during the progress
of the work and maintenance period, proper means of access to the works
and every part thereof by means of ladders, gangways, etc., and necessary
attendance to move and set up the same as directed by the Site Engineer/
Inspector(s)/ Inspecting Agency(ies) for inspection or measurement of the
works.
5.2.2.0 On no account shall the CONTRACTOR proceed with concreting or other work
such as(but not limited to) foundations, superstructure or edge preparation of
pipes for welding) by covering up or otherwise placing beyond the reach of
inspection or measurement any works before necessary inspection entries are
filled in the Site Inspection Register by the Site Engineer or the Inspector(s)
or Inspecting Agency(ics).
5.2.3.0 Should the CONTRACTOR fail to comply with any of the provisions a foregoing
relative to inspection and/ or testing of the works, the Engineer-in-Charge or
Site Engineer shall in his absolute discretion be entitled to remove/ dismantle
and/ or uncover, as the case may be, at the risk and cost of the
CONTRACTOR for test and examination any works, structure or component
thereof installed, erected or put up by the CONTRACTOR and to conduct or
have conducted the test(s) and/ or examination at the risk and cost of the
CONTRACTOR. In such event, the CONTRACTOR shall also bear the risk and
costs of replacement, reinstallation or re-erection of the concerned works,
structure, or component as the case may be.
5.2.4.0 Notwithstanding anything provided in the a foregoing clauses hereof, the
CONTRACTOR shall be and remain liable at his own cost and initiative to
conduct all tests at all relevant times during supply, erection and installation
of any works, structure, material or component as shall be required in terms
of the Contract Documents or by any codes or specifications referred to

Page 61 of 164
GENERAL CONDITIONS OF CONTRACT

therein or approved by the OWNER or the Engineer-in-Charge. Where the


Contract Documents or codes or specifications do not State or nominate the
agency or laboratory where such test shall be conducted, the same shall be
conducted at the cost of the CONTRACTOR through an agency(ies) or
laboratory(ies) nominated by the OWNER or the Engineer-in-Charge for the
purpose.
5.2.5.0 Should the Engineer-in-Charge or Site Engineer on inspection or testing be
not satisfied with the quality or workmanship of any works, structure, item or
component (the decision of the Engineer-in-Charge being final in this behalf),
the CONTRACTOR shall forthwith re-perform, replace, reinstall or re-erect, as
the case may be, such works, structure, item or component, and no such
rejected works structure, item or component shall be reused with reference to
the work except with the prior permission of the Engineer-in-Charge or Site
Engineer, and the provisions of Clause 5.2.7.0 hereof shall apply to default by
the CONTRACTOR of the provisions of this Clause.
5.2.6.0 Notwithstanding anything provided in foregoing clauses hereof and
notwithstanding that the Site Engineer and/or Inspector(s) or Inspecting
Agency(ies) has/ have inspected, tested and/or approved any particular work,
structure, item or component, such inspection, test or approval shall not
absolve the CONTRACTOR of his full responsibility under the Contract
(inclusive of and relative to specification fulfillment and performance
guarantees) the said inspection and test procedure being intended basically
for the satisfaction of the OWNER that prima facie the erection done and/or
materials and components supplied for incorporation in the works is in order.
5.2.7.0 Should the CONTRACTOR fail to remove and/ or re-perform replace, reinstall,
re-erect, as the case may be, any work, structure, material, item or
component rejected or found defective in terms of Clause 5.1.4.0 or Clause
5.2.5.0 hereof within such period as the Engineer-in-Charge may specify by
written notice to the CONTRACTOR in this behalf, the CONTRACTOR shall be
deemed to be in breach of contract within the provisions of Clause 7.0.1.0
hereof with regard to termination of Contract and associated provisions
thereunder and the OWNER and Engineer-in-Charge shall be entitled (without
prejudice to any other right or remedy of the OWNER) to remove the
rejected/ defective works, structure, material, item or component and to re-
perform, replace reinstall and/ or re-erect, as the case may be, the same by
itself or through other agency(ies) or contractor(s) at the risks and costs of
the CONTRACTOR in all respects, and recover the costs incurred by the
OWNER in this behalf together with a supervision charge of 15% (fifteen

Page 62 of 164
GENERAL CONDITIONS OF CONTRACT

percent) thereon admissible to the OWNER, and the OWNER shall be entitled
(without prejudice to any other mode of recovery) to deduct the same from
the Running Account/ Final Bill(s) of the CONTRACTOR or any monies
becoming due to the CONTRACTOR from time to time under this or any other
Contract.
5.2.7.1 For the purposes of Clause 5.2.7.0 hereof, the decision of the Engineer-in-
Charge on whether the works, structure, material, item or component is/ are
defective and/or is/ are required to be removed and/or re-performed
replaced, re-installed and/ or re-erected, as the case may be, and as the costs
incurred by the OWNER in this behalf, shall be final and binding upon the
CONTRACTOR.
5.2.8.0 Without prejudice to and in addition to any other right of inspection, test or
examination by the OWNER, before or after the passing and payment of the
Final Bill, but before the expiry of the defect liability period, external agencies
such as the Chief Technical Examiner of the Central Vigilance Commission
shall have the right to technically audit the works. Any defects in the works
pointed out by this technical audit group/agency shall be final and binding on
the CONTRACTOR, notwithstanding that the final Bill had been passed and/or
paid to the CONTRACTOR and notwithstanding that the findings and report of
this agency is released after the expiry of the defect liability period. The
CONTRACTOR shall be bound to remove the defects pointed out by the
technical audit group/agency and to repair / replace the defective works to
the satisfaction of the OWNER, and the OWNER shall be entitled to retain in
whole or part the Contractor’s dues (if the Final Bill has not been paid), or the
Security Deposit (if any) remaining in the hands of the OWNER, or to encash
in whole or part the Bank Guarantee(s) (if any) remaining in the hands of the
OWNER to ensure the fulfillment of the CONTRACTOR ‘s obligations in this
regard. The Provisions of Clauses 5.2.7.0 and 5.2.7.1 hereof shall mutatis
mutandis apply to such defect(s).

5.2.8.1 Should the CONTRACTOR fail to comply wit the provisions of Clause 5.2.8.0
hereof, the provisions of Clauses 5.2.7.0 and 5.2.7.1 hereof shall mutatis
mutandis apply.

5.2.8.2 In case the defects or any of them are such as not to require replacement,
the OWNER shall have the right to accept the defective work with suitable
reduction in rates/price, as may be determined by the General Manager, for
the determination of which the provisions of Clause 2.4.1.2 hereof shall
mutatis mutandis apply, for which purpose any reference in Clause 2.4.1.2 to
the Engineer-in-Charge shall be deemed to be a reference to the General

Page 63 of 164
GENERAL CONDITIONS OF CONTRACT

Manager, and the defective works shall be deemed to be works hot covered
by the Schedule of Rates/lump sum price as the case may be. The reduction
as determined by the Engineer-in-charge shall be final and binding on the
CONTRACTOR.
5.2.8.3 Should the money retained by the OWNER pursuant to .the provisions of
Clause
5.2.8.0 hereof be insufficient to meet the CONTRACTOR’S liabilities, the
CONTRACTOR shall forthwith on demand by the OWNER pay the shortfall,
failing which the CONTRACTOR shall be liable to pay the OWNER interest on
the outstanding at the rate of interest applied by the State Bank of India on
overdrafts, and the OWNER shall, without prejudice to any other right or
remedy available to the OWNER, be entitled to recover the shortfall from any
amount(s) payable or becoming due and payable under any other contract(s).
5.3.0.0 FINAL TESTS & POSSESSION OF WORKS

5.3.1.0 As soon as the works have been completed in all respects to the satisfaction
of the Engineer-in-charge or Site Engineer, Final Tests of the works shall be
undertaken by the CONTRACTOR at the risks and costs of the CONTRACTOR,
in the presence of the Site Engineer or his authorized representative(s). The
OWNER may at its discretion permit final test(s) piecemeal in respect of
particular part(s) or group(s) of the works or in respect of particular job
site(s) involved.
5.3.1.1 The CONTRACTOR and the Site Engineer shall maintain a joint record of all
final tests conducted, together with the results thereof, indicating the dates
on which each of the said final tests was completed part-wise, component-
wise, section-wise, group-wise, plant-wise, system-wise and sub-system wise,
as well as on the entire works or Unit as a whole.
5.3.2.0 The OWNER shall be entitled to take over for operation, any of the various
parts, components, sections, groups, plants, systems or sub-systems of the
work, on which the respective final tests are completed. The date, on which
the final tests on the entire work have been completed, shall be reckoned as
the date of completion of the entire work covered by the contract.
5.3.2.1 Unless commissioning is included within the scope of work of the
CONTRACTOR, in a contract in within the scope of work of the CONTRACTQR
includes erection and/or installation of a Plant or Unit or of any equipment,
the date of Mechanical Completion thereof recorded by the Engineer-in-
charge pursuant to successful final tests under Clause 5.3.1.1 hereof shall be
reckoned as date of completion of the work.

Page 64 of 164
GENERAL CONDITIONS OF CONTRACT

5.3.3.0 If during Final Tests or prior there to any defects(s) in the design (insofar far
as the work may involve any designing on the part of the CONTRACTOR) or in
any work performed or structure or component installed or erected or re-
installed or re-erected or in any installation or erection or material or other
items incorporated in the works, is/are noticed, the CONTRACTOR shall
forthwith repair (if it can be repaired) and/or remove and/or demolish the
same (if it cannot be repaired) and replace, re-install and re-erect the same
and otherwise do and provide whatever is necessary to be done or provided
to correct, repair, and/ or rectify the defect(s) to the satisfaction of the
Engineer-in-charge, and if the defect (s) be discovered during the Final Tests,
the CONTRACTOR shall thereafter repeat the Final Tests or such of them as
may be required to be repeated and so on, until the successful conclusion of
Final Tests as aforesaid, without any defects in respect of the entire works or
Plant or Unit, as the case may be.

5.3.3.1 Should the CONTRACTOR fail to correct, repair or rectify any defects as
aforesaid, the provisions of Clauses 5.2.7.0 and 5.2.7.1 hereof shall mutatis
mutandis apply.

5.3.4.0 If, by reason of any default on the part of the CONTRACTOR, final tests
cannot be conducted in respect of the entire works or for the Plant or Unit (in
the case of a Contract which includes within its scope the erection or
installation thereof) or for any of the separate part(s), component(s),
section(s), group(s), system(s) or subsystem(s) comprised therein, within 30
(thirty) days after the dates fixed for the completion of the entire works
covered by the contract under the Progress Schedule or Mechanical
Completion of the Plant/Unit, as the case may be, the OWNER shall be
entitled, notwithstanding anything provided in Clause 5.3.2.0 hereof and
without prejudice to any other rights or remedies of the OWNER and/or the
liabilities of the CONTRACTOR under the Contract including (but not limited
to) the rights of the OWNER under clauses 4.4.0.0, 7.0.1.0 and associated
clauses thereunder, to take over and use the incomplete works or Plant or
Unit, as the case may be, with or without affording the CONTRACTOR any
further opportunity for completing the works and/or satisfying the
requirements of final tests. The taking over and possession or use of the
works or Plant or Unit or any part or portion or component, section or group
or system or sub-system thereof by the OWNER, under the above provisions
shall not be deemed to be an acceptance of the works or Plant or Unit or the
relative part, portion, component, section, group, plant system or sub-system,
as the case may be, nor shall relieve the CONTRACTOR of his full obligations

Page 65 of 164
GENERAL CONDITIONS OF CONTRACT

in respect thereof under the contract.


5.3.5.0 If the CONTRACTOR is permitted to complete and/or conduct final tests for
the works or Plant or Unit, or any part of the works or Plant or Unit, as the
case may be, after it is taken over under the provisions hereof, this shall be
without prejudice to the rights of the OWNER under the contract, including
(but not limited to) clauses 4.4.0.0 and 7.0.1.0 and associated clauses
thereunder.
5.3.5.1 If the CONTRACTOR is permitted to complete and/or conduct final tests for
the works or Plant or Unit or any part of the works or Plant or Unit, as the
case may be, and the CONTRACTOR is of opinion that such taking over and/or
use shall require an extension of time for completion and/or for conducting
final tests, the provisions of Clause 4.3.5.0 and associated Clauses thereunder
relating to extension of time shall apply.
5.3.5.2 If pursuant to action under Clause 5.3.4.0 the CONTRACTOR is not permitted
by the OWNER to complete and/or to conduct final tests for the works or
Plant or Unit or any part thereof, the incomplete works/Plant/Unit shall be
deemed to be a defective work. If the OWNER decides not to exercise its
rights under Clause 4.7.4.0 or Clause 7.0.1.0 in respect thereof, then the
OWNER shall (without prejudice to any other right which it may have) be
deemed to have agreed to accept the defective works subject to a reduction
in the applicable rate(s)/Iumpsum price(s) as determined by the General
Manager, and the provisions of Clause 5.2.8.2 hereof shall mutatis mutandis
apply.

5.3.6.0 If the Final Tests cannot be completed in respect of the entire work or the
Plant/ Unit or any par/ component/ section/ group/ system/ sub-system
thereof, for reasons solely attributable to the OWNER, within 30 (thirty) days
after the date fixed for completion of the entire Works or Mechanical
Completion of the Plant/ Unit, as the case may be, under the Progress
Schedule, the OWNER shall be entitled to take over and use the works/ Plant/
Unit pending the completion of the Final Tests by the CONTRACTOR at a later
date. If, however, the Final Tests cannot be completed within 6 (six) months
of taking over the works/Plant/Unit for reasons solely attributa6le to the
OWNER, the CONTRACTOR ‘s progressive/ stage wise payment, if any, held
back specifically for non-completion of the said Final Tests, shall be released
to the CONTRACTOR by the OWNER, against a Bank Guarantee for an
equivalent amount issued in a form and by a Scheduled Bank in India
acceptable to the OWNER. This Bank Guarantee shall be kept valid for a
period of 6 (six) months from the date of release of payment as aforesaid. If,

Page 66 of 164
GENERAL CONDITIONS OF CONTRACT

however, it is still not possible to conduct the Final Tests, within the validity
period of the aforesaid Bank Guarantee for reasons solely attributable to the
OWNER, the requirement of Final Tests for the concerned works or Plant/Unit
or part/ component/section/ group/ plant system/ sub-system thereof, shall
stand waived and the said Bank Guarantee will be released to the
CONTRACTOR, duly discharged, by the OWNER.
5.3.7.0 The OWNER may, in addition to any other right(s) or power(s) to take over
and/ or use incomplete or defective works, at any time during the progress of
the works, notwithstanding that time for the completion of the entire works or
concerned part, system(s), portion or section thereof according to the
Progress Schedule(s) shall not have expired, take over and/ or use for any
purpose the incomplete or partially completed works or any part, system(s),
portion or section thereof, as the case may be, and give the CONTRACTOR an
opportunity for completing the work or relative part, system(s) or portion or
section thereof, as the case may be, within the time for completion permitted
therefore under the Progress Schedule, If in the opinion of the CONTRACTQR,
such taking over and/or use require an extension of time for completion, the
provision of Clause 4.3.5.0 hereof and associated clauses thereunder relating
to extension of time shall apply. Provided Always that such taking over,
possession or use of the works or any part, system(s), portion or section
thereof by the OWNER within the provisions hereof shall not be deemed to be
an acceptance of work or relative part, system(s), portion or section thereof
by the OWNER or relieve the CONTRACTOR of his full obligations in respect
thereof under the CONTRACT.
5.4.0.0 COMMISSIONING AND PERFORMANCE TESTS
5.4.1.0 If commissioning is within, the scope of work of a CONTRACTOR engaged
inter alia for erection and/or installation of a Plant or Unit, the work shall be
deemed not to be complete unless the Plant/Unit is successfully commissioned
and handed over to the OWNER for operation.

5.4.2.0 Prior to commissioning the Plant or Unit, the CONTRACTOR shall undertake all
operations necessary for start-up of the Plant/Unit to the satisfaction of the
Engineer-in-Charge.

5.4.3.1 While the OWNER shall provide the utilities required for start-up and
commissioning the Plant/Unit and the raw material or feed stock to be
processed in the Plant or Unit, the CONTRACTOR shall provide all other inputs
and consumables required for start-up and commissioning the Plant/Unit
including grease and lubricants and first fill of fuels and oils for the equipment
and Machinery.

Page 67 of 164
GENERAL CONDITIONS OF CONTRACT

5.4.4.0 The CONTRACTOR shall provide all personnel required for start-up and
supervisory and technical personnel required for commissioning, while the
OWNER shall provide operating personnel for commissioning, and shall make
and undertake modifications in the Plant/Unit required for successfully
commissioning the Plant/Unit. The CONTRACTOR shall not, however, within
the scope of the work of erecting and/or installing or commissioning the
Plant/Unit be required to supply any material, (other than utilities and
consumables) required to be incorporated in such modification.
5.4.5.0 The Plant/Unit shall be understood to have been successfully commissioned
by continuous and stabilised operation upto full capacity for a continuous
period of not less than 7 (seven) days. On successful commissioning of
Plant/Unit, the Engineer-in-Charge shall issue a Commission Certificate which
shall state the date of completion of commissioning.
5.4.6.0 If conduct of Performance Tests falls within the scope of work of a
CONTRACTOR engaged inter alia for erection and/or installation of a Plant or
Unit, the work shall be deemed not to be complete until successful completion
of the Performance Tests.
5.4.6.1 Performance tests shall be started when the Unit is stabilized under design
conditions. The plant shall be operated and controlled in accordance with
procedures set up before hand. The performance shall be measured on the
basis of the average of data obtained during 72 (Seventy two) hours of
performance tested under continuous operation of the Unit/Plant in
performance test conditions after the Unit/Plant has been stabilized.
5.4.7.0 The CONTRACTOR shall provide technical and supervisory personnel required
to conduct the Performance Tests, while the OWNER shall provide all other
inputs required for the purpose. The CONTRACTOR shall make and undertake
all modifications required to be made in the Plant/Unit to meet the
Performance
parameters and/or to successfully complete the Performance Tests for the
Plant/Unit. The CONTRACTOR shall not, however, within the scope of work of
erecting and/or installing or conducting Performance Tests for the Plant/Unit
be required to supply any materials (other than utilities and consumables)
required to undertake the modifications. The Performance Tests shall be
repeated, if necessary, until successful completion of the Performance Tests.
On successful completion of the Performance Tests, the Engineer-in-Charge
shall issue the CONTRACTOR a Performance Test Certificate which shall
indicate the dates on which the Performance Tests were conducted and the
date(s) of successful completion of the Performance Tests. The provisions of

Page 68 of 164
GENERAL CONDITIONS OF CONTRACT

Clause 5.2.6.0 hereof shall mutatis mutandis apply to Performance Tests in


the same manner as they apply to Final Tests.

5.4.8.0 If during commissioning and/or Performance Tests any defects are discovered
in any work performed by the CONTRACTOR or in any erection or installation
undertaken by the CONTRACTOR, the CONTRACTOR shall forthwith within the
scope of work do and provide all that is necessary to be done or provided
to correct, repair and/or rectify the defect(s) to the satisfaction of the
Engineer-in-Charge and shall remove or demolish and re-erect or re-install the
defective works, if necessary, and shall thereafter continue with the
commissioning or repeat the Performance Tests, as the case may be, or such
of them as are required to be performed, and so on until successful
completion of the commissioning and/or Performance Tests. Should the
CONTRACTOR fail to correct, repair or rectify any defects as aforesaid, the
provisions of Clauses 5.2.7.0 and 5.2.7.1 hereof shall mutatis mutandis apply.
5.4.8.1 (a) If on any testing, any material or equipment or the Unit does not
meet the design, or guaranteed performance relative thereto, the
CONTRACTOR shall forthwith within the CONTRACTOR’s scope of
work and at no additional cost to the OWNER undertake such
additional tests and/ or operations as are necessary to identify the
cause of such failure. Such tests and/or operations shall be conducted
in conjunction with the Process Licensor, if the Unit as a whole fails to
meet the Process Licensor’s Guarantees.
(b) If as a result of such tests and/or operations it is determined that the
design, rated and/or guaranteed outputs or capacities have not been
met because of a defect or deficiency or unsuitability or inadequacy in
or of any material(s) (including machines and equipments) supplied
by the CONTRACTOR, the CONTRACTOR shall forthwith in
consultation with the Engineer-in-Charge take steps necessary to
cause the defect/ deficiency/ unsuitability/ inadequacy to be identified
and rectified, either by replacement of the defective material or part
thereof or by repair thereof.
(c) If under any of the provisions ‘hereof, the CONTRACTOR is required to
undertake any modification, rectification or replacement, the
CONTRACTOR shall for this purpose forthwith establish a Time
Schedule acceptable to the Engineer-in-Charge for such modification/
replacement/ rectification bearing in mind the time exigencies and the
Project requirements. Should the CONTRACTOR fail to establish the
Time Schedule, the Engineer-in-Charge shall establish the Time

Page 69 of 164
GENERAL CONDITIONS OF CONTRACT

Schedule, and the Time Schedule so established shall be binding on


the CONTRACTOR.

(d) Should the CONTRACTOR thereafter fail to adhere to a Time Schedule


so established for the replacement/rectification, the OWNER may (but
without obligation to do so) take over in whole or part such
replacement/rectification at the risk and cost of and as agent of the
CONTRACTOR. In so doing, the OWNER shall be entitled to identify
and employ through private negotiations the quickest available
resources of supply and/or work without resorting to the tender
process or any other form of competitive bidding and shall be
entitled to recover from the CONTRACTOR, the costs incurred by the
OWNER in respect thereof, plus 15% (fifteen percent) supervision
charges.
5.4.9.0 The procedure for commissioning the Plant/Unit and/or for conducting
Performance Tests shall be as prescribed by the Engineer-in-Charge taking
into account the requirements of the manufacturers/Vendors of plant and
equipment and the Licensors of the process(es) involved. The CONTRACTOR
shall strictly comply with the procedure to ensure strict adherence with the
said requirements.
5.4.9.1 Although the CONTRACTOR is not responsible for process guarantees, he shall
carry out all activities for collecting the required data during Performance Test
runs to identify problems of non-performance for further analysis and
modifications required to meet process peif3rmance parameters.

5.5.0.0 COMPLETION CERTIFICATE


5.5.1.0 After the final tests have been successfully completed in respect of all the
works envisaged in the contract, or after the Plant/Unit has been Mechanically
completed, as the case may be, the CONTRACTOR shall clear the job site of
all scaffolding, wiring, pipes, surplus materials, CONTRACTOR’s labour,
equipment and machinery and shall demolish, dismantle and remove all
CONTRACTOR’s site offices and quarters and other temporary works,
structures and constructions and other items and things whatsoever brought
upon or erected at the job site or any land allotted to the CONTRACTOR by
the OWNER and not incorporated in the permanent works and shall remove
all rubbish from the job site and the land allotted to the CONTRACTOR and
shall clear, level and dress the job site and said land to the satisfaction of the
Site Engineer and shall put the OWNER in undisputed custody and possession
of the job site and all land allotted by the OWNER to the CONTRACTOR , and
unless the CONTRACTOR shall have fulfilled the provisions of the clause, the

Page 70 of 164
GENERAL CONDITIONS OF CONTRACT

works shall not be deemed to have been completed, and failing compliance by
the CONTRACTOR of the provisions of this clause, the provisions of Clauses
7.0.6.0 and 7.0.7.0 hereof and associated provision thereunder shall mutatis
mutandis apply.
5.5.2.0 Upon the satisfactory fulfillment by the CONTRACTOR of the provisions of
Clause 5.5.1.0 hereof, the CONTRACTOR shall be entitled to apply to the
Engineer-in-Charge, for a Completion Certificate in respect of the entire work
or work at any job site, as the case may be, upon submission of the following
documents: -
(i) The Technical Documents according to which the work was carried
out;

(ii) Complete set of working drawings showing therein corrections and


modifications (if any) made during the course of execution of the
works, signed by the Engineer-in- Charge;

(iii) Certificates of final levels as set for various works, signed by the Site-
Engineer;
(iv) Records of the final test as maintained jointly and signed by the
representative of the CONTRACTOR and the Site Engineer or
Mechanical Completion Certificate (if commissioning is not within the
CONTRACTOR’s scope of work) and Commissioning Certificate (if
Performance Tests are not w1thin the CONTRACTOR’s scope of work)
and Performance Test Certificate (if Performance Tests are within the
CONTRACTOR’S scope of work).
(v) Certificate of Site Engineer of satisfactory fulfillment of the provisions
of Clause 5.5.1.0 hereof;
(vi) List of surplus/scrap materials, (out of the materials issued by the
OWNER) re-turned to the OWNER’s Store or otherwise disposed of,
duly signed by the Site Engineer.
(vii) Materials-at-site accounting for OWNER-supplied materials, signed by
the Site Engineer;
(viii) Discharge Certificate in respect of OWNER-supplied equipment and
machinery, signed by the Site Engineer; and

(ix) Declaration by the CONTRACTOR that he has duly cleared any and all
of the dues payable by him to his Labour! Piece rate workers (PRWs),
Sub-Contractors, Suppliers, Vendors, Income Tax, Sales Tax, Octroi
and Service Tax, Excise and Customs, Provident fund, ESI and
royalties, if any.

Page 71 of 164
GENERAL CONDITIONS OF CONTRACT

5.5.3.0 If Engineer-in-Charge is satisfied of the completion of the work relative to


which the Completion Certificate has been sought and of the completeness in
all respects of the Documents specified in Clause 5.5.2.0 hereof, the Engineer-
in-Charge shall, within 14(fourteen) days of receipt of the application for
Completion Certificate, issue a Completion Certificate in respect of the said
work in the format prescribed by the OWNER.
5.5.3.1 The issue of a Completion Certificate shall be without prejudice to the
OWNER’s rights and to the CONTRACTOR’s liabilities under the Contract,
including the CONTRACTOR’s liability for the defect liability period under
Clause 5.6.1.0 hereof, nor shall the issue of a Completion Certificate in
respect of the works or work at any job site be construed as a waiver of any
right or claim of the OWNER against the CONTRACTOR in respect of work or
the works at the job site in respect of which the Completion Certificate has
been issued.

5.5.4.0 Up to and until issue of the Completion Certificate as provided for hereinabove
in respect of the work or works at any job site, the relative work(s) shall be
and remain at the risks of the CONTRACTOR in all respects, including (but not
limited to) accident, fire, lightning, earthquakes, flood, storm, tempest, riot,
civil commotion and/ or war, except for such works/Plant/Unit or parts,
portions, components, sections, groups, systems or sub-systems, which have
been taken over by and put to beneficial use by the OWNER, in respect
whereof such risks shall pass to the OWNER when the OWNER takes over the
same in terms of the Contract.

5.6.0.0 DEFECT LIABILITY PERIOD


5.6.1.0 The Defect Liability Period for the works (including the materials incorporated
therein within the CONTRACTOR’s scope of supply) shall unless otherwise
specified be 12 (twelve) months from the date of issue of the Completion
Certificate.
5.6.1.1. The CONTRACTOR shall, at his own cost and initiative, correct, repair and/or
rectify any and all defect(s) and/or imperfections in the design- of the work
(insofar as the CONTRACTOR .shall be concerned with the design of the work
or any part thereof) and/or in the work performed and/or materials,
components or other items incorporated therein within the CONTRACTOR’s
scope of supply as shall be discovered during the Defect Liability Period and in
the event of the CONTRACTOR failing to do so,- the provisions of Clauses
5.2.7.0 and 5.2.7.1 hereof shall apply.

Page 72 of 164
GENERAL CONDITIONS OF CONTRACT

SECTION - 6

MEASUREMENTS AND PAYMENTS

6.0.0.0 FINAL MEASUREMENTS

6.0.1.0 Within 15 (fifteen) days from the date of completion of Final Test(s) in respect
of the works or any portion, section, group or job site, as the case may be,
the CONTRACTOR shall cause to be jointly taken with the Site Engineer. Final
measurements as herein provided for the works coverc4 by the said Final
Test(s).
6.0.2.0 If the CONTRACTOR fails to apply to the Engineer-in-Charge for final
measurements within 15 (fifteen) days from the date of relative final tests as
specified in Clause 6.0.1.0 hereof, the Site Engineer may, of his own initiative,
notify the CONTRACTOR in writing of the date(s) for final measurements. The
CONTRACTOR shall be bound to present himself for the measurements on
date(s) so notified, failing which the provision of Clause 6.1.4.0 hereof shall
apply.

6.1.0.0 MODE OF MEASUREMENT:


6.1.1.0 All measurements shall be in the metric system, and except where expressly
indicated to the contrary in the Schedule of Rates or other Contract
Documents, all measurements shall be taken in accordance with the
procedures set forth in the Schedule of Rates, Specifications and, other
Contract Documents, notwithstanding any provision(s) in the relative standard
method of measurement or any other general or ideal custom to the contrary.
6.1.2.0 In the event of the mode of measurement being not provided for by the
Contract Documents in respect of any item of the work, such item of work
shall be measured in accordance with the Indian Standard Specification
No.1200 (latest edition) and such other Indian Standard Specifications as may
be applicable, and in the event of such item not being covered by the said
Indian Standard Specifications, shall be measured in accordance with the
method of measurement in this behalf determined by the Engineer-in-Charge,
whose decision shall be final and binding upon the CONTRACTOR.
6.1.3.0 All measurements shall be taken jointly by the Site Engineer or his
representative on the one hand and the CONTRACTOR or his representative
on the other hand and the CONTRACTOR shall be bound to present himself on
his authorised representative whenever so required by the Site Engineer, and
shall remain present throughout the time required for joint measurements.

Page 73 of 164
GENERAL CONDITIONS OF CONTRACT

6.1.4.0 If the CONTRACTOR absents himself for any reason whatsoever on any date
appointed for joint measurements, the joint measurements shall be taken by
the Site Engineer in the absence of the CONTRACTOR and, the measurements
signed by the Sue Engineer shall be final and binding upon the CONTRACTOR.
6.1.5.0 Measurements shall be signed and dated on each page by the
CONTRACTOR/CONTRACTORS representative and Site Engineer/Site Engineer
representative. If the CONTRACTOR objects to any of the measurements
recorded, including the mode of measurement, such objection shall be noted
in the measurement book against the item objected to and such note shall be
signed by the CONTRACTOR/ CONTRACTOR’s representative and Site
Engineer/ Site Engineer’s representative. In the absence of any noted
objection as aforesaid, the CONTRACTOR shall be deemed to have accepted
the relative measurements as entered in Gm Measurement Book/Sheets and
shall be barred from raising any objection in respect of any measurements
recorded in the Measurement book.
6.1.6.0 All measurements relative to which any objections have been noted in the
Measurement Book shall be submitted to the Engineer-in-Charge for his
decision, and the decision of the Engineer-in-Charge relative thereto (whether
on the correct measurement to be adopted or on the mode of measurement
to be adopted) shall be final and binding upon the CONTRACTOR.

6.2.0.0 FINAL BILL


6.2.1.0 On the basis of the Final Measurements entered in the Measurement
Books/Sheets (the measurements decided by the Engineer-in-charge upon
any objection and/or mode of measurement decided by the Engineer-in-
Charge upon any objection being the measurement to be adopted in such
event), the CONTRACTOR shall prepare and submit to the Engineer-in-charge
a Final Bill in the prescribed form with reference to the total work covered by
the Contract. Such Bill is to be drawn up by applying the applicable rate(s)
specified in the Schedule of Rates to the, relative measured quantity(ies).
Final Bill shall also include the reconciliation or accounting of all materials
supplied by or on behalf of the OWNER as free issue immaterial or otherwise.
6.2.1.1 If there is any difference or disputes between the CONTRACTOR and the
OWNER as o the item(s) of the Schedule of Rates applicable to any particular
supply, work or operation, the decision of the Engineer-in-charge on the
applicable item(s) of the Schedule of Rates shall be final and binding upon the
CONTRACTOR. If the Engineer-in-Charge shall be of the opinion (which
opinion shall be final and binding upon the CONTRACTOR) that the disputed
supply, work or operation is not covered by any item in the Schedule of Rates

Page 74 of 164
GENERAL CONDITIONS OF CONTRACT

or by an other rate fixed pursuant to the provisions hereof, the Engineer-in-


charge shall determine the applicable rate(s) in respect thereof according to
the provisions of Clause 2.4.1.2 hereof, and the rate(s) so determined by the
Engineer-in-charge shall be final and binding on the CONTRACTOR.
6.2.1.2 If the CONTRACTOR has already prepared the Final Bill, the CONTRACTOR
shall amend the Final Bill to apply the applicable item(s) of the Schedule of
Rates and/or rate(s) as determined by the Engineer-in-charge and if the
CONTRACTOR has not prepared the Final Bill, shall prepare the Final Bill
accordingly.
6.2.2.0 The Final Bill shall, in addition to the payment entitlements arrived at
according to the provisions of Clause 6.2.1.0 hereof and associated clauses
above, include in a separate statement annexed thereto the notified claims of
the CONTRACTOR as provided for in Clause 6.6.3.0 hereof.
6.2.3.0 The Final Bill drawn in accordance with the provisions hereof shall be
submitted to the Engineer-in-charge for certification in quintuplicate (or in
such other number of copies as may be prescribed) accompanied by the
Completion Certificate relating to the works.

6.2.3.1 The Engineer-in-Charge shall within 30 days of the receipt of the Final Bill
drawn in accordance with the provisions hereof proceed to check, correct and
certify the Final Bill and shall forward time corrected and certified Final Bill to
the OWNER for scrutiny and payment together with the Completion
Certificate, and shall send to the CONTRACTOR for his information a copy of
the Final Bill as corrected and certified.
6.2.4.0 All monies payable under the Contract shall become due to the CONTRACTOR
only after submission to the OWNER of the certified Final Bill accompanied by
the Completion Certificate in respect of the works.

6.2.5 0 Payment of the amount(s) due on the Certified Final Bill to the extent
admitted by the OWNER shall be made within 90 (ninety) days from the date
of its certification by the Engineer-in-charge.
6.2.5.1 The payment to the CONTRACTOR on the Final Bill shall be subject to
deduction of retention money(ies), balance security deposits and other claims,
if any, as well as income tax as provided under section 194-C of the Income
Tax Act and such other taxes and deductions as provided for under any law,
rule or regulation having the force of law for the time being applicable
(including any hold ups directed or necessitated by Court Orders or Orders of
any Tribunal or other statutory authority and/or of the Vigilance Commission).
6.2.6.0 The OWNER may authorise the Engineer-in-charge and/or any other person(s)

Page 75 of 164
GENERAL CONDITIONS OF CONTRACT

to commence a dialogue with the CONTRACTOR for arriving at a settlement of


the notified claims of the CONTRACTOR annexed to the Final Bill as provided
in Clause 6.6.3.0 hereof.
6.2.6.1 If a settlement is negotiated with the CONTRACTOR in respect of such claims
and such settlement is approved by the OWNER, the CONTRACTOR shall
submit a Supplementary Final Bill to the OWNER drawn in terms of the said
settlement, and the provisions of Clause 6.2.3.1 and associated clauses
thereunder shall mutatis mutandis apply to such supplementary Final Bill.
6.2.6.2 Payment of the amount due on time Supplementary Final Bill to the extent
admitted by the OWNER shall be made within 90 (ninety) days from the date
of its certification the Engineer-in-charge.

6.3.0.0 SCHEDULE OF RATES:


6.3.1.0 The remuneration determined due to the CONTRACTOR under the provision
of Clause 6.2.2.0 hereof shall constitute the entirety of the remuneration and
entitlement of the CONTRACTOR in respect of the work(s) under the Contract,
and no further or other payment whatsoever shall be or become due or
payable to the CONTRACTOR under the Contract.

6.3.2.0 Without prejudice to the generality of the provisions of Clause 6.3.1.0 hereof,
the Schedule of Rates shall be deemed to include and cover:
(i) All costs, expenses, outgoings and liabilities of every nature and
description whatsoever and all risks whatsoever (foreseen or
unforeseen) to be taken or which may occur in or relative to the
execution, completion, testing and/or handing over the work to the
OWNER and/or in or relative to acquisition, loading, unloading,
transportation, storing, working upon, using, converting, fabricating,
erecting any item, equipment, material or component in or relative to
the works and the CONTRACTOR shall be deemed to have known the
nature, scope, magnitude and the extent of the works and items,
materials, utilities, consumables, equipment, and components and
work, labour and services required for the proper and complete
execution of the works though the Contract Documents may not fully
and precisely set out, describe or specify them; and the generality
hereof shall not be deemed to be anywise limited, restricted or
abridged because in certain cases, the Contract Documents or any of
them shall or may and/or in other cases, they shall or may not
expressly state that the CONTRACTOR shall do or perform any
particular work, labour or service or because in certain cases, the
Contract Documents state a particular work, operation, supply, labour

Page 76 of 164
GENERAL CONDITIONS OF CONTRACT

or service shall be performed/made by the CONTRACTOR at his own


cost or without additional payment, compensation or charge or
without entitlement of claim against the OWNER or words to similar
effect, and in other cases, they do not do so or because in cases it is
stated that the same are included in or covered by the Schedule of
Rates and in other cases, it is not so stated;
(ii) The cost of all constructional plant, equipment, supply of water and
power, construction of temporary roads and access, temporary works
and facilities, pumps, wiring, pipes, scaffolding, shuttering, and other
materials, supervision, labour, insurances, fuel, stores, spares,
supplies, appliances and other materials, items, articles and things
whatsoever (foreseen or unforeseen) to be supplied, provided or
arranged by the CONTRACTOR in or relative to or in connection with
the performance and/or execution of each item specified in the
Schedule of Rates and any related or incidental works or operations
by expression or implication involved therein or incidental thereto.
Complete in every aspect in accordance with Contract Documents,
and the plan(s) drawing(s), design(s). order(s) and/or instruction(s).
(iii) The cost of royalties, licence fees, charges, duties, penalties, levies
and damages whatsoever payable for or in respect of any protected
or patented goods, materials, equipment or processes employed in or
relative to the works and all rents, royalties, licence fees and any
other fee, duty, penalty, levy, loss or damage payable on the
excavation, removal or transportation of any material or acquisition or
use of any right of way or other rights. Licences, permits, privileges or
usages required for or relative to the performance of the works;
(iv) Customs duties, excise duties and other duties, sales tax on sale or
purchase or turnover or on Works Contract or otherwise and other
direct and indirect taxes, quay and port dues or charges and all other
duties, taxes, fees, charges, levies, octroi and/or cesses whatsoever
imposed by the Central Government or State Government or
Municipal or Local Bodies and other Authorities whatsoever payable
on any materials and/or works imported, exported, transported,
supplied or performed (including materials incorporated in the works
or brought to site for the performance of the work) without any
entitlement to the CONTRACTOR for any exemption, remission,
refund or reduction thereof.
(v) The cost of all indemnities to the OWNER and insurance premia on

Page 77 of 164
GENERAL CONDITIONS OF CONTRACT

insurance required in terms of the Contract Documents under any


law, rule or regulation, or otherwise taken out by the CONTRACTOR
and the cost of all risks whatsoever (foreseen or unforeseen)
including but not limited to risks of delay or extension of time or
reduction or increase in the work or scope of work and/or cancellation
of Contract and/or accidents, strike, civil commotion, war, labour
trouble, third party breach, fire, lightning, inclement weather, storm,
tempest, flood, earthquake and other acts of God, Government
regulation or imposition or restriction, dislocation of road, rail and
other transport, access or facilities, flooding of site and/or access
roads or approaches thereto, suspension of work, sabotage and other
cause whatsoever.
(vi) The cost of all material supplied to the OWNER and/or intended for
incorporation in the works delivered to the job site and stacked as
instructed by the Engineer-in-Charge including (but not limited to)
loading, transportation and unloading thereof, waste or materials and
returns and disposal of waste and of empties; and

(vii) All supervision charges, establishment overheads, finance charges and


other costs and expenses of and charges to the CONTRACTOR, and
CONTRACTOR’s profit of and relative to the work.

6.3.3.0 The rates stated in the Schedule of Rates shall not be subject to escalation or
increase on any account whatsoever.
6.4.0.0 ON ACCOUNT PAYMENTS AND ADVANCES:

6.4.1.0 Without prejudice to the provision of Clause 6.2.4.0 hereof, the OWNER may
at its discretion by way of assistance to the CONTRACTOR, make ‘on account’
payments to the CONTRACTOR, during the progress of the work on the basis
of Running Account Bills as hereinafter more specifically mentioned.
6.4. 1.1 Monthly or otherwise as the Engineer-in-Charge may specify in this behalf, the
CONTRACTOR shall make a quantitative assessment of the work performed by
CONTRACTOR at each job site during the preceding month or other specified
period and submit a Running Account Bill (in the form prescribed by the
OWNER) in quintuplicate to the Site Engineer of the work during the said
month/period with detailed measurements thereof, the said Running Account
Bill(s), to be drawn by applying unit quantities measured to the applicable
item(s) in the Schedule of Rates. The Engineer in Charge shall thereafter have
summary verification undertaken of the work and quantities entered in the
Running Account Bill(s), and shall certify the Running Account Bill(s) for
payment on basis of such verification.

Page 78 of 164
GENERAL CONDITIONS OF CONTRACT

6.4.1.2 Running Account Bills as specified in Clause 6.4.1.1 hereof may be drawn by
the CONTRACTOR every alternate month, and an ad hoc payment made by
the OWNER in respect of the intervening month for the amount certified by
the Engineer-in-Charge on the basis of a summary assessment made by the
Engineer-in-Charge of the value performed by the CONTRACTOR during the
intervening month, such ad hoc payment(s) to be deducted from the
amount(s) certified by the Engineer-in-Charge as payable on the Running
Account Bill(s) thereafter following.
6.4.1.3 Where the Contract stipulates a lump sum as payable for the work or where a
lump sum rate is stipulated in the Schedule of Rate(s) or otherwise in respect
of any particular work or part thereof and the works are not, at any
intervening stage, capable of measurement, the Running Account Bill to be
prepared by the CONTRACTOR according to the provisions of Clause 6.4.1.1
hereof shall be prepared on the basis of a value assessment of such work as
certified by the Engineer-in-charge, as percentage of the entire work or item
of work for which the lump sum rate is stipulated.
6.4.1.4 No running Account Bill(s) shall be made and/or certified for a total value of
less than Rs.25 ,000/-(Rupees twenty five thousand only) unless otherwise
expressly agreed.
6.4.2.0 All on account payments shall be subject to deductions there from of all dues
to the OWNER, retention monies and other deductions provided for in the
Contract, and taxes and other monies deductible within the provisions of
Section 194-C of the Income-Tax Act or any other law, rule or regulation for
the time being in force.
6.4.3.0 All on account payments shall be regarded merely as advance payments
against the amount which will become due to the CONTRACTOR in terms of
the Contract, and any such payments shall be without prejudice to the full
rights of the OWNER under the Contract and to the liabilities of the
CONTRACTOR thereunder, and specifically shall not be regarded as an
acceptance or completion of any work(s) paid for in terms of any Running
Account Bill or otherwise, notwithstanding any verification or certification by
the Engineer-in-Charge in respect thereof.
6.4.3.1 The Schedule of Rate item(s) applied by the CONTRACTOR in respect of any
work in his Running Account Bill(s) and the acceptance thereof by the
Engineer-in-Charge while verifying and certifying the Bill for payment in
respect of such work or otherwise in certifying any payment within the
provisions aforesaid shall not be deemed to be binding upon the OWNER as
determining the applicable Schedule of Rate item(s) and shall be without

Page 79 of 164
GENERAL CONDITIONS OF CONTRACT

prejudice to the rights of the OWNER within the provisions of Clause 6.2.1.1
hereof.

6.4.4.0 Unless or until and extension of time has been granted by the Engineer-in-
Charge under Clause 4.3.5.0 hereof or by the OWNER under Clause 4.3.6.0
hereof on account payments made under Running Account Bills raised by the
CONTRACTOR for the works executed after the expiry of the date of final
completion of the works under the approved Progress schedule, shall be
subject to provisional withholding of an amount towards adjustment by way
of discount in the price calculated as per provisions of Clause 4.4.2.0 hereof.
The amount so withheld shall be adjusted towards the Price Adjustment (if
any) finally determined after completion of the works. As an alternative, the
CONTRACTOR shall have an option to provide a Bank guarantee from a
schedule bank and in a format acceptable to the OWNER for a sum equal to
10% (ten percent) of the total contract value which shall be available for
recovery of the Price Discount (if any) finally determined after completion of
the works. This Bank guarantee shall be in addition to any other guarantee to
be provided by the CONTRACTOR and shall be valid for a period of not less
than 12 (twelve) months from the date of final completion of the works.
6.4.5.0 In Contracts of a Total Contract Value of Rs.50 lakh (Rupees fifty lakhs only)
and above, the CONTRACTOR may (if specified by him in his bid and accepted
by the OWNER) be allowed a Mobilization advance for an amount equivalent
to upto 10% (ten per cent) of the Total Contract Value, subject to the
fulfillment of the following conditions :

a) The CONTRACTOR shall have signed and sent back a copy (or copies
if so required) of the Acceptance of Tender issued by the OWNER in
token of unqualified acceptance thereof.
b) The CONTRACTOR shall have furnished the Initial Security Deposit as
stipulated in Clause 2.1.1.0 and associated clauses hereof.
c) The CONTRACTOR shall have executed the formal contract in terms
of the Form of Contract.
d) The contractor shall have made a formal application for the release of
the Mobilisation Advance and shall have furnished a Bank Guarantee
to cover Mobilisation Advance from a Bank in a format approved by
the OWNER.
e) The outstanding balance of the Mobilisation Advance shall carry
interest at 1% (one percent) above the State Bank of India declared
rate for cash credit advances prevailing on the date of opening of
Price Bids;

Page 80 of 164
GENERAL CONDITIONS OF CONTRACT

f) Without prejudice to any other mode of recovery available tot the


OWNER, the Mobilisation advance, together with interest thereon
calculated on the reducing balance, may be recovered at the rate of
10% (ten percent) of the gross amount certified against each Running
Account Bill, till the advance, together with the interest accrued
thereon, is recovered in full. The unrecovered balance if any, and
interest may be recovered from the Final Bill of the CONTRACTOR
and/or from any other amount due to the CONTRACTOR under any
other contract or otherwise.
g) (i) If the OWNER is satisfied that 25% (twenty five per cent) of
the Mobilisation Advance and interest accrued till then on the
Mobilisation Advance has been repaid to or recovered by the
OWNER, the OWNER may on the application of the
CONTRACTOR, if the Bank Guarantee submitted by the
CONTRACTOR covers and secures only the Mobilisation
Advance, permit the CONTRACTOR to substitute the Bank
Guarantee by a Bank Guarantee acceptable to OWNER for an
amount reduced by 25% (twenty five per cent).
(ii) The provisions of paragraph (i) hereof above, shall mutatis
mutandis apply to the OWNER’s satisfaction that the
CONTRACTOR has repaid 50% (fifty per cent) and/or 75%
(seventy five per cent), as the case may be, of the
Mobilisation Advance, and interest upto then accrued till
then on the Mobilisation Advance
h) All other conditions stipulated in Clause 2.1.2.0 hereof shall be
applicable to the advance(s).
6.4.6.0 In addition, the OWNER may, at its discretion, allow Secured Advance(s) to
the CONTRACTOR ,against imperishable materials brought to site for
incorporation in the permanent works. Such Secured Advance(s) shall be
governed by the following conditions:
(a) The decision of The OWNER as to whether or not to grant a Secured
Advance and as to what materials, if any, are imperishable for the
grant of Secured Advance and/or as to what has to be done to qualify
any particular material for the grant of Secured Advance shall be final
and binding on the CONTRACTOR
(b) The Secured Advance shall be limited to lower of the following :
(i) 75%(Seventy Five Percent) of the value of the imperishable
material brought to site for permanent incorporation in the

Page 81 of 164
GENERAL CONDITIONS OF CONTRACT

works as assessed by the Engineer-in-Charge, who may call


for (but shall not be bound by) the voucher(s) invoices for
any such material from the CONTRACTOR, who shall
forthwith comply with the same.;
(ii) 90% (Ninety percent) of the concerned item rate for the work
in which the material is to be incorporated as set out in the
Schedule of Rates.
(c) The Secured Advance shall be recovered from the subsequent
Running Account bill(s) of the CONTRACTOR, to the extent as
determined by the Engineer-in-charge (whose decision shall be final
and binding upon the CONTRACTOR) that the materials covered by
the Secured Advance are used up in or for the work(s) covered by the
bill(s)
(d) Upon payment/disbursement by the OWNER to the CONTRACTOR or
any supplier of the CONTRACTOR of any Secured advance with
respect to any materials, the ownership of the said materials shall
forthwith vest in the OWNER as security for the repayment of the said
advance(s) without necessity of any further act, deed, matter or
thing, and the said materials shall be deemed to be OWNER supplied
materials entrusted to the CONTRACTOR for permanent incorporation
in the works and the provisions of Clause 3.2.1.0 hereof {including
sub clauses (a) to (t) thereof shall mutatis mutandis apply thereto in
the same manner as apply to the other OWNER supplied materials,
AND before payment/ disbursement of any secured advance by the
OWNER pursuant hereto the CONTRACTOR and the Engineer-in-
Charge shall jointly sign a statement setting out and detailing the
material(s) with reference to which the advance has been reckoned
title to which shall vest in the OWNER pursuant too the provisions
thereof.

(e) Notwithstanding anything provided in sub-clause (c) hereof above,


the OWNER shall be entitled (without prejudice to any other right on
remedy available to the OWNER) by written notice to the
CONTRACTOR to recall the advance or the outstanding balance
thereof in the circumstances set out in Clause 6.4.8.0 hereof or if the
OWNER is of the opinion that by virtue of delay by the CONTRACTOR
in the execution or completion of the work or for any other cause, the
value of the remaining material against which the advance has been
paid is insufficient to adequately secure the outstanding balance of

Page 82 of 164
GENERAL CONDITIONS OF CONTRACT

the advance and interest payable thereon or if allowed to continue


will become inadequate to secure the same. Should the CONTRACTOR
upon such notice fail to repay the OWNER the outstanding balance of
the said advance, it will be open to the OWNER without further
reference or notice to the CONTRACTOR to sell in whole or part(s) the
materials referred to in sub-clause (d) hereof above by private
contract or public tender or a combination thereof or otherwise as
the OWNER deems fit, and for the purpose to exercise all powers and
to sign and do all acts, deeds, matter and things as are set out in
Clause 7.0.6.0 hereof, and the provisions of the said clause shall
mutatis mutandis apply to such materials in the same manner as they
apply to scaffolding, wiring, pipes, surplus and other materials,
equipment and machinery covered by the said Clause.
6.4.7.0 Nothing provided in the foregoing clauses hereof shall anywise be deemed to
confer any rights or entitlement on the CONTRACTOR to receive on account
payments or Advance payments of any kind whatsoever, nor shall any failure
or delay by the OWNER to make any advance or on account payment(s) as
herein envisaged or otherwise afford the CONTRACTOR a ground or basis for
extension of time for completion or otherwise relieve the CONTRACTOR from
any of its/his liabilities under the Contract, it being clearly understood that
these on account payments or advance payments are only by way of
assistance to the CONTRACTOR.
6.4.8.0 The Mobilisation Advance and the materials covered by the Secured Advance
shall be utilised by the CONTRACTOR solely for and in the execution of the
Contract and for no other purpose, and the CONTRACTOR shall satisfy the
OWNER/ Engineer-in charge in this regard whenever required, If it is found
that any of the advance(s) or materials aforesaid have been utilised by the
CONTRACTOR in whole or part for any other purpose or if the Contract is for
any reason cancelled or terminated, the OWNER may at its discretion recall
the said advances or the uncovered portion(s) thereof, as the case may be,
and without prejudice to any other right or remedy available to the OWNER
recover the same by recourse to any Bank guarantee to which the OWNER
may have recourse for the purpose.
6.5.0.0 MODE OF PAYMENT
6.5.1.0 All payment(s) by the OWNER under or in terms of the Contract shall be made
in official Indian currency only by crossed “Account Payee” cheque sent to the
registered office of the CONTRACTOR or other office notified in this behalf by
the CONTRACTOR or delivered to his authorised representative. All cheques

Page 83 of 164
GENERAL CONDITIONS OF CONTRACT

drawn shall be payable at the office of the OWNER’s bankers and in no case
will the OWNER be responsible if the cheque is mislaid, misappropriated or
otherwise lost or stolen.
6.6.0.0 CLAIMS BY THE CONTRACTOR
6.6.1.0 Should the CONTRACTOR consider that he is entitled to any extra payment or
compensation in respect of the works over and above the amounts due in
terms of the Contract as specified in Clause 6.3.1.0 HEREOF OR SHOULD THE
contractor DISPUTE THE VALIDITY OF ANY DEDUCTIONS MADE OR
THREATENED BY THE owner FROM ANY running Account Bills, the
CONTRACTOR shall forthwith give notice in writing of his claim in this behalf
to the Engineer-in-Charge and the Site Engineer within 10(ten) days from the
date of the issue of orders or instructions relative to any works for which the
CONTRACTOR claims such additional payment or compensation or of the
happening of other even upon which the CONTRACTOR bases such claim, and
such notice shall give full particulars of the nature of such claim, grounds, on
which it is based, and the amount claimed. The OWNER shall not anywise be
liable in respect of any claim by the CONTRACTOR unless notice of such claim
shall have been given by the CONTRACTOR to the Engineer-in-charge and the
Site Engineer in the manner and within the time aforesaid and the
CONTRACTOR shall be deemed to have waived any and all claims and all his
rights in respect of any claim not notified to the Engineer-in-Charge and the
Site Engineer in writing in the manner and within the time aforesaid.
6.6.2.0 The Engineer-in-Charge and/or the Site Engineer shall be under no obligation
to reply to any notice of claim given or claim made by the CONTRACTOR
within the provisions aforesaid or otherwise or to reject the same and no
omission or failure on the part of the Engineer-in-Charge or Site Engineer to
reject any claim made or notified by the CONTRACTOR or delay in dealing
therewith shall be deemed to be an admission by the OWNER of the validity of
such claim or waiver by the OWNER of any of its rights in respect thereof,
with the intent that all such claims otherwise valid within the provisions of
Clause 6.6.1.0 read with Clauses 6.6.3.0 and 6.6.3.1 shall be dealt with/
considered by the OWNER at the time of submission of the Final Bill.
6.6.3.0 Any claims of the CONTRACTOR notified in accordance with the provision of
Clause 6.6.1.0 hereof as shall remain at the time of preparation of Final Bill
by the CONTRACTOR shall be separately included in the Final Bill prepared by
the CONTRACTOR in the form of a Statement of Claims attached thereto,
giving particulars of the nature of the claim, grounds on which it is based, and
the amount claimed and shall be supported by a copy(ies) of the notice(s)

Page 84 of 164
GENERAL CONDITIONS OF CONTRACT

sent in respect thereof by the CONTRACTOR, to the Engineer-in-Charge and


Site Engineer under Clause 6.6.1.0 hereof. In so far as such claim shall in any
manner or particular be at variance with the claim notified by the
CONTRACTOR within the provision of Clause 6.6.1.0 hereof, it shall be
deemed to be a claim different from the notified claim with consequence in
respect thereof indicated in Clause 6.6.1.0 hereof, and with consequences in
respect of the notified claim as indicated in Clause 6.6.3.1 hereof.
6.6.3.1 The OWNER shall not anywise be liable in respect of any notified claim not
specifically reflected in the Final Bill in accordance with the provisions of
Clause 6.6.3.0 hereof and any and all notified claims not specifically reflected
and included in the Final Bill in accordance with the provisions of Clause
6.6.3.0 hereof shall be deemed to have been waived by the CONTRACTOR.
Further the OWNER shall have no liability in respect thereof and the
CONTRACTOR shall not be entitled to raise or include in the Final Bill any
claim(s) other than a notified claim confirming in all respects and in
accordance with the provisions of Clause 6.6.3.0 hereof.
6.6.4.1 No claim(s) shall on any account be made by the CONTRACTOR after the
Final Bill, with the intent the Final Bill prepared by the CONTRACTOR shall
reflect any and all notified claims whatsoever of the CONTRACTOR against the
OWNER arising out of or in connection with the Contract or work performed
by the CONTRACTOR there under or in relation thereto, and the
CONTRACTOR shall notwithstanding any enabling provision under any law or
Contract and notwithstanding any right of claim in quantum merit that the
CONTRACTOR could have in respect thereof, be deemed to have waived any
and all such claims not included in the Final Bill and to have absolved and
discharged the OWNER from and against the same, even if in not including
the same as aforesaid, the CONTRACTOR shall have acted under a mistake of
law or fact.
6.6.5.0 Notwithstanding the existence of any claim by The CONTRACTOR in terms
hereof or otherwise, the CONTRACTOR shall continue and be bound to
continue and perform the works to completion in all respects according to the
Contract (unless the Contract or works be priorly determined by the OWNER
in terms hereof) and shall remain liable and bound in all respects under the
Contract.
6.6.6.0 The payment of any sum on account to the CONTRACTOR during the
performance of any work or item of work in respect of which a claim has been
notified by the CONTRACTOR in terms of Clause 6.6.1.0 hereof or the making
or negotiation of any interim arrangements in respect of the performance of

Page 85 of 164
GENERAL CONDITIONS OF CONTRACT

such work or item of work by the OWNER, shall not be deemed to be an


acceptance of the related claim by the OWNER, or any part or portion thereof
with the intent that any such payment shall constitute merely an interim
facility or interim assistance to the CONTRACTOR, and not an obligation upon
the OWNER.
6.7.0.0 DISCHARGE OF OWNER’S LIABILITY
6.7.1.0 The acceptance by the CONTRACTOR of any amount paid by the OWNER to
the CONTRACTOR in respect of the final dues of the CONTRACTOR under the
Final Bill upon condition that the said payment is being made in full and final
settlement of all said dues to the CONTRACTOR shall, without prejudice to the
notified claims of the CONTRACTOR included in the Final Bill in accordance
with the provisions under Clause 6.6.3.0 hereof and associated provisions
there under, be deemed to be in full and final satisfaction of all such dues to
the CONTRACTOR notwithstanding any qualifying remarks, protest or
condition imposed or purported to be imposed by the CONTRACTOR relative
to the acceptance of such payment, with the intent that upon acceptance by
the CONTRACTOR of any payment made as aforesaid, the Contract (including
the arbitration clause) shall, subject to the provisions of Clause 6.8.2.0 hereof,
stand discharged and extinguished except in respect of the notified claims of
the CONTRACTOR included in the Final Bill and except in respect of the
CONTRACTOR’ s entitlement to receive the unadjusted portion of the
Security Deposit in accordance with the provisions of Clause 6.8.3.0 hereof on
successful completion of the defect liability period.
6.7.2.0 The acceptance by the CONTRACTOR of any amount paid by the OWNER to
the CONTRACTOR in respect of the notified claims of the CONTRACTOR
included in the Final Bill in accordance with the provisions of Clause 6.6.3.0
hereof and associated provisions there under, upon the condition that such
payment is being made in full and final settlement of all the claims of the
CONTRACTOR shall, subject to the provisions of Clause 6.7.3.0 hereof, be
deemed to be in full and final satisfaction of all claims of the CONTRACTOR
notwithstanding any qualifying remarks, protest or condition imposed or
purported to be imposed by the CONTRACTOR relative to the acceptance of
such payment with the intent that upon acceptance by the CONTRACTOR of
any payment made as aforesaid, the Contract (including the arbitration
clause) shall stand discharged and extinguished in so far as relates to and/or
concerns the claims of the CONTRACTOR.
6.7.3.0 Notwithstanding anything provided in Clause 6.7.1.0 and/or Clause 6.7.2.0
hereof the CONTRACTOR shall be and remain liable for defects in terms of

Page 86 of 164
GENERAL CONDITIONS OF CONTRACT

Clause 5.6.0.0 hereof and for the indemnity to the OWNER in terms of Clause
6.8.2.0, and shall be and remain entitled to receive the unadjusted balance of
the Security Deposit remaining in the hands of the OWNER in terms of Clause
6.8.3.0 hereof.
6.8.0.0 FINAL CERTIFICATE
6.8.1.0 After the expiry of the defect liability period as provided for in Clause 5.6.0.0
hereof and after all the liabilities of the CONTRACTOR in respect of the
contract have been satisfied, the OWNER or The Engineer-in-Charge, shall on
the application of the CONTRACTOR, issue a Final Certificate to the
CONTRACTOR, certifying that the CONTRACTOR has performed all his
obligations in respect of the defect liability period in terms of Clause 5.6.1.1
hereof.
6.8.2.0 Upon Application for the Final Certificate, the CONTRACTOR shall be deemed
to have warranted that it/he has fully paid and satisfied all claims for work,
labour, materials, supplies, equipment and all other liabilities whatsoever
touching or affecting the Contract, and to have undertaken, to indemnify and
keep indemnified the OWNER from and against all claims, demands, debts,
liens, obligations and liabilities whatsoever arising there from or relating
thereto and upon issue of the Final Certificate, the CONTRACTOR shall be
deemed to have released, acquitted and discharged the OWNER from and
against all claims (known or unknown), liens, demands or causes of action of
any kind whatsoever arising out of or relating to the Contract or otherwise
howsoever touching or affecting the same and to have undertaken to
indemnify and keep indemnified the OWNER from and against the same.
6.8.3.0 Within 15 (fifteen) days of Application made by the CONTRACTOR in this
behalf accompanied by the Final Certificate, or within 15 (fifteen) days of the
passing of the CONTRACTOR’s Final Bill by the OWNER, whichever shall be
later, the OWNER shall pay/refund to the CONTRACTOR the unadjusted
balance (if any) of the Security Deposit for the time being remaining in the
hands of the OWNER, and upon such payment/refund, the OWNER shall stand
discharged of all obligation and liabilities to the CONTRACTOR under the
Contract.
6.9.0.0 CLAIMS OF OWNER:
6.9.1.0 No release or payments of any unadjusted balance of the Security Deposit by
the OWNER to the CONTRACTOR as aforesaid or otherwise shall be deemed
or treated as a waiver of any right(s) or claim(s) of the OWNER or shall stop
or prevent the OWNER from thereafter making or enforcing any claims or any
rights against the CONTRACTOR. The claims of the OWNER, if any, against

Page 87 of 164
GENERAL CONDITIONS OF CONTRACT

the CONTRACTOR shall continue to survive and shall not get extinguished
notwithstanding the issue of Final Certificate and/or the release of Security
Deposit to the CONTRACTOR.
6.9.2.0 If and where the Contract requires the CONTRACTOR to pass or pay to the
OWNER any MODVAT/ CENVAT or like benefit(s), or if the OWNER is required
in terms of the Contract to pay, bear or reimburse any excise, customs or like
duties or sales or other taxes, the CONTRACTOR shall on receiving any such
benefit(s) or on obtaining or being granted any exemption, refund, rebate,
set-off or draw-back of any such duty or tax, as the case may be, forthwith
pay and pass on the OWNER the full amount or value thereof ; and if the
CONTRACTOR fails to pass on or pay to the OWNER the full amounts of the
said benefit(s) available to the OWNER, or the full amount or value of such
exemption refund, rebate, set-off, or draw-back of any such duty or tax as the
case may be, the CONTRACTOR shall be liable, to pay interest thereon @
16% (sixteen percent) per annum from the date the same is received or
obtained by or granted to the CONTRACTOR, and OWNER shall, without
prejudice to the generality of the -foregoing, be entitled to claim and recover
the same from the CONTRACTOR as and when the OWNER derives knowledge
thereof, together with interest as aforesaid.

Page 88 of 164
GENERAL CONDITIONS OF CONTRACT

SECTION - 7
TERMINATION

7.0.0.0 TERMINATION:
7.0.1.0 Notwithstanding anything elsewhere herein provided and in addition to any
other right or remedy of the OWNER under the Contract or otherwise
(including the right of the OWNER to claim price discount due under the
provisions of Clause 4.4.0.0 hereof or otherwise), the OWNER shall be entitled
to terminate the Contract by written notice at any time during the currency on
or after the occurrence of any one or more of the following events or
contingencies, namely :
(i) Default or failure by the CONTRACTOR of any of the obligation of the
CONTRACTOR under the Contract, including but not limited to:
(a) Failure to start the work within 10 (ten) days of handing over
the job site to the CONTRACTOR, and in the event of more
than one job site being involved, failure to start the work at
each job site involved within 10 (ten) days of handing over of
the concerned job site to the CONTRACTOR;
(b) Failure to commence any work at any job site in accordance
with the time prescribed in this behalf in the Progress
Schedule;
(c) Failure to carry out on the works or any of item to meet the
Progress Schedule;
(d) Failure to provide at each job site sufficient labour, material,
equipment, machinery, temporary work and/or facilities
required for the proper and/or due execution of the work or
any part thereof;
(e) Failure to execute the works or any of item in accordance
with the Contract;
(f) Disobedience of any order or instruction of the Engineer-in-
Charge and/or Site Engineer;
(g) Negligence in carrying out the works or carrying out of work
found to be unsatisfactory by the Engineer-in-Charge;
(h) Abandonment of the works or any part thereof;
(i) Suspension of the entire works or any part thereof, for a
period of 14 (fourteen) days or more without due authority

Page 89 of 164
GENERAL CONDITIONS OF CONTRACT

from the OWNER or Engineer-in-Charge.


(j) Commission, permission or sufferance of any other breach of
any of the terms, conditions or provisions of the Contract on
the part of the CONTRACTOR to be paid, performed and/or
observed;
(k) Failure to deposit the Initial Security Deposit within 10 (ten)
days of receipt by the CONTRACTOR of Acceptance of
Tender; Failure to execute the Contract in terms of the Form
of Contract forming part of the Tender Documents within
10(ten) days of notice in this behalf from the OWNER;
(ii) If the CONTRACTOR is incapable of carrying out the work;
(iii) If the CONTRACTOR misconducts himself in any manner;
(iv) If there is any change in the constitution of the CONTRACTOR (if a
firm) or in the circumstances or organization of the CONTRACTOR,
which is detrimental to The interests of the work or the OWNER;
(v) Dissolution of the CONTRACTOR (if a firm) or commencement of
liquidation or winding up (whether voluntary or compulsory) of the
CONTRACTOR (if a company) or appointment of a receiver or
manager of any of the CONTRACTOR’s assets and/or insolvency of
the CONTRACTOR (if a sole proprietorship) or any Partner of the
CONTRACTOR (if a firm);
(vi) Distress, execution, or other legal process being levied on or upon
any of the CONTRACTOR’s goods and/or assets;

(vii) Death of a CONTRACTOR (if an individual);


(viii) If upon any change in the Partnership/ constitution of a
CONTRACTOR’s organization (if a Partnership), the OWNER shall
refuse to continue the contract with the re-constituted firm;
(ix) If the CONTRACTOR or any person employed by him shall make or
offer for any purpose connected with the Contract any gift, gratuity,
royalty, commission, gratification or other inducement (whether
money or in any other form) to any employee or agent of the
OWNER;
(x) If the CONTRACTOR shall sub-contract the whole or any part of the
work in contravention of the provisions of Clause 4.8.1.0 hereof or the
CONTRACTOR shall assign or attempt to assign his interest or any
part thereof in the Contract.
7.0.1.1 The decision of the General Manager, as to whether any of the events/

Page 90 of 164
GENERAL CONDITIONS OF CONTRACT

contingencies mentioned in Clause 7.0.1.0 hereof; entitling the OWNER to


terminate the Contract, has occurred or not, shall be final and binding upon
the CONTRACTOR.
7.0.2.0 The notice of termination shall set forth, in addition to a statement of the
reason(s) for terminating the contract, the time(s) and, place(s) for
conducting a survey and measurement of the work performed under the
Contract up to the date of termination for the purpose of determining the final
amount(s) due to the CONTRACTOR therefore. The reason(s) for the
termination stated in the notice of termination, shall be final and binding upon
the CONTRACTOR.
7.0.3.0 For the purpose of measurements, the provisions of Clause 6.1.1.0 to 6.1.6.0
hereof shall apply. Only completed items of the work shall be reckoned for the
purpose of measurements and the decision of the Engineer-in-Charge as to
whether or not any items of works have been completed for the purpose of
measurement shall be final and binding upon the CONTRACTOR. Incomplete
items of works shall be measured only on the basis of materials supplied and
the decision of the Engineer-in-Charge as to the quantity of material involved
in or relative to any incomplete works, shall be final and binding upon the
CONTRACTOR.
7.0.4.1.1 For the purpose of determining the amount due to the CONTRACTOR in
respect of the work, the provisions of Clauses 6.2.1.0, 6.2.1.1, 6.2.1.2, 6.2.2.0
and 6.3.1.0 shall apply, and the measurements taken shall for the purpose of
such accounting be deemed to be final measurements and the bill prepared
by the CONTRACTOR on the basis thereof shall be deemed to the final bill and
no other amount(s) shall be due to the CONTRACTOR in respect thereof;
subject to the provisions of Clause 6.6.0.0 and associated clauses thereunder
with regard to claims of the CONTRACTOR.
7.0.5.0 Within 7 (seven) days of completion of the measurements, the CONTRACTOR
shall clear the job site of all scaffolding, wiring, pipes, surplus materials,
CONTRACTOR’s labour, equipment and machinery and shall demolish,
dismantle and remove all CONTRACTOR’s site offices and quarters, and other
temporary works, structures and construction and other items and things
whatsoever brought upon or erected at the job site or on any land allotted to
the CONTRACTOR by the OWNER and not incorporated in the permanent
works and shall remove all rubbish from the job site and the land allotted to
the CONTRACTOR and shall clear, level and dress the job site and said land to
the satisfaction of the Engineer-in-Charge and shall put the OWNER in
undisputed custody and possession of the job site and all land allotted by the

Page 91 of 164
GENERAL CONDITIONS OF CONTRACT

OWNER to the CONTRACTOR.


7.0.6.0 Should the CONTRACTOR fail to comply with provision of Clause 7.0.5.0
hereof in the manner and within the time specified therein, the OWNER shall
have the right at the risks and costs of the CONTRACTOR in all respects to
clear the job site of all scaffolding, wiring, pipes, surplus materials,
CONTRACTOR’s labour, equipment and machinery and other materials and
thing’s and/or demolish/dismantle and remove all CONTRACTOR’s site offices
and quarters and other temporary works, constructions and erections
whatsoever on or at the job site or on any land allotted to the CONTRACTOR
by the OWNER and/or remove all rubbish from the job Site, the land allotted
to the CONTRACTOR and store, sell, dispose of and/or otherwise deal with
any and all material, equipment and machinery etc., and other items and
things aforesaid and recoveries of any demolition/dismantling as the OWNER
shall in its absolute discretion deem fit, and the CONTRACTOR shall forthwith
on demand pay the OWNER, the entirety of the costs and expenses of the
OWNER relative to the above, together with 15% (fifteen percent) thereon to
cover OWNER’s supervision, with right in the OWNER (without prejudice to
any other mode of recovery), to recover the same from the proceeds of any
sale or disposal as aforesaid or any monies of the CONTRACTOR held by the
OWNER or dues of the CONTRACTOR and the CONTRACTOR doth thereby
irrevocably nominate, constitute and appoint the OWNER (with right to the
OWNER to delegate any and all of its rights in terms hereof to such of its
officer(s) and/or other person(s) as it shall deem fit) for and on behalf of and
as attorney of the CONTRACTOR to do, commit and sign. all acts, deeds,
matters and things as shall or may be necessary to be done, committed
and/or signed by the OWNER to put into effect the provision of this clause
with full right to enter into arrangements with third parties for or relative to
the storage, sales and/or other disposal of any material, equipment and
machinery, etc., and other items and’ things and to enter into or upon’ any of
the CONTRACTOR’s premises and to break locks and other fasteners for entry
thereto and generally to do all other acts, deeds, matters and things as shall
be necessary to give full effect to the provision of this clause.
PROVIDED ALWAYS THAT
(i) The OWNER shall be entitled, without prejudice to the a foregoing and in
addition thereto, upon the CONTRACTOR failing to comply with the provisions
of Clause 7.0.5.0 hereof after removing/demolishing/dismantling from the job
site or land allotted to the CONTRACTOR, any of the CONTRACTOR’s
scaffolding, wiring, pipes, materials, temporary works and other items and

Page 92 of 164
GENERAL CONDITIONS OF CONTRACT

things, by written notice to the CONTRACTOR, to require the CONTRACTOR to


take delivery of, lift and/or clear the same within 7 (seven) days (or such
other period as may be specified in the said notice) of date of said notice,
failing which the OWNER may abandon the same at the risk and costs of the
CONTRACTOR, and should the CONTRACTOR fail to take delivery of, lift
and/or clear the same within the period in this behalf specified in said notice,
the OWNER shall be entitled at any time thereafter to abandon the same at
the risks and cost of the CONTRACTOR, whereupon (without prejudice to any
other rights of the OWNER), the OWNER shall stand absolutely discharged
and absolved in respect of all and any material, equipment, machinery and
other items and things whatsoever abandoned as aforesaid;
(ii) Notwithstanding anything to the contrary herein provided, nothing herein
stated shall constitute the OWNER as a trustee or bailee for or in respect of
any of the CONTRACTOR’s material, equipment, machinery or other items or
things removed, cleared, demolished, dismantled or abandoned as aforesaid,
nor shall the OWNER be bound in law or fact by any duty of care in respect
thereof, with the intent that all actions, dealings and disposals within the
provisions of this clause shall be exclusively at the risks and liability of the
CONTRACTOR (including relative to any loss or damage), and the OWNER
shall not be howsoever responsible, accountable or liable in respect thereof.

7.0.7.0 If, due to any cause (including, but not limited to resistance put up by the
CONTRACTOR and/or his servants or agent or sub-CONTRACTOR(s)1 or any
court order consequent upon a suit or proceedings filed by the CONTRACTOR
and or the CONTRACTOR’s servants, agents or sub-CONTRACTOR(s)), the
OWNER is unable to fully take over possession of the entire works at any or
all job sites within 7 (seven) days from the date of completion of the
measurements as contemplated above, the OWNER shall, in addition to all
amounts, compensation and/or damages recoverable from the CONTRACTOR
in terms hereof (including but not limited to OWNER’s entitlements under
Clause 4.4.0.0 and Clause 7.0.9.0 hereof) or otherwise, be entitled to recover
from the CONTRACTOR liquidated damages in the amount equivalent to 1%
(one per cent) of the total Contract value for each week or part thereof that
the said taking over of possession at any job site is delayed beyond the period
of seven days specified above, subject to a maximum of 5% (Five percent) of
the Total Contract Value.
7.0.8.0 Notwithstanding anything provided in Clause 7.0.6.0, the OWNER shall have
the right at any time prior to the removal of the same from the job site, to
take possession of such of the CONTRACTOR’s materials at any and all job

Page 93 of 164
GENERAL CONDITIONS OF CONTRACT

sites, as the OWNER shall deem fit, and the CONTRACTOR shall forthwith
upon being required to do so place the OWNER in undisputed possession and
custody of all such materials opted for by the OWNER. The price payable to
the CONTRACTOR for such material shall be determined by the Engineer-in-
Charge having due regard to the condition of the materials and the cost
thereof as determined by the Engineer-in-Charge for which purpose the
Engineer-in-Charge shall be entitled to call upon the CONTRACTOR to produce
the CONTRACTOR’s accounting and other records relevant to such materials.
The cost of such materials as determined by the Engineer-in-Charge shall be
final and binding on the CONTRACTOR.
7.0.9.0 Upon termination of the Contract, the OWNER shall be entitled at the risk and
expense of the CONTRACTOR by itself or through any independent
CONTRACTOR(s) or partly by itself and/or partly through independent
CONTRACTOR(s) to complete and/or get completed to its entirety the work as
contemplated in the scope of work and to recover from the CONTRACTOR in
addition to any discounts, compensations or damages that the OWNER may in
terms hereof or otherwise be entitled (including price discount within the
provisions of Clause 4.4.0.0 and liquidated damages under Clause 7.0.7.0
hereof) to the difference between the amounts as would have been payable
to the CONTRACTOR in respect of the work(s) (calculated as provided for in
Clause 6.2.1.0 hereof read with the associated provisions thereunder and
Clause 6.3.1.0 hereof) and the amount actually expended by the OWNER for
completion of the entire work(s) as aforesaid together with 15% (fifteen per
cent) of the said amount expended by the OWNER for completion of the
entire work(s) to cover OWNER’s supervision charges, and in the event of the
latter being in the excess of the former, the OWNER shall be entitled (without
prejudice to any other mode of recovery available to the OWNER) to recover
the excess from the Security Deposit or any monies due or becoming due to
the CONTRACTOR.
7.1.0.0 No amount shall be due and payable to the CONTRACTOR upon or in the
event of termination of the Contract unless and until the entirety of the works
contemplated in the scope of work shall have been completed in all respects
to the satisfaction of the OWNER and following such completion, the Defect
Liability Period in respect thereof as herein otherwise provided for has elapsed
and all payments finally due on any account to the OWNER and/or other
CONTRACTOR(s) in respect of all liabilities in respect thereof has been
determined.
7.2.0.0 If, upon the satisfaction of the provisions of Clauses 7.0.9.0 and 7.1.0.0

Page 94 of 164
GENERAL CONDITIONS OF CONTRACT

hereof, there shall remain in the hands of the OWNER any excess/balance
after all accounting and adjustment of all dues from the CONTRACTOR to the
OWNER, the OWNER shall forthwith pay such excess/balance to the
CONTRACTOR and in the event of the Security Deposit and other dues of the
CONTRACTOR in the hands of the OWNER being insufficient to meet the dues
of the OWNER as aforesaid the CONTRACTOR shall forthwith on demand by
the OWNER pay the OWNER the shortfall.

Page 95 of 164
GENERAL CONDITIONS OF CONTRACT

SECTION - 8
MISCELLANEOUS

8.0.0.0 PERSONAL ACTS AND LIABILITIES:


8.0.1.0 No Director, officer or other employee of the OWNER shall anywise be
personally bound or liable to the CONTRACTOR for the acts, omissions or
obligations of the OWNER under the Contact otherwise or be personally
answerable to the CONTRACTOR for or in respect of any default or omission
in the performance of any act(s), deed(s), matter(s) or things to be observed
and/or performed by the OWNER under the Contract.
8.0.2.0 The CONTRACTOR shall not be entitled to any increase in the rate(s)
mentioned in the Schedule of Rates or any of them or to any other payment,
right, benefit or claim whatsoever, by reason of any representation,
explanation, statement, assurance or understanding given or alleged to have
been given to him by any Director, officer, or other employees of the OWNER,
nor shall any Director, officer, or other employee of the OWNER be personally
liable for or in respect of any representation, explanation, statement,
assurance or understanding given or alleged to have been given by him to the
CONTRACTOR or any other person relative to the Contract.
8.0.3.0 The CONTRACTOR shall not under any, circumstances pay or advance to any
officer(s), servant(s) or agent(s) of the OWNER any sum or money on any
account without prior authority of the OWNER in writing and any such
payment made or money advanced by the CONTRACTOR without such
authority shall be entirely at the risks of the CONTRACTOR without any
liability to the OWNER in respect thereof.
8.0.4.0. Any money paid to any partner of the CONTRACTOR (if a firm) and any
receipt, settlement, acknowledgement of liability or other document
whatsoever signed by any one of the partners of the firm or erstwhile partner
of the firm (without notice of the cessation of his interest) or any person held
out to be a partner of the firm shall be binding upon the CONTRACTOR vis-à-
vis the OWNER and shall constitute a full release and discharge to the OWNER
and/or valid settlement, acknowledgement or obligation upon the
CONTRACTOR, as the case may be, and the OWNER shall not be concerned,
with the application of any monies so paid or the authority of the concerned
partner (or erstwhile or purported partner) vis-à-vis the other partners to
make the settlement, receipt, acknowledgement or other document(s)
concerned provided always that the OWNER shall be entitled at its discretion
at any time to call upon, all the partners of the CONTRACTOR firm to sign ally

Page 96 of 164
GENERAL CONDITIONS OF CONTRACT

receipt, settlement, acknowledgement or other document(s) including any


receipt, settlement, acknowledgement or other documents signed by a
partner (or erstwhile or purported partner) as aforesaid, and all the partners
of the firm shall, when called upon to do so by the OWNER, forthwith sign the
receipt, order, acknowledgement or other document required to be so signed.
8.1.0.0 TAXES
8.1. 1.0 The CONTRACTOR shall be exclusively liable for the payment of any and all
taxes now in force or hereafter imposed, increased or modified in respect of
any work done and/or materials supplied and for the payment of all
contributions and taxes for unemployment compensation, insurance and old
age pension and annuity now or hereinafter imposed by the Central or any
State Government or any authority with respect to or covered by the wages,
salaries or other compensations paid to persons employed or engaged by the
CONTRACTOR and doth hereby undertake to indemnify and keep indemnified
the OWNER from and against the same and all claims, actions, demands and
payments whatsoever against the OWNER howsoever arising therefrom or in
connection therewith.

8.2.0.0 GOVERNMENT REGULATIONS:


8.2.1.0 The CONTRACTOR shall comply with and ensure strict compliance by his/its
sub-contractors and ‘agents of all applicable Central, State, Municipal and
local laws and regulations and undertakes to indemnify the OWNER from and
against all levies, damages, penalties, any payments whatsoever as may be
imposed by reason of any breach or violation of any law, rule or regulation
and against all actions, proceedings claims and demands arising therefrom
and/or relative thereto.
8.3.0.0 LABOUR LAWS AND REGULATIONS:

8.3.1.0 The CONTRACTOR shall be responsible for strict, compliance of and shall
ensure strict compliance by its sub-contractors, servants and agents of all
laws, rules or regulations having the force of law affecting the relationship of
employer and employee between the CONTRACTOR/sub-contractors and their
respective employees and/or otherwise concerning labour social welfare and
provident fund, pension, bonus, gratuity and other benefits to employees.
Without prejudice to the generality of this provision, the CONTRACTOR shall
comply with and ensure that his sub-contractors and other agencies employed
by him comply with the provisions of the Payment of Wages Act 1936,
Minimum Wages Act, 1948, Employers Liability Act, 1938, Workmen’s
Compensation Act, 1923, Industrial Disputes Act, 1947, Maternity Benefit Act,
1961, Mines Act, 1952, Contract Labour (Abolition & Regulation) Act, 1970,

Page 97 of 164
GENERAL CONDITIONS OF CONTRACT

Payment of Bonus Act, Gratuity Act, Factories Act and the Employees
Provident Fund and Miscellaneous Provisions Act, 1952 as amended from time
to time and all rules, regulations and schemes framed thereunder from time
to time.
8.3.2.0 The contractor and sub-contractor(s) of the CONTRACTOR shall obtain from
the authority(ies) designated in this behalf under any applicable law, rule or
regulation (including but not limited to) the Factories Act and Labour
(Abolition and Regulation) Act, 1970 (in so far--as applicable) any and all such
licence(s), consent(~), registration(s) and/or other authorisation(s) as shall
from time to time be or become necessary for or relative to the execution of
the work or any part or portion thereof or the storage or supply of any
material(s) or otherwise in connection with the performance of the Contract
and shall at all times observe and ensure due observance by the sub-
contractors, servants and agents of all terms and conditions of the said
licence(s), consent(s), regulation(s) and other authorisation(s) and laws, rules
and regulations applicable thereto. Without prejudice to the generality of this
provision, the CONTRACTOR shall obtain and ensure that his sub-contractors
and other agencies employed by him on the Work, obtain a valid Licence
under the Contract Labour (Regulation & Abolition) Act, 1970 and shall duly
and faithfully observe and comply with the provisions of the Contract Labour
(Regulation & Abolition) Central Rules 1971 and other Central and State Rules
as amended from time to time and applicable to the work, and shall duly,
promptly and faithfully maintain and/or cause to be maintained all records
and facilities required to be maintained and/or provided in terms thereof or
any licence granted thereunder.
8.3.3.0 The CONTRACTOR shall ensure that wages are paid by himself or by his sub-
contractors to their workmen directly without the intervention of any
Jamadars or Thekedars and that no amount by way of commission or
otherwise is deducted or recovered by the Jamadars from the wages of the
workmen.
8.3.4.0 The OWNER shall be entitled at all times to carry out any check(s) or
inspection(s) of the CONTRACTOR’s facilities, records and accounts to ensure
that the provisions aforesaid are being observed by the CONTRACTOR and the
sub-contractors and that the workmen are not denied the rights and benefits
to which, they are entitled under such provisions. Any violation shall, without
prejudice to any other rights or remedies available to the OWNER, constitute
a ground for termination of the Contract as though specifically set forth under
Clause 7.0.1.0 thereof. -

Page 98 of 164
GENERAL CONDITIONS OF CONTRACT

8.3.5.0 Nothing in the Contract Documents stated shall anywise constitute any
workman/employee of the CONTRACTOR or any sub-contractor as or to be a
workman/employee of the OWNER, or place obligation or liability in respect of
any such workman/employee upon the OWNER.
8.3.6.0 The CONTRACTOR shall not employ in connection with the work, any person
below the age of 18 years.
8.3.7.0 The establishment of the CONTRACTOR shall be duly registered under the
Employees Provident Fund and Miscellaneous Provisions Act, 1952 and the
Employees State Insurance Act, 1948 and the CONTRACTOR shall duly pay his
contributions and his employees’ contributions to the Authorities prescribed
under the said Acts and any Schemes framed thereunder in respect of all
labour employed by him for the execution of the contract.
8.3.8.0 On receiving information of any breach, non-fulfillment and/or non-
observance by the CONTRACTOR and/or his sub-contractors and other
agencies engaged by him in connection with the Works or any of the
provisions or requirements of any of the Labour Laws, rules and regulations
and/or as to the inaccuracy of any of the returns or statements furnished by
the CONTRACTOR and/or his sub-contractors and/or any records or accounts
maintained by any of them with respect to which the OWNER as the principal
employer or otherwise can have a liability, the OWNER shall be entitled to
deduct from the Bills and any amount due or becoming due to the
CONTRACTOR, under this or other contract(s) with the CONTRACTOR, any
sum(s) required or estimated to be required, in its judgment which shall be
final and binding on the CONTRACTOR, for making good or compensating for
the liability or possible liability of the OWNER by reason of the said breach,
non-fulfillment or non-observance and/or inaccuracy aforesaid.

8.3.9.0 The CONTRACTOR shall indemnify and keep indemnified the OWNER from
and against all actions, claims, demands and liabilities whatsoever under and
in respect of the breach of any of the provisions hereof and/or against any
claim, action or demand by any workman/employee of the CONTRACTOR or
any sub-contractor and/or from any liability anywise to any sub-contractor
under any law, rules or regulation having the force of law including (but not
limited to) claims against the OWNER under the Workmen’s Compensation
Act, 1923, the Employees Provident Funds and Miscellaneous Provisions Act,
1952, the Employee’s State Insurance Act, 1948 and/or the Contract Labour
(Abolition & Regulation) Act, 1970.
8.3.10.0 The CONTRACTOR and his sub-contractors and agents employed by him for
and/or in the performance of the Works shall strictly abide by and observe the

Page 99 of 164
GENERAL CONDITIONS OF CONTRACT

provision of the “Contractors Labour Regulations” and the “Model Rules for
Labour Welfare” as set out in Appendix I and Appendix II to these General
Conditions of Contract, which shall be binding on the CONTRACTOR, his sub-
contractors and agents.
8.3.10.1 In the event of an irreconcilable conflict between the provisions herein and
the provisions contained in the “Contractors’ Labour Regulations” and/or the
“Model Rules of Labour Welfare” (as set out in Appendix I and Appendix II
hereto), the “Contractors’ Labour Regulations” and “Model Rules for Labour
Welfare” shall prevail to the extent of the irreconcilable conflict.
8.3.10.2 In the event of irreconcilable conflict between the “Contractors’ Labour
Regulations” and/or the “Model Rules for Labour Welfare” (set out in
Appendix I and Appendix II hereto) and any applicable law, rule or regulation,
the law, rule or regulation shall prevail over the “Contractors’ Labour
Regulation” and/or the “Model Rules for Labour Welfare”, as the case may be,
and shall be complied with.
8.4.0.0 SAFETY REGULATIONS, ACCIDENT AND DAMAGE
8.4.1.0 The CONTRACTOR shall be responsible at his own cost in and relative to
performance of the work and contract to observe and to ensure observance
by his sub-contractors, agents and servants of the provisions of the Safety
Code as hereinafter appearing and all fire, safety and security regulations as
may be prescribed by the OWNER from time in time and such other
precautions and measures as shall be necessary and shall employ/deploy all
equipments necessary to protect all works, material properties, structures,
equipment, installations, communications and facilities whatsoever from
damage, loss or other hazard whatsoever (including but not limited’ to fire
and explosion) and shall during construction and other operations minimise
the disturbance and inconvenience to the OWNER, other contractors, the
public and the adjoining land and property owners and occupiers and crops,
trees and vegetation and shall indemnify and keep indemnified the OWNER
from and against all losses and damages and costs, charges and expenses
and penalties, actions, claims, demands and proceeding whatsoever suffered
or incurred by or against the OWNER as the case may be, by virtue of any
loss, alteration, displacement, disturbance or destruction or accident to any
works, materials, properties, structures, equipment, installations,
communications and facilities and land and property, owner and occupiers
and crops, trees and vegetation as aforesaid, with the intent that the
CONTRACTOR shall be exclusively responsible for any accident, loss, damage,
alteration, displacement, disturbance or destruction as aforesaid resultant

Page 100 of 164


GENERAL CONDITIONS OF CONTRACT

directly or indirectly from any breach by the CONTRACTOR of his obligations


aforesaid or upon any operation, act or omission of the CONTRACTOR or his
sub-contractor(s) or agent(s) or servant(s).
8.4.2.0 The CONTRACTOR’s liabilities under Clause 8.4.1.0 and otherwise under the
Contract shall remain unimpaired notwithstanding the existence of any
storage-cum-erection or other insurance covering any risk, damage, loss or
liability for which the CONTRACTOR is liable to the OWNER -in terms of the
foregoing sub-clause or otherwise and/or in respect of which the
CONTRACTOR has indemnified the OWNER, with the intent that
notwithstanding the existence of such insurance, the CONTRACTOR shall be
and remain fully liable for all liabilities and obligations under the Contract and
indemnities to the OWNER, and the OWNER shall not be obliged to seek
recourse under such policy(ies) in preference to recourse against the
CONTRACTOR or otherwise to exhaust any other remedy in preference to the
remedies available to it under the Contract.
8.5.0.0 INDEMNITY AND INSURANCE:
8.5.1.0 The CONTRACTOR shall be at all times indemnify and keep indemnified the
OWNER and its officers, servants and agents from and against all third party
claims whatsoever (including but not limited to property loss and damage,
personal accident, injury or death of or to property or person of -any sub-
contractor and/or the servants or agents of the CONTRACTOR or any other
contractor(s) and any sub-contractor and/or of the Owner), and the
CONTRACTOR shall at his own cost and initiative at all times up to the
successful conclusion of the defect liability period specified in Clause 5.4.1.0
hereof take out. and maintain insurance policies in respect of all insurable
liabilities under this clause, including, but not limited to third party insurance
and liabilities under the Motor Vehicles Act, 1988; Workmen’s Compensation
Act, 1923; Fatal Accidents Act, 1855; Personal Injuries (Compensation)
Insurance Act, 1963, Emergency Risk Insurance Act, and/or other Industrial
Legislation from time to time in force in India with insurance company(ies)
approved by the OWNER, and such policy(ies) shall be of not lesser limit than
the limits hereunder specified with reference in the matters hereunder
specified, namely:
(a) Workmen’s Compensation Insurance - to the limit to which
compensation may be payable under the laws of the Republic of India
; but not less than the limits specified below.
(b) Third Party Insurance- body injury and property damage to the limit
specified below:

Page 101 of 164


GENERAL CONDITIONS OF CONTRACT

The limits aforesaid shall be as follows :


(i) If the total contract value exceeds Rs.1(one) crore, the policy
shall be for not less than Rs.10,00,000/- (Rupees ten lakhs
only) for each accident. The sum assured shall not be less
than Rs.20,00,000/- (Rupees twenty lakhs only) for all
accidents ; and
(ii) If the total contract value does not exceed Rs.1 (one) crore,
the policy shall be for not less than Rs.3,00,000/- (Rupees
three lakhs only) for each accident. The sum assured shall not
be less than Rs.10,00,000/- (Rupees ten lakhs only) for all
accidents.
Provided that the limits specified above shall operate only as a specification of
minimum limits for insurance purpose, but shall not anywise limit the
Contractor’s liability in terms of this clause to the limit(s) specified.
8.5.2.0 Should the CONTRACTOR fail to take out and/or keep afoot insurance as
provided for in the foregoing sub-clauses, the OWNER shall be entitled (but
without obligation to do so) to take out and/or keep afoot such insurance at
the cost and expense of the CONTRACTOR and without prejudice to any other
right or remedy of the OWNER in this behalf to deduct the sum(s) incurred
therefore from the dues of the CONTRACTOR.

8.6.0.0 TRAINING OF APPRENTICES:


8.6.1.0 The CONTRACTOR shall, if and when called upon the Engineer-in-Charge
during the currency of Contract, himself engage and/or procure engagement
by his sub-contractor(s) of such number of apprentices and for such period as
may be required by the Engineer-in-Charge in this behalf. Such apprentices
shall be trained in accordance -with the provisions of the Apprentices Act,
1961 and any other Act, rule or regulation having the force of law, regulating
upon the employment of apprentices, and the CONTRACTOR shall be
responsible at his own cost and initiative and without entitlement to any extra
compensation or remuneration from the OWNER in this behalf, to fulfill all
obligations of the employer under the said Act, including liability for payment
to apprentices as required thereunder.

8.7.0.0 RECORDS AND INSPECTION


8.7.1.0 The CONTRACTOR shall, if and when required by the Engineer-in-Charge
produce or cause to be produced before the Engineer-in-Charge or any other
officer of the OWNER designated by the Engineer-in-Charge in this behalf, for
examination, any cost or other book(s) of account and/or other records and

Page 102 of 164


GENERAL CONDITIONS OF CONTRACT

documents in the possession of the CONTRACTOR or any sub-contractor or


subsidiary or associated firm or Company of ~he Contractor or any sub-
contractor, and/or copies of extracts thereof and/or other information or
returns relative thereto (such returns to be verified in the manner prescribed
by the Engineer-in-Charge or other officer aforesaid designated in this behalf)
as may be required relative to the execution of the Contract or for verifying or
ascertaining the cost of any material, labour, service or item or thing
whatsoever in connection with the Contract, and the decision of the Engineer-
in-charge or other officer designated in this behalf as the case may be, as to
whether any book, record, document, Information or return is relevant for any
of the purpose aforesaid, shall be final and conclusive.
8.7.2.0 Should the Engineer-in-Charge (whose decision in this behalf shall be final)
consider it necessary for the purpose of verifying or ascertaining the cost of
production for any item or thing to examining the works and/or records of the
CONTRACTOR or any sub-contractor(s) or any subsidiary or associated firm or
company of the CONTRACTOR engaged in the fabrication, manufacture or
assembly of any item or thing, the CONTRACTOR shall permit and/or facilitate
such inspection by the Engineer-in-Charge or other officer of the OWNER
designated in this behalf by the Engineer-in-Charge and shall afford the
Engineer-in-Charge or concerned officer all assistance as shall be necessary
for the purpose.
8.8.0.0 PATENT AND ROYALTIES:
8.8.1.0 If any equipment, machinery or materials to be used or supplied or methods
or processes to be practices or employed in the performance o this Contract
is/are covered by a patent under which the CONTRACTOR is not licensed, the
CONTRACTOR shall before supplying or using the equipment, machinery,
materials, methods or processes as the case may be, obtain such licence(s)
and pay such royalty(ies) and licence fee(s) as may be necessary in
connection with the performance of this Contract. In the event that the
CONTRACTOR fails to pay such royalty or obtain such licence, the
CONTRACTOR will defend at his own expense any Suit for infringement of
patent which is brought against the CONTRACTOR or the OWNER as a result
of the failure, and shall pay any damages and costs awarded in such suit and
will keep the OWNER indemnified from and against all other consequences
thereof.

8.9.0.0 ARTICLES OF VALUE FOUND :


8.9.1.0 minerals or one of any kind or description and precious and semi-precious
stones and bearing earth, rock or strata, coins, treasures, treasure trove,

Page 103 of 164


GENERAL CONDITIONS OF CONTRACT

antiques and other items and things whatsoever which shall be found under
or upon the job site shall as between the CONTRACTOR and the OWNER be
the exclusive property of the OWNER and the CONTRACTOR shall forthwith
upon discovery thereof notify the OWNER of such discovery with the details of
the item(s) or things discovered and pending directions by the OWNER for the
disposal thereof shall hold and preserve the same as trustee of the OWNER to
the satisfaction of the Engineer-in-Charge.
8.10.00 MATERIALS OBTAINED FROM DISMANTLING:
8.10.1.0 Any material obtained by the CONTRACTOR consequent upon dismantling of
any building, structure or construction whatsoever at the job site other than
any building, structure or construction dismantled by the CONTRACTOR
pursuant to the CONTRACTOR’s liabilities for defects as elsewhere herein
provided, shall be the exclusive property of the OWNER.
8.11.0.0 LIENS AND LIABILITIES:

8.11.1.0 If at any time there is evidence of any lien or claim for which the OWNER
might be-or become liable and which in terms of the Contract or otherwise is
chargeable to or payable by the CONTRACTOR, the OWNER shall have the
right to retain out of any payment then due or thereafter becoming due to the
CONTRACTOR an amount sufficient to completely indemnify the OWNER
against such lien or claim, and should the CONTRACTOR not dispute such lien
or claim and/or if in the opinion of the OWNER, such lien or claim is otherwise
valid (the Owner’s opinion in this behalf being final and binding on the
CONTRACTOR), the OWNER may pay and discharge the same and deduct the
amount so paid together with any legal and other costs, charges and
expenses incurred by the OWNER in defending any action and/or in obtaining
legal advice or opinion relative to the lien, claim or action, from any monies
then due or thereafter becoming due to the CONTRACTOR- and/or retained as
aforesaid, and if there is no money due or retained as aforesaid or if the same
be insufficient to satisfy the payment(s) aforesaid, the CONTRACTOR shall on
demand pay to the OWNER time same and failing such payment within 10
(ten) days of demand by-the OWNER in this behalf, shall be liable to pay
interest on the amount due from the date of demand up to and until the date
of payment in full at the bank rate as applicable to the OWNER pIus 1% (one
percent) per annum and the provisions hereof (in so far as such notice shall
be deemed to be necessary in addition to the contractual provisions herein)
shall be deemed to constitute a notice for the payment of interest under the
provisions of the Indian Interest Act and in determining such interest, the
Certificate issued by an officer of the OWNER in a financial department of the

Page 104 of 164


GENERAL CONDITIONS OF CONTRACT

OWNER shall be conclusive evidence of the Bank rate of interest applicable to


the OWNER.

8.12.0.0 LIABILITIES FOR SUB-CONTRACTOR(S):


8.12.1.0 Without prejudice to any other liabilities or obligations of the CONTRACTOR
relative to sub-contractors in terms hereof or otherwise, the CONTRACTOR
shall require every sub-contractor to whom any portion of the work to be
performed under the Contract has been sub-contracted, to comply with the
provisions of the Contract in so far as applicable to each sub-contractor, and
the CONTRACTOR shall hold the OWNER harmless and indemnified from any
and against all penalties, actions, claims and demands and costs, charges and
expenses whatsoever arising out of or in connection with any failure of the
CONTRACTOR or any sub-contractor(s) to make full and proper compliance
with any of the terms and conditions of the Contract.
8.13.0.0 WAIVER
8.13.1.0 It shall always be open to the OWNER by written communication to the
CONTRACTOR to waive in whole or part any right or the enforcement of any
right or remedy which the OWNER may have against the CONTRACTOR or of
any obligation which the CONTRACTOR may have hereunder provided always
that :
(i) No waiver shall be presumed or inferred unless made in a written
Communication addressed by the OWNER to the CONTRACTOR and
specifically communicated as a Waiver :
(ii) No waiver of any right or part of any right on one occasion shall be
deemed to be a waiver or abandonment of that right for all occasions
with the intent that a waiver once given shall be limited to the specific
waiver and shall be without prejudice to the right of the Owner to
insist upon the strict adherence of the attendant obligations of the
Contractor and/or the future enforcement of the right by the Owner in
respect of the same and/or any other dependent obligation.
8.14.0.0 CONTRACTOR’S ESTABLISHMENT
8.14.1.0 It is understood that the establishment of the CONTRACTOR (and any Sub-
Contractor engaged by the CONTRACTOR) constitutes an independent
establishment involving inter-alia in undertaking works and/or services for
others of the nature and kind forming the subject matter of the Contract. It is
consequently understood that all the employees of the CONTRACTOR (and
any Sub-Contractor engaged by the CONTRACTOR) are the employees of-the
independent establishment of the CONTRACTOR or Sub-Contractor (as the

Page 105 of 164


GENERAL CONDITIONS OF CONTRACT

case may be) who have been and will be appointed solely for and/or with
reference to the work of that establishment, and have not been and will not
be appointed specifically or otherwise for time sole purpose of the work
covered by the present Contract. To this end, each CONTRACTOR (and Sub-
Contractor engaged by the CONTRACTOR) shall issue to each of its employees
deputed to the job-site to perform any work in relation to the Contract a
regular letter of appointment for employment in the CONTRACTOR’S Sub-
Contractor’s independent establishment, with authority in the CONTRACTOR/
Sub-Contractor to employ or depute him for or in relation to any work or
engagement assumed by the CONTRACTOR/Sub-Contractor from time to time
in the course of its business and the production of a certified copy of each
letter of appointment duly acknowledged by the concerned employee shall be
a pre-condition for the issue of a Gate Pass to any employee of the
CONTRACTOR/ Sub-Contractor into any area the entry to which is restricted
by the OWNER.
8.15.0.0 COLLECTION OF INDEBTEDNESS
8.15.1.0 Without prejudice to any other rights or remedies of the OWNER and in
addition to any other provisions hereof; the OWNER shall be entitled to
deduct out of the Security Deposit (including by recourse Bank Guarantee)
any monies or securities under this or any other contract(s) for the dine being
of the CONTRACTOR in its hands and out of any payments then due or
becoming due in future to the CONTRACTOR under this or any other Contract,
any and all amounts due to the OWNER from the CONTRACTOR arising out of
or in connection with the Contract.
8.16.0.0 OBSERVANCE OF ENVIRONMENTAL REGULATIONS AND
ENVIRONMENTAL PROTECTION.

816.1.0 The CONTRACTOR shall ensure that its servants and agents and sub-
contractors and their servants and agents shall duly comply with all
environmental laws, rules and regulations and the conditions of any permit,
permission, consent and/or no-objection granted in this behalf by any
authority with respect to or concerning the work, and shall independently so
organise and conduct its operations and cause its sub-contractors so organise
and conduct their operations as not to -cause any hazard or pollution to
health, life, property or environment including (but not limited to) discharge of
any noxious substance or effluent into the atmosphere or into the earth or
into any drain, canal, stream, river, pond, lake or other water body.
8.16.2.0 The CONTRACTOR shall indemnify and keep indemnified the OWNER from
and against the breach, non-observance, infraction or dereliction of any of the

Page 106 of 164


GENERAL CONDITIONS OF CONTRACT

provisions of Clause 8.16.1.0 hereof, and against any and all claims, actions
or proceedings, prosecutions and liabilities and losses and damages and costs
(including legal costs), charges and expenses whatsoever suffered or incurred
or instituted against the OWNER as the case may be.
8.17.0.0 CONFIDENTIAL HANDLING INFORMATION
8.17.1.0 The CONTRACTOR and it his employees, agents and Sub-Contractors and the
employees and agents of the Sub-Contractor(s) shall treat as strictly
confidential and shall take all steps necessary to ensure confidential handling
of all maps. plans, charts, designs, drawings; photographs, data, reports
tests, specifications, methods, and other information developed or acquired by
the CONTRACTOR from or by means of the Tender Documents or any facility
extended to die CONTRACTOR pursuant thereto or the award or performance
of the works or any of them or otherwise disclosed or made available to the
CONTRACTOR or any of the aforesaid persons. and shall not disclose or
reproduce the same in - any book, article, speech or other publication,
provided always that the OWNER may upon application by the CONTRACTOR
to the OWNER in this behalf permit report, disclosure or re-production of the
same in any book, article, speech or other publication if it is satisfied that this
would not involve the disclosure of any classified or other information which
would not be in the interest of public or security to disclose.
8.17.2.0 Application for such consent shall be submitted to the OWNER in writing
outlining tile intended use of the relative material and shall be submitted to
the OWNER at least one month prior to the expected use accompanied by tire
text of the relative publication in which it is sought to be used. Photographs
should be accompanied by their caption. An application shall not be
understood to have been permitted unless expressly permitted in writing by
the OWNER.

Page 107 of 164


GENERAL CONDITIONS OF CONTRACT

SECTION - 9
ARBITRATION AND ALTERNATIVE DISPUTE RESOLUTION MACHINERY

9.0.0.0 ARBITRATION
9.0.1.0 Subject to the provisions of Clauses 6.7.1.0, 6.7.2.0 and 9.0.2.0 hereof, any
dispute arising out of a Notified Claim of the CONTRACTOR included in the
Final Bill of (lie CONTRACTOR in accordance with the provisions of Clause
6.6.3.0 hereof, if the CONTRACTOR has not opted for the Alternative Dispute
Resolution Machinery referred to in Clause 9.1.1.0 hereof, and any dispute
arising out of any Claim(s) of the OWNER against the CONTRACTOR shall be
referred to the arbitration of a Sole Arbitrator selected in accordance with the
provisions of Clause 9.0.1.1 hereof. It is specifically agreed that the OWNER
may prefer its Claim(s) against the CONTRACTOR as counterclaim(s) if a
Notified Claim of the CONTRACTOR has been referred to arbitration. The
CONTRACTOR shall not, however, be entitled to raise as a set off defence or
counterclaim any claim which is not a Notified Claim included in the
CONTRACTOR’s Final Bill in accordance with the provisions of Clause 6.6.3.0

DELETED
hereof.
9.0.1.1 The Sole Arbitrator referred to in Clause 9.0.1.0 hereof shall be selected by
the CONTRACTOR out of a panel of 3 (three) persons nominated by the
OWNER for the purpose of such selection, and should the CONTRACTOR fail
to select an arbitrator within 30 (thirty) days of the panel of names of such
nominees being furnished by the OWNER for the purpose, the Sole Arbitrator
shall be selected by the OWNER out of the said panel.
9.0.2.0 Any dispute(s) or difference(s) with respect to or concerning or relating to any
of the following matters are hereby specifically excluded from the scope,
purview and ambit of this Arbitration Agreement with the intention that any
dispute or difference with respect to any of the said following matters and/or
relating to the Arbitrator s or Arbitral Tribunal’s jurisdiction with respect
thereto shall not and cannot form the subject matter of any reference or
submission to arbitration, and the Arbitrator or the Arbitral Tribunal shall have
no jurisdiction to entertain the same or to render any decision with respect
thereto, and such matter shall be decided by the General Manager prior to the
Arbitrator proceeding with or proceeding further with the reference. The said
excluded matters are:
(i) With respect to or concerning the scope or existence or otherwise of
the Arbitration Agreement:

Page 108 of 164


GENERAL CONDITIONS OF CONTRACT

(ii) Whether or not a Claim sought to be referred to arbitration by the


CONTRACTOR is a Notified Claim;

(iii) Whether or not a Notified Claim is included in the CONTRACTOR’s


Final Bill in accordance with the provisions of Clause 6.6.3.0 hereof.
(iv) Whether or not the CONTRACTOR has opted for the Alternative
Dispute Resolution Machinery with respect to any Notified Claim
included in the CONTRACTOR’s Final Bill.
9.0.3.0 The provisions of the Indian Arbitration & Conciliation Act, 1996 and any re-
enactment(s) and/or modification(s) thereof and of the Rules framed
thereunder shall apply to arbitration proceedings pursuant hereto subject to
the following conditions:
(a) The Arbitrator shall give his Award separately in respect of each Claim
and Counter-Claim; and
(b) The Arbitrator shall not entitled to review any decision, opinion or

DELETED
determination (howsoever expressed), which is stated, to be final
and/or binding on the CONTRACTOR in terms of tire Contract
Documents.

9.0.4.0 The venue of the arbitration shall be New Delhi provided that the Arbitrator
may with the consent of the OWNER and the CONTRACTOR agree upon any
other venue.

9.1.0.0 ALTERNATIVE DISPUTE RESOLUTION MACHINERY


9.1.1.0 Subject to the provisions of Clause 6.7.2.0 hereof, the CONTRACTOR may as
alternative to reference to arbitration under Clause 9.0.1.0 with respect to
its/his Notified Claims included in the CONTRACTOR’s Final Bill in accordance
with Clause 6.6.3.0, opt for the Alternative Dispute Resolution Machinery
herein provided, and upon the exercise of such option, the CONTRACTOR
shall be deemed to have waived his right (if any) of arbitration with respect to
such Claim(s).
9.1.1.1 The option of adopting alternative dispute resolution machinery shall be
exercised by the CONTRACTOR by making a written communication to the
General Manager informing him of its/his decision to adopt the Alternative
Dispute Resolution Machinery. The Alternative Dispute Resolution Machinery
shall consist of a Committee (the Committee) of three members selected by
the CONTRACTOR from a panel of 5 (five) persons nominated by the General
Manager at the request of the CONTRACTOR in order to enable the
CONTRACTOR to exercise its option contemplated in Clause 9.1.1.0 hereof.
9.1.1.2 The CONTRACTOR shall not refuse to make a selection within the provisions

Page 109 of 164


GENERAL CONDITIONS OF CONTRACT

of Clause 9.1.1.1 hereof nor after making a selection shall be entitled to


contest or otherwise refuse to be bound by tire decision of the Alternative
Dispute Resolution Machinery referred to hereinabove on the ground that one
or more or all the persons nominated by the General Manager for selection of
the Committee are employees of the OWNER or is or are otherwise connected
with the OWNER and/or have otherwise previously dealt with the matter.
9.1.1.2 Upon appointment of the Committee, the exercise of the option by the
CONTRACTOR to opt for the Alternative Dispute Resolution Machinery shall be
deemed to be complete with consequences m this behalf specified in Clause
9.1.1.0 hereof,
9.1.2.1 The Committee shall not constitute an arbitral tribunal and shall not act as
arbitrators but shall act as an expert body which shall not be bound by any
rule or procedure of natural justice or to hear the parties, but shall be entitled
to adopt and regulate its own procedure, to consult such experts arid other

DELETED
persons as it deems fit (even behind the back of the Parties or any of them),
and to hear the Parties separately or not at all, and the proceedings of the
Arbitration and Conciliation Act, 1996 shall be inapplicable to its proceedings.

9.1.3.0 The Committee shall examine the Notified Claims of the CONTRACTOR
included in its/his Final Bill in accordance with the provisions of Clause 6.6.3.0
hereof and the claims/counter-claims of the OWNER and endeavour to
mediate a settlement thereof failing which the Committee shall render its
decision thereon.
9.1.4.0 The decision rendered by tile Committee shall be in writing and shall be final
and binding upon the OWNER and the CONTRACTOR. The said decision shall
not be required to be supported by any reason and need not be rendered
separately in respect of any claim.
9.2.0.0 GENERAL
9.2.1.0 The CONTRACTOR shall not refuse to make a selection within the provisions
of Clause 9.0.1.0 hereof nor after making a selection shall be entitled to
contest the Award or otherwise refused to be bound by the decision of the
Arbitrator or of the Alternative
Dispute Resolution Machinery referred to in Clause 9.1.1.0 hereof on the
ground that one or more or all the persons nominated by the OWNER for
selection of the Sole Arbitrator or appointed by the OWNER to constitute the
Committee is or are employees of the OWNER or is or are otherwise
connected with the OWNER.
Notwithstanding the existence of any arbitration or the adoption of the

Page 110 of 164


GENERAL CONDITIONS OF CONTRACT

Alternative Dispute Resolution Machinery in terms hereof or otherwise, the


CONTRACTOR shall continue and be bound to continue and perform all its/his
outstanding obligations in all respects under the Contract (unless the Contract
is determined by the OWNER), and the CONTRACTOR shall remain liable and
bound in all respects under the Contract.

DELETED

Page 111 of 164


GENERAL CONDITIONS OF CONTRACT

SECTION - 10
SAFETY CODE

10.0.0.0 GENERAL :
10.0.1.0 CONTRACTOR shall adhere to safe construction practice and guard against
hazardous and unsafe working conditions and shall comply with OWNER’s
safety rules as set forth herein.
10.0.2.0 In addition, the Contractor shall adhere to and be bound by the “Safety
Practices During Construction” (OISD-GDN-l92) formulated by the Oil industry
Safety Directorate from time to tune. A copy of the existing “Safety Practices
During Construction” as presently formulated by the Oil industry Safety
Directorate is annexed hereto as Appendix Ill.
10.0.3.0 In the event of any irreconcilable conflict between the ‘Safety Practices During
Construction” prescribed by the Oil Industry Safety Directorate and the Safety
provisions set out herein, the “Safety Practices During Construction”
established by the Oil Industry Safety Directorate shall prevail to the extent of
the irreconcilable conflict.
10.1.0.0 FIRST AID AND INDUSTRIAL INJURIES:
10.1.1.0 CONTRACTOR shall maintain first aid facilities for its employees and those of
its sub-contractors.

10.1.2.0 CONTRACTOR shall make outside arrangements for ambulance service and for
the treatment of industrial injuries. Names of those providing these services
shall be furnished to Engineer-in-charge prior to start of construction, and
their telephone numbers shall be prominently posted in CONTRACTOR’s field
office.
10.1.3.0 All critical industrial injuries shall be reported promptly to Engineer-in-charge,
and a copy of CONTRACTOR’s report covering each personal injury requiring
the attention of a physician shall be furnished to OWNER.
10.2.0.0 GENERAL RULES :

10.2.1.0 Carrying/Striking of matches lighters insider the refinery area, smoking within
the refinery, tank, farm, or dock limits are strictly prohibited. Violators of the
“No Smoking” rules shall be discharged immediately. Within the operation
area, no hot work shall be permitted without valid gas safety/fire permits. The
CONTRACTOR shall be held and responsible for all lapses of his sub-
contractors/ employees in this regard.

Page 112 of 164


GENERAL CONDITIONS OF CONTRACT

10.3.0.0 CONTRACTOR’S BARRICADES


10.3.1.0 CONTRACTOR shall erect and maintain barriers required in connection with
his operation to guard or protect:
(i) Excavation
(ii) Hoisting areas
(iii) Areas adjudged hazardous by CONTRACTOR’s or OWNER’s inspectors.
(iv) OWNER’s existing property liable to damage by CONTRACTOR’s
operations, in the opinion of Engineer-in-Charge/ Site Engineer.
(v) Railroad unloading spots.
10.3.2.0 CONTRACTOR’s employees and those of its sub-contractors shall become
acquainted with OWNER’s barricading practice and shall respect the provisions
hereof.
10.3.3.0 Barricades and hazardous areas adjacent to but not located in normal routes
of travel shall be marked by red flasher lanterns at nights.

10.4.1.0 SCAFFOLDING:
10.4.1.0 Suitable scaffolding shall be provided for workmen for all works that cannot
safely be done from the ground or from solid construction except such short
period work as can be done safely from ladders. When a ladder is used, an
extra mazdoor shall be engaged for holding the ladder and if the ladder is
used for carrying materials as well suitable footholds and handholds shall be
provided on the ladder and the ladder shall be given an inclination not steeper
than 1 in 4 (1 horizontal 4 vertical)
10.4.2.0 Scaffolding or staging than 12’, above the ground floor, swing or suspended
from an overhead support or erected with stationary support shall have a
guard rail properly attached, bolted, braced and otherwise rewinded ‘at least
3’, high above the floor or platform of scaffolding or staging and extending
along the entire length of the outside and ends thereof with only such
openings as may be necessary for the delivery of mate7rials. Such scaffolding
or staging shall be so fastened as to prevent it from swaying from the building
or structure.
10.4.3.0 Working platform, gangways and stairways should be so constructed that they
should not sag unduly or unequally and if the height of the platform or the
gangway or the stairway is more than 12’, above ground level or floor level,
they should be closely boarded, should have adequate width and should be
suitably fastened as described in Clause 10.4.2.0 above.
10.4.4.0 Every opening in the floor of a building or in a working platform be provided
with suitable means to prevent the fall of persons or materials by providing

Page 113 of 164


GENERAL CONDITIONS OF CONTRACT

suitable fencing or railing whose minimum height shall be 3 feet.


10.4.5.0 Safe means of access shall be provided to all working platforms and other
working places. Every ladder shall be securely fixed. No portable single ladder
shall be over 30’ in length while the width between the side rails in rung
ladder shall in no case be less than 11.5” for ladder up to and including 10’ in
length for longer ladders this width would be increased at least ¼” for each
additional foot of length. Uniform step spacing shall not exceed 12”. Adequate
precautions shall be taken to prevent danger from electrical equipment. No
materials on any of the site of work shall be so stacked or placed as to cause
danger or inconvenience to any person or public. The CONTRACTOR shall also
provide all necessary fencing and lights to protect the workers and staff from
accidents, and shall be bound to bear the expenses of defence of every suit,
action or other proceedings, as law that may be brought by any person for
injury sustained owing to neglect of the above precautions and to pay
damages and costs which may be awarded in any such suit or action or
proceedings to any such person, or which may with the consent of the
CONTRACTOR be paid to compromise any claim by any such person.
10.5.0.0 EXCAVATION AND TRENCHING:
10.5.1.0 All trenches 4’ or more in depth, shall at all times be supplied with at least
one ladder for each 100’ length or fraction thereof.
10.5.2.0 Ladder shall be extended from bottom of the trench to at least 3’3” above the
surface of the ground. The site of the trenches, which is 5’ or more in depth,
shall be stepped back to give suitable slope, or securely held by timber
bracing, so as to avoid the danger of sides to collapse.
The excavated material shall not be placed within 5’ of the edge of the trench
or half of trench depth whichever is more. Cutting shall be done from top to
bottom. Under no circumstances shall undermining or undercutting be done.
10.6.0.0 DEMOLITION
10.6.1.0 Before any demolition work is commenced and also during the process of the
work all roads and open area adjacent to the work site shall either be closed
or suitably protected.
10.6.2.0 No electric cable or apparatus, which is liable to be a source of danger over a
cable or apparatus used by the operator, shall remain electrically charged.
10.6.3.0 All practical steps shall be taken to prevent danger to persons employed, from
risk of fire e or explosion or flooding. No floor, or other part of the building
shall be so overloaded with debris or material as to render it unsafe.

Page 114 of 164


GENERAL CONDITIONS OF CONTRACT

10.7.0.0 SAFETY EQUIPMENT


10.7.1.0 All necessary personal safety equipment as considered adequate by the
Engineer-in-charge should be made available for the use to the persons
employed on the site and maintained in a condition suitable for immediate
use, and the CONTRACTOR should take adequate steps to ensure proper use
of equipment by those concerned.
10.7.2.0 Workers employed on mixing asphaltic materials, cement and lime mortars
shall be provided with protective footwear and protective goggles.
10.7.3.0 Those engaged in white washing and mixing or stacking of cement bags or
any materials which are injurious to the eyes shall be provided with protective
goggles.
10.7.4.0 Those engaged in welding and cutting works shall be provided with protective
face and eyeshields, and gloves, etc.
10.7.5.0 Stonebreakers shall be provided with protective goggles and protective
clothing and seated at sufficiently safe intervals.
10.7.6.0 When workers are employed in sewers and manholes, which are in use, the
CONTRACTOR shall ensure that the manhole covers are opened and are
ventilated at least for an hour before the workers and allowed to get into the
manholes, and the manholes so opened shall be cordoned off with suitable
railing and provided with warning signals or boards to prevent accident to the
public.
10.7.7.0 The CONTRACTOR shall not employ men below the age of 18 years and
women on the work of painting or products containing lead in any form.
Wherever men above the age of 18 years are employed on the work of lead
painting, the following precautions should be taken :
10.7.7.1 No paint containing lead product shall be used except in the form of paste or
readymade paint.
10.7.7.2 Suitable facemasks shall be supplied for use by the workers when paint is
applied in the form of spray or a surface having lead paint dry rubbed and
scrapped.
10.7.7.3 Overalls shall be supplied by the CONTRACTOR to workmen and adequate
facilities shall be provided to enable the working painters to wash during and
on cessation of work.
10.8.0.0 RISKY PLACES:
10.8.1.0 When the work is done near anyplace where there is a risk of drowning, all
necessary safety equipments shall be provided and kept ready for use and all
necessary steps taken for prompt rescue of any Person in danger and

Page 115 of 164


GENERAL CONDITIONS OF CONTRACT

adequate provision should be made for prompt first aid treatment of all
injuries likely to be sustained during the course of the work.

10.9.0.0 HOISTING EQUIPMENT:


10.9.1.0 Use of hoisting machines and tackle including their attachments, anchorage
and supports shall conform to the following standards or conditions:

10.9.1.1 These shall be of good mechanical construction, sound materials and


adequate strength and free from patent defect and shall be kept in good
condition and in good working order.
10.9.1.2 Every rope used in hoisting or lowering materials or as a means of suspension
shall be of durable quality and adequate strength and free from patent
detects.
10.9.1.3 Every crane driver or hoisting appliance operator shall be properly qualified
and no person under the age of 21 years should be in charge of any hoisting
machine including any scaffolding winch or give signals to the Operator.

10.9.1.4 In case of every hoisting machine and of every chain ring hook, shackle,
swivel and pulley block used in hoisting or lowering or as means of
suspension, the safe working load shall be ascertained by adequate means.
Every hoisting machine and all gear referred to above shall be plainly marked
with the safe working load and the condition under which it is applicable shall
be clearly indicated. No part of any machine or any gear referred to above in
this paragraph shall be loaded beyond the safe working load except for the
purpose of testing.
10.9.1.5 In case of departmental machine, the safe working load shall be notified by
the Engineer-in-Charge. As regards CONTRACTOR’5 machines, .the
CONTRACTOR shall notify the safe working load of the machine to the
Engineer-in-charge, whenever he brings any machinery ’ to site of work and
get it verified by the Engineer-in-charge concerned.
10.10.0.0 ELECTRICAL EQUIPMENT:
10.10.1.0 Motor, Gearing, Transmission, wiring and other dangerous parts of hoisting
appliances shall be provided with efficient safeguards, hoisting appliance
should be provided with such means as will reduce to the minimum, the risk
of accidental descent of the load, adequate precautions shall be taken to
reduce to the minimum the risk of any part of a suspended load becoming
accidentally displaced. When workers are employed on electrical installations,
which are already energised, insulating mats, wearing apparel, such as gloves
and boots as may be necessary shall be provided. The workers shall not wear
any rings, watches and carry keys or other materials which are goods

Page 116 of 164


GENERAL CONDITIONS OF CONTRACT

conductors of electricity.
10.11.0.0 MAINTENANCE OF SAFEY DEVICES:
10.11.1.0 All scaffolds, Ladders and other safety devices mentioned or described herein
shall be maintained in safe conditions at-id no scaffold, ladder or equipment
shall be altered or removed while it is in use. Adequate washing facilities
should be provided at or near place of work.
10.12.0.0 DISPLAY OF SAFETY INSTRUCTIONS:
10.12.1.0 These safety provisions should be brought to the notice of all concerned by
display on a notice board at a prominent place at the work spot. The person
responsible for compliance of the safety code shall be named therein by the
CONTRACTOR.
10.13.0.0 ENFORCEMENT OF SAFETY REGULATIONS:
10.13.1.0 To ensure effective enforcement of the rules and regulations relating to safety
precautions the arrangements made by the CONTRACTOR shall be open to
inspection by the Welfare Officer, Engineer-in-charge or Safety Engineer of
the OWNER or their representatives.
10.14.0.0 NO EXEMPTION

10.14.1.0 Notwithstanding the above Clauses 10.0.0.0 to 10.13.0.0 there is nothing in


these to exempt the CONTRACTOR from the operations of any other Act or
rules in force in the Republic of India.
10.14.2.0 The works throughout including any temporary works shall be carried on in
such a manner as not to interfere in any way whatsoever with the traffic on
any roads or footpaths, at the site or in the vicinity thereto or any existing
works whether the property of the OWNER or of a third party.
10.14.3.0 In addition to the above, the CONTRACTOR shall abide by the safety code
provision as per CPWD Safety Code framed from time to time.
10.14.4.0 The CONTRACTOR shall also arrange to obtain valid gate passes for his men
and equipment from the concerned authorities of the Refinery/Project
10.14.5.0 No man/ material/equipment not covered by valid passes shall be permitted
within the Refinery/ Project area and no material/equipment shall be
permitted to be taken out of the Refinery/Project area, unless authorised by
the concerned authorities of the Refinery Project. The CONTRACTOR shall be
held fully responsible for any or all delays/ losses/ damages that may result
consequent on any lapses that may occur on the part of his sub-contractors/
employees in this regard.

Page 117 of 164


GENERAL CONDITIONS OF CONTRACT

APPENDIX - I To GENERAL CONDITIONS OF CONTRACT


CONTRACTORS’ LABOUR REGULATIONS

(Reference: Clause 8.3.10.0 of GCC)

1. These regulations may be called Model Contractors Labour Regulations.


2. Definition: In these regulations, unless otherwise expressed or indicated, the following
words and expressions shall have the meaning hereby assigned to them:
(a) “Labour” means workers-employed by a contractor, directly or indirectly
through a subcontractor, or by an agent on his behalf to do any skilled, semi-
skilled or unskilled manual, supervisory, technical or clerical work.
(b) “Fair Wage” means wages, which shall include wages for weekly day of rest
and other allowances, whether for time or piece work, after taking into
consideration prevailing market rates for similar employments in the
neighborhood but shall not be less than the minimum rates of wages fixed
under the payment of Minimum Wages Act.
(c) “Wages” shall have the same meaning as defined in the Payment of Wages
Act.

(d) “Contractor” for the purpose of these regulations shall include an agent or
sub-contractor employing labour on the work taken on the contract.
(e) “Inspecting Officer” means any Labour Enforcement Officer or Assistant
Labour Commissioner of the Chief Labour Commissioner’s Organisation.
(f) “Prescribed” means prescribed under the Contract Labour (Regulation and
Abolition) Act, 1970 and Rule framed thereunder.
3. Notice of commencement: The Contractor shall within SEVEN days of
commencement of the work, furnish in writing, to Inspecting Officer of the area
concerned the following information:

(a) Name and Situation of the work.


(b) Contractor’s name and address.
(c) Particulars of the Department for which the work is undertaken.
(d) Name and address of sub-contractors as and when they are appointed.
(e) Commencement and probable duration of the work.
(f) Number of workers employed and likely to be employed.

(g) “fair wages” for different categories of workers.


(i) Number of hours of work to constitute a normal working day : The number of hours
which shall constitute a normal working day for an adult shall be NINE hours. The

Page 118 of 164


GENERAL CONDITIONS OF CONTRACT

working day of an adult worker shall be so arranged that it is inclusive of intervals, if


any, for rest, it shall not spread over more than twelve hours on any day. When a
worker is made to work for more than NINE hours on any day or for more than
FORTY EIGHT hours in a week, he shall, in respect of overtime work, be paid wages
at double the ordinary rate of wages.
(ii) Weekly day of rest : Every worker shall be given a weekly day of rest which shall
normally be a Sunday unless otherwise fixed and notified at least TEN days in
advance. A worker shall not be required or allowed to work on the weekly rest day
unless he has or will have a substituted rest day, on one of the five days immediately
before or after the rest day, provided that no substitution shall be made which will
result in the worker working for more than ten days consecutively without a rest day
for a whole day.
4. Where, in accordance with the foregoing provisions, a worker works on the rest day
and has been given a substituted rest day, he shall be paid wages for the work done
on the weekly rest day at the overtime rate of wages.
(NOTE : The expression “ordinary rate of wages” means the fair wage the worker is
entitled to.)

5. Display of notice regarding Wages, Weekly Day of Rest etc. : The contractor shall,
before the commencement of his work on the Contract, display and correctly maintain
and continue to display and correctly maintain in a clean and legible condition in
conspicuous places on the works, notice in English and in the local Indian language,
spoken by majority of workers, giving the rate of fair wages, the hours of work for
which such wages are payable, the weekly rest days workers are entitled to and name
and address of the Inspecting Officer. The Contractor shall send a copy of each of
such notices to the Inspecting Officers.
6.1 Fixation of Wage Periods The Contractor shall fix wage periods in respect of which
wages shall be payable. No wage period shall normally exceed one month.
6.2 Payment of wages:
(i) Wages due to every worker shall be paid to him direct. All wages shall be paid
in current coins or currency or in both. The wages shall be paid without
deductions of any kind except those specified by Central Government by
General Order or Special Order in this behalf or permissible under the
Payment of Wages Act.
(ii) Wages of every worker employed as contract labour in an establishment or by
Contractor are less than one thousand, such workers shall be paid within
SEVEN days from the end of the Wage period; and before the expiry of the
10th day from the end of the wage period accordingly as the number of

Page 119 of 164


GENERAL CONDITIONS OF CONTRACT

workers exceed 1,000.


(iii) When employment of any worker is terminated by or on behalf of the
Contractor, the wages earned by him shall be paid before expiry of the second
working day from the date on which his employment is terminated.
(iv) All payment of wages shall be made at the work site on a working day except
when the work is completed before expiry of the wage period, in which case
final payment shall be made at the work site within 48 hours of the last
working day and during normal time.
(NOTE : The term “working day” means a day on which labour is employed,
and the work is in progress)
7. Register for Workmen : A register of workmen shall be maintained in the prescribed
form and kept at the work site or as near to it as possible, and the relevant particulars
of every workmen shall be entered therein within THREE days of his employment..
8. Employment Card : The Contractor shall issue an employment card in the Form
appended to these regulations to each worker on the day of work or entry into his
employment. If a worker already has any such card with him issued by the previous
employer, the Contractor shall merely endorse that Employment Card with relevant
entries. The Contractor may, alternatively, issue an attendance-cum-wage slip to each
worker in the form appended. This card shall be valid for a wage period. The
Contractor shall mark attendance on the cards twice each day and again after the rest
interval, before he actually starts the work. On termination of employment, the
Employment Card shall again be endorsed by the Contractor, service certificate issued
and returned to the Worker.
9. Register of Wages etc.
(i) A register of Wages-cum-Mutster Roll in the prescribed Form shall be
maintained and kept at the work site or as near to it as possible.
(ii) A wage slip in the prescribed Form shall be issued to every worker employed
by the Contractor at least a day prior to disbursement of wages.
10. Fines and deductions, which may be made from Wages:
(i) Wages of a worker shall b~ paid to him without any deduction of any kind
except the following:
(a) Fines;
(b) Deduction for absence from duty, i.e. from the place of his
employment he is required to work. The amount of deductions shall
be in proportion to the period for which he was absent ;
(c) Deduction for damage to or loss of goods expressly entrusted to the
employed person for custody, or for loss of money which he is

Page 120 of 164


GENERAL CONDITIONS OF CONTRACT

required to account for, where such damage or loss is directly


attributable to his neglect or default

(d) Deductions for recovery of advances or for adjustment of


overpayment of wages. Advance granted shall be entered in a
register; and
(e) Any other deduction which the Corporation may from time to time
allow.
(ii) No fines shall be imposed on any worker say in respect of such acts and
omissions on his part as have been approved by the Chief Labour
Commissioner or Competent Authority.
(iii) No fine shall be imposed on a worker and no deductions for damage or loss
shall be made from his wages until the worker has been given an opportunity
of showing cause against such fines or deductions.
(iv) The total amount of fines which may be imposed in any one wage period on a
worker shall not exceed an amount equal to three paise in a rupee of the
wages payable to him in respect of that wage period.
(v) No fine imposed on a worker shall be recovered from him in installments, or
after expiry of sixty days from the date on which it was imposed. Every fine
shall be deemed to have been imposed on the day of the at or omission in
respect of which it was imposed.
(vi) The Contractor shall maintain both in English and the local Indian language, a
list approved by the Chief Labour Commissioner or Competent Authority
clearly stating the acts and commissions for which penalty or fine may be
imposed on a workman and display it in good condition in a conspicuous place
on the work site.
(vii) The Contractor shall maintain a register of fines and the register of deductions
for damage or loss in the prescribed Forms which should be kept at the place
of work.
(viii) The Contractor shall display in a conspicuous place of work the list of acts and
omissions for which the tines can be imposed. They are as under :
1. Willful insubordination or disobedience, whether alone or in
combination with other.
2. Theft, fraud or dishonest in connection with the Contractors beside a
business or property of Corporation.
3. Taking or giving bribes or any illegal gratification.

4. Habitual late attendance.

Page 121 of 164


GENERAL CONDITIONS OF CONTRACT

5. Drunkenness, fighting, riotous or disorderly or indifferent behaviour.


6. Habitual negligence.
7. Smoking near or around the area where combustible or other
materials are locked.
8. Habitual indiscipline
9. Causing damage to work in the progress or to property of the
Corporation or of the Contractor.
10. Sleeping on duty.
11. Malingering or slowing down work.
12. Giving of false information regarding name, age, father’s name etc.
13. Habitual loss of wage cards supplied by the employers.
14. Unauthorised use of employer’s property of manufacture or making of
unauthorized articles at the work place.
15. Bad workmanship in construction and maintenance by skilled workers
which is not approved by the Corporation and for which the
Contractor is compelled to undertake rectification.
16. Making false complaints andlor misleading statements.
17. Engaging on trade within the premises of the establishments.
18. Any unauthorised divulgence of business affairs of the employers.
19. Collection or canvassing for the collection of an money within the
premises of an establishment unless authorised by the employer.
20. Holding meeting inside the premises without previous sanction of the
employers.

21. Threatening or intimidating any workmen or employer during the


working hours within the premises.
22. Non-observance of Safety norms/practices applicable to the Worksite.

11. Register of Accidents: The Contractor shall maintain a register of accidents in such
form as may be convenient at the work place but the same shall include the following
particulars
(a) Full particulars of the labourers who met with accident.
(b) Rate of wages.
(c) Sex

(d) Age
(e) Nature of accident and cause of accident
(f) Time and date of accident

Page 122 of 164


GENERAL CONDITIONS OF CONTRACT

(g) Date and time when admitted in hospital


(h) Date of discharge from the hospital
(i) Period of treatment and result of treatment
(j) Percentage of loss of earning capacity and disability as assessed by Medical
Officer.
(k) Claim required to be paid under Workmen’s Compensation Act.
(l) Date of payment of compensation
(m) Amount paid with details of the person to whom the same was paid.
(n) Authority by whom the compensation was assessed
(o) Remarks
12. Preservation of Registers: The Register of Workmen and the Register of Wages -cum-
Muster Roll required to be maintained under these Regulation shall be preserved for 3
years after the date on which the last entry is made therein.
13. Enforcement : The Inspecting Officer shall either, on his own motion or on a
complaint received by him, carry out investigations and send a report to the Engineer-
in-charge specifying the amounts representing Workers’ dues and amount of penalty
to be imposed on the Contractor for breach of these Regulations, that have to be
recovered from the Contractor, indicating full details-of the recoveries proposed and
the reasons therefore. It shall be obligatory on the part of the Engineer-in-charge on
receipt of such a report to deduct such amounts from payments due to the
Contractor.
14. Disposal of amounts recovered from the Contractor : The Engineer-in-charge shall
arrange payment to workers concerned within FORTY FIVE days from receipt of a
report from the Inspecting Officer. In cases which there is an appeal, payment of
workers dues would be arranged by the Engineer-in-charge wherever such payments
arise, within THIRTY-days from the date of recent of the decision of the Regional
Labour Commissioner (RLC).
15. Appeal against decision of Inspecting Officer : Any person aggrieved by a decision of
the inspecting Officer may appeal against such decision to the RLC concerned within
THIRTY days from the date of decision, forwarding simultaneously a copy of his
appeal to the Engineer-in-charge. The decision of the RLC shall be final and binding
upon the Contractor and the workmen.

16. Representation of parties:


(i) A workmen shall be entitled to be represented in any investigation or enquiry
under these Regulations by an officer of a registered trade union of which he
is a member or by an officer of a federation of Trade Unions to which the said

Page 123 of 164


GENERAL CONDITIONS OF CONTRACT

trade union is affiliated or where the workman is not a member of any


registered trade union, by an officer of a registered trade union connected
with, or by any other workman employed in the industry in which the worker
is employed.
(ii) A contractor shall be entitled to be represented in any investigation of enquiry
under these Regulations by ad officer of an Association of Contractors of
which he is a member or by an officer of a Federation of Association of
Contractors to which the said association is affiliated or where the Contractor
is not a member of any Association of Contractors, by an officer of association
of employers, connected with, or by any other employer engaged in, the
industry in which the Contractor is engaged.
(iii) No party shall be entitled to be represented by a legal practitioner in any
investigation or enquiry under these Regulations.
17. Maternity benefits for female employees : The Contractor shall extend the leave, pay
and other benefits as admissible to the female employees. No maternity benefits shall
he admissible to a female worker unless she has been employed for a total period of
not less than 6 months immediately proceeding the date on which she proceeds on
leave. The Contractor shall maintain a register of maternity benefits in prescribed
form, and shall be kept in all places of work.
18. Inspection of Books and other documents : The Contractor shall allow inspection of
the Registers and other documents prescribed under these Regulations by Inspecting
Officers and the Engineer-in-Charge or his authorised representative at any time and
by the worker or his agent on receipt of due notice at the convenient time.

19. Submission of Returns : The Contractor shall submit periodical returns as may be
specified from time to time.
20. Amendments: The Corporation may, from time to time, add to or amend these
Regulations, and issue such directions as it may consider necessary for the proper
implementation of these Regulations or for the purpose of removing any difficulty
which may arise in the administration thereof.

Page 124 of 164


GENERAL CONDITIONS OF CONTRACT

APPENDIX - II TO THE GENERAL CONDITIONS OF CONTRACT


MODEL RULES FOR LABOUR WELFARE

(Refer: Clause 8.3.10.0 of GCC)

1. Definitions :
(a) “Workplace” means a place at which, on an average, twenty or more workers
are employed on any day during which the Contract work is in progress.
(b) “Large Workplace” means a place at which, on an average 500 or more
workers are employed.
2. First Aid :
(i) At every workplace, there shall be provided and maintained in a readily
accessible place First Aid appliances including an adequate supply of sterilized
dressings and sterilized cotton wool as prescribed in the Factory Rules of the
State in which the work is carried on. The appliances shall be kept in good
order and in large work places; they shall be placed under the charge of a
responsible person who shall be trained, in First Aid treatment and who shall
also be readily available during working hours. The First Aid boxes at the rate
of not less than one box for 150 contract labour or part thereof shall be
ordinarily employed. Adequate arrangement shall be made for immediate
recoupment of items/equipment when necessary.

(ii) At large work places, where hospital facilities are not available within easy
distance of the Works, First Aid posts shall be established and be run by a
trained compounder.

Where large work places are remotely situated far away from regular
hospitals, an indoor ward shall be provided with one bed for every 250
employees.
Where large work places are situated in cities, towns or in their suburbs and
no beds are considered necessary owing to proximity of city or town hospitals,
suitable transport shall be provided to facilitate removal of urgent cases to
these hospitals. At other workplaces, some conveyance shall be kept readily
available to take injured person or persons suddenly taken seriously ill to the
nearest hospital.
At large work places, there shall be provided and maintained an ambulance
room of the prescribed sizes, containing the prescribed equipment and in the
charge of such medical and nursing staff as may be prescribed. For this
purpose, the relevant provisions of the Factory Rules of the State
Government area where the work is carried on may be taken as the

Page 125 of 164


GENERAL CONDITIONS OF CONTRACT

prescribed standard.
3. Accommodation for labour: The Contractor shall during the progress of the Works,
provide, erect and maintain necessary temporary living accommodation and ancillary
facilities for labour at his owe expense and to standard and scales as approved by the
Engineer-in-charge. However, following specifications shall be followed:
(a) (i) The minimum height of each hut at the eaves level shall be 2.1Cm
(7ft) and the floor area to be provided will be at the rate of 2.7 sq.m
(3Osq.ft.) for each member of the worker’s family staying with the
labourer.
(ii) The Contractor shall in addition construct suitable cooking places
having a minimum area of 1.8Cm X 1.5Cm (6” x 5”) adjacent to the
hut for each family.
(iii) The Contractor shall also construct temporary latrines and urinals for
the use of the labourers, each on the scale of not less than four per
each one, hundred of the total strength. Separate latrines and urinals
been provided for women.
(iv) The Contractor shall construct sufficient number of bathing and
washing places, one unit for every 25 persons residing in the camp.
These washing and bathing places shall be suitably screened.
(b) (i) All the huts shall have walls of sun-dried or burnt-bricks laid in mud
mortar or other suitable local material as may be approved by the
Engineer-in-Charge. In case of sun dried bricks, the walls should be
plastered with mud gobri on both sides. The floor may be katcha, but
plastered with mud gobri and shall be at least 15cm.(6”) above the
surrounding ground. The roofs shall be laid with thatch or any other
materials as may be approved by the Engineer-in-Charge and the
Contractor shall ensure that throughout the period of their
occupation, the roofs remain water tight.
(ii) ‘The Contractor” shall provide each hut with proper ventilation.

(iii) All doors, windows and ventilators shall be provided with suitable
leaves for security purposes.
(v) There shall be kept an open space at least 7.2m (8 yards) between
the rows of huts which may be reduced to 6m (20ft) according to the
availability of site with the approval of the Engineer-in-charge. Back to
back construction will be allowed.

Page 126 of 164


GENERAL CONDITIONS OF CONTRACT

4. Drinking Water : In every workplace, there shall be provided and maintained at


suitable places, easily accessible to labour, a sufficient supply of cold water fit for
drinking.
Where drinking water is obtained from an intermittent public water supply, each
workplace shall be provided with storage where drinking water should be stored.
Every water supply storage shall be at a distance of not less than 15 meters from any
latrine, drain or other source of pollution. Where water has to be drawn from an
existing well, which is within such proximity of latrine, drain or any other source of
pollution, the well shall be properly chlorinated before water is drawn for drinking. All
such wells shall be entirely closed in and be provided with a trap door which shall be
dust and water proof.
A reliable pump shall be fitted to each covered well, the trap door shall be kept locked
and opened only for cleaning or inspection which shall be done at least once a month.
5. Washing and Bathing Places : Adequate washing and bathing places shall be provided
separately for men and women. Such places shall be kept in clean and drained
conditions.
6. Scale of accommodation in latrines and urinals : There shall be provided within the
precincts of every workplace, latrines and urinals in an accessible place and the
accommodation separately for each of these, shall not be less than at the following
scales:
No. of seats
(a) Where number of persons does not exceed 50 - 2
(b) Where number of persons exceeds 50 but does not exceed 100 - 3
(c) For additional persons - 3 per 100 or part thereof
In particular cases, the Engineer-in-Charge shall have the power to increase
the requirement, where necessary.
7. Latrines and Urinals : Except in workplaces provided with water flushed latrines
connected with a water borne sewage systems, all latrines shall be provided with
receptacies on dry earth system which shall be cleaned at least four times daily and at
least twice during working hours and kept in strictly sanitary condition. Receptacies
shall be tarred inside and outside at least once a year.
If women are employed, separate latrine and urinals screened from those for men and
marked in the vernacular in conspicuous letters “For Women Only” shall be provided
on the scale laid down in Rule 6. Those for men shall be similarly marked “For Men
Only”. A poster showing the figure of a man and a woman shall also be exhibited at
the entrance to latrines for each sex. There shall be adequate supply of water close to
latrines and urinals.

Page 127 of 164


GENERAL CONDITIONS OF CONTRACT

8. Construction of latrines : Inside walls shall be constructed of masonry or other non-


absorbent materials and shall be cement washed inside and outside at least once a
year. The dates of cement washing shall be noted in a register maintained for the
purpose and kept available for inspection. Latrines shall have at least thatched roof.
9. Disposal of excreta: Unless otherwise arranged for by the local municipal authority,
arrangement for proper disposal of excreta by incineration at the workplace shall be
made by means of a suitable incinerator approved by the local medical, health and
medical or cantonment authorities. Alternatively, excreta may be disposed off by
putting a layer of night soils at the bottom of pucca tank prepared for the purpose and
covering it with a 15 c.m. Layer of waste or refuse and then covering it with a layer of
earth for a fortnight (when it will turn into manure).

The Contractor shall, at his own expense, carry out all instructions issued to him by
the Engineer-in-charge to effect proper disposal of soil and other conservancy work in
respect of Contractor’s work people or employees at the site. The Contractor shall be
responsible for payment of any charges which may be levied by municipal or
cantonment authority for execution of such work on his behalf.
10. Provision of shelters during rest : At every workplace shall be provided, free of cost,
four suitable sheds, two for meals and two others for rest, separately for use of men
and women labour. Height of each shelter shall not be less than 3 meters from the
floor level to lowest part of roof, Sheds shall be kept clean and the space provided
shall be on the basis of at least 0.5 sq.m per head.
11. Creches : At a place at which 20 or more women workers are ordinarily employed,
there shall be provided at least one hut for use of children under the age of 6 years
belonging to such women. Huts shall not be constructed to a standard lower than that
of thatched roof, mud floor and wall with wooden planks spread over mud floor and
covered with matting.

Huts shall be provided with suitable and sufficient openings for light and ventilation.
There shall be adequate provision of sweepers to keep the places clean. There shall
be two dais in attendance. Sanitary utensils shall be provided to the satisfaction of
local medical, health and municipal or cantonment authorities. Use of huts shall be
restricted to children, their attendants and mothers of children.
Where the number of women workers is more than 25 but less than 50, the
Contractor shall provide at least one hut and one Dai to look after the children of
women workers.
Size of crèche(s) shall vary according to the number of women workers employed.
Creche(s) shall be properly maintained and necessary equipment like toys etc.
provided.

Page 128 of 164


GENERAL CONDITIONS OF CONTRACT

12. Canteen: A cooked food canteen on a moderate scale shall be provided for the benefit
of workers wherever it is considered necessary.

13. Planning, setting and erection of the above mentioned structures shall be approved by
the Engineer-in-charge and the whole of such temporary accommodation shall at all
time during the progress of the works be kept tidy and in a clean and sanitary
condition as per requirements of the local bodies and to the satisfaction of the
Engineer-in-charge and at the Contractor’s expense. The Contractor shall conform
generally to sanitary requirements of local medical, health and municipal or
cantonment authorities and at all time adopt such precautions as may be necessary to
prevent soil pollution of the site.
On completion of the Work, the whole of such temporary structures shall be cleared
away, all rubbish burnt, excreta or other disposal pits or trenches filled in and
effectively sealed off and the whole of site left clean and tidy to the entire satisfaction
of the Engineer-in-Charge and at the Contractor’s expense.

14. Anti-material precautions : The Contractor shall, at his own expense, conform to all
anti-material instructions given to him by the Engineer-in-Charge, including filling up
any burrow pits which may have been dug by him.
15. Enforcement: The Inspecting Officer mentioned in the Contractors’ Labour Regulations
or any other officer nominated in his behalf by the Engineer-in-charge shall report to
the Engineer-in-charge all cases of failure on the part of the Contractor and or his
sub-contractors to comply with the provisions of these Rules either wholly or in part
and the Engineer-in-charge shall impose such fines and other penalties as are
prescribed in the conditions.

16. Interpretations etc : On any question as to the application, interpretation of effect of


these Rules, the decision of the Chief Labour Commissioner or Deputy Chief Labour
Commissioner (Central) shall be final and binding.

17. Amendments: Government/Corporation may, from time to time, add to or amend


these rules and issue such directions as it may consider necessary for the proper
implementation of these Rules or for the purpose of removing any difficulty which may
arise in the administration thereof.

Page 129 of 164


GENERAL CONDITIONS OF CONTRACT

INSTRUCTIONS TO TENDERERS

1.0 Indian Oil Corporation Limited, a company registered in India under the Companies
Act, 1956, through its _____________(give the designation of the authority calling for
tenders) invites tenders under sealed covers from bona fide and experienced
CONTRACTORS of financial standing and reputation for the following job(s):
(a) name of work
(b) name of location

(c) unit/region/division etc.,(more specifically described in the Tender


Documents, upon the terms and conditions mentioned in the Tender
Documents.)
2.0 The Tender Documents shall consist of the following:
(i) Invitation to Tender
(ii) Instructions to the Tenderers

(iii) General Conditions of Contract


(iv) Special Conditions of Contract (including Scope of Work and Time Schedule)
(v) Special Instructions to Tenderers

(vi) Specifications
(vii) Plans (Exhibits to )
(viii) Drawings (Exhibits to )
(ix) Form of Contract
(x) Form of Tender (including formats annexed to the Form of Tender)
(xi) Form of Schedule of Rates

(xii) Addendum/Addenda to Tender Documents.


3.0 Price of Tender Documents
(a) The Price of Rs._______________ (Rupees__________) payable for the
Tender Documents is made up as follows:
Prices for use of Tender Document : Rs.__________________
Less paid by OWNER to tenderer by
way of adjustment to keep the Tender
offer open : Rs.__________________
Balance : Rs.__________________
(b) The price of the Tender Document is the net cost/price per set of Tender
Document, after accounting for the consideration paid by the OWNER to the

Page 130 of 164


GENERAL CONDITIONS OF CONTRACT

tenderer, for keeping the tenders valid for the prescribed period, and any
extension thereof.

4.0 Tender Instructions


4.1 Tender Documents shall remain the property of the OWNER. Not more than 2 (two)
copies of the Tender Documents will be issued to any one intending tenderer, unless
otherwise specified. The Tender Document issued to one party cannot be transferred
to or used by another without the specific written permission of the tender issuing
authority.
4.2 The Tender shall be completely filled in all respects and shall be tendered together
with requisite information and Annexures. Any tender incomplete in particulars shall
be liable to be rejected.
4.3 If the space in the Tender or any schedule or annexure thereof is sufficient, pages
shall be separately added. These shall be consecutively page numbered and also shall
carry the Tender Document numbered and shall be signed by the tenderer and
entered in the Index for the Tender.
4.4 (a) The Tender with one or more complete sets of the Tender documents, as
required, shall be enclosed in a sealed cover super scribed with name of work
and tender notice number and addressed and sent by registered post to the
Tender Receiving Authority specified in the Invitation to Tender, or put in the
Tender Box designated for the specific work located at the address specified
in the Invitation to Tender. In case tenders have been called for in two parts
separately viz., the technical and commercial part and the price part, these
two parts shall be put in two separate sealed covers super scribed ‘technical
commercial part” and “price part” respectively. Both the sealed covers
thereafter shall be then put inside another sealed cover, super scribed with
the name of the work, the tender notice number and date, due date for
receipt of tenders, the name of the Tenderer etc., and sent either by
registered post or dropped in the tender box designated for the purpose
located at the address specified in the Tender Document.
(b) Where two copies of Tender Documents have been called for, they should be
put in two separate envelopes duly marked as ‘original’ and ‘copy’. Both these
sealed envelopes should then be put together inside another sealed envelope,
suitably superscribed.
4.5 The sealed tenders must reach the address mentioned in tender document before the
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.

Page 131 of 164


GENERAL CONDITIONS OF CONTRACT

4.6 The Tenders shall be opened on the date and at the time specified in the Invitation to
Tender or as soon thereafter as convenient, in the presence of such tenderers as may
be present. Tenders not received in time may not be considered.
4.7 Tenderers shall set their quotations in firm figures and without qualifications or
variations or additions in the terms of Tender Documents. Tenders containing
qualifying expressions such as “subject to minimum acceptance” or “subject to prior
sale”, or any other qualifying expression or incorporating terms and conditions at
variance with the terms and conditions incorporated in the Tender Documents shall be
liable to be rejected.
4.8 The tenders, as submitted, shall consist of the following:
(i) Complete set of Tender Documents (including addenda, if any) duly filled in
and signed by the tenderers as prescribed in different clauses of the Tender
Documents.
(ii) Schedule of Rates in the Form of Schedule of Rates.
(iii) Earnest money amounting to and in the manners specified in Clause 5 hereof.
(iv) Power of Attorney or other proof of authority, in favour of the person who has
signed the tender (or copy thereof duly attested by a Gazetted Officer), as
required by Clause 4.13 hereof
(v) Income Tax Clearance Certificate (in the case of Indian Bidders)
(vi) Audited Balance Sheets for the last 3 (three) years.

(vii) Form of Tender


(viii) Information regarding tenderers in the form annexed to the Form of Tender
(ix) Information regarding the tenderer’s work of comparable nature in the form
annexed to the Form of Tender
(x) Information regarding construction, Organisation and equipment in the form
annexed to the Form of Tender.
(xi) Solvency certificate from a Scheduled bank in India or a reputed foreign Bank
acceptable to the OWNER
(xii) Declaration of Blacklisting in the prescribed format.
4.9 (a) The OWNER reserves the right to reject, accept or prefer any tender or to
abort time bidding process without assigning any reason whatsoever.
(b) Although ordinarily the lowest responsive bid amongst the bids submitted by
tenderers and considered by the OWNER as qualified and competent shall be
preferred, the OWNER reserves the right not to accept the lowest bid if in its
opinion, this would not be in time interest of the work.
(c) If time OWNER in its discretion considers that the interest of the work

Page 132 of 164


GENERAL CONDITIONS OF CONTRACT

requires a split, the OWNER may split the works between two or more
tenderers.

4.10 The tender shall be irrevocable up to the expiry of 4 (four) months from the date of
opening of tenders. In case of a 2 (two) bid system the 4 (four) month period shall
be reckoned from the date of opening of the techno-commercial.
4.11 Rates to be in Figures and Words:
The tenderer shall quote in English both in figures as well as in words the amount
tendered by him in the Form of Schedule of Rates forming part of the Tender
Documents, in such a way that interpolation is not possible. If the parties do not
quote both in figures and words properly and correctly, their tenders are liable to be
rejected. The amount for each item shall be worked out and entered and requisite
totals given of all items. The tendered amount for the work shall be entered in the
tender duly signed by the tenderer.
If some discrepancies are found between the rates given in words and figures of the
amount shown in the tender, the following procedure shall be applied:
(a) When there is a difference between the rates in figures and words, the rate
which corresponds to the amount worked out by the tenderer shall be taken
as correct.
(b) When the rate quoted by the tenderer in figures and words tallies but the
amount is Incorrect, the rate quoted by the tenderer shall be taken as correct.
(c) When it is not possible to ascertain the correct rate in the manner prescribed
above the rate as quoted in words shall be adopted.
4.12 Corrections and Alterations

Tenderers are required to fill in the Tender Documents with all due care, avoiding
cuttings/corrections/alteration / overwriting etc. in the entries, as far as possible. In
case corrections/alterations become unavoidable or inevitable, the entry to be
corrected, altered should be neatly cancelled or scored through by striking the entry
by drawing a line through it and making the revised/corrected entry as close to the
cancelled entry as possible, each such cancellation and correction/alteration being
clearly and unambiguously authenticated by the Tenderer by his full signatures.
Overwriting and/or erasing with or by the application of correcting/erasing fluid(s) will
not be permitted and shall render the Tender for rejection.
4.13 Signing of Tender
The tender shall contain the name, residence and place of business of the person(s)
making the tender and shall be signed by the tenderer with his usual signature.
Partnership firms shall furnish the full names of all partners in the tender and shall
annex a copy of Partnership deed to the tender. It shall be signed in the partnership

Page 133 of 164


GENERAL CONDITIONS OF CONTRACT

name by the partners or by a duly authorised representative followed by time name


and designation of the person signing. Tenders by Corporations shall be signed in the
name of the Corporation by a person duly authorised to do so.
(i) The person signing the tender shall state his capacity and also the source of
his ability to bind the tenderer. The power of attorney or authorisation or
other document constituting adequate proof of the ability of the signatory to
bind the tenderer shall be annexed to the tender. The OWNER may reject
outright any tender unsupported by adequate proof of the signatory’s
authority.
(iii) When a tenderer signs a tender in a language other than English, the total
amounts tendered should in addition be written in the same language. The
signature should be attested by at least one witness.
4.14 Witness :
Name, occupations and addresses of the Witnesses shall be stated below their
signature. Witnesses shall be persons of status.
4.15 All signatures in the Tender Documents shall be dated as well. All pages of all sections
of Tender Documents shall be initialed at the lower right hand corner or signed
Wherever required in the tender Documents by the tenderer or by a person holding
power of attorney authorising him to sign on behalf of the tenderer before submission
of tender.

4.16 Canvassing :
Canvassing in connection with tenders is strictly prohibited and the tenders submitted
by the tenderers who resort to canvassing shall be liable to rejection.

4.17 Past Experience


The tenderer shall enclose documents to show that he has previous experience in
having successfully completed in the recent past works of similar nature together with
the name of OWNER, location of sites and value of contract in the format annexed to
the Form of Tender. It shall be the responsibility of the Tenderers to fill complete,
correct and accurate information in line with the requirements/stipulations of the
Tender Document, regarding their past experience and other information required to
facilitate due evaluation/consideration of their tenders. In case any essential
information given by a bidder is found to be incorrect or a misrepresentation, the bid
is likely to be rejected as not responsive, and if the bid has resulted in a contract, the
contract is liable to be terminated pursuant to the provisions of Clause 7.0.1.0 of the
General Conditions of Contract with consequences of termination as provided in
Section 7 of the General Conditions of Contract.

Page 134 of 164


GENERAL CONDITIONS OF CONTRACT

4.18 P.F. Code Number to be furnished


The tenderer(s) shall indicate his/their P.F. Code Number in the Form of Information
about Tender annexed to time Form of Tender. In the absence of the same, the
tender shall be liable to be rejected.
4.19 Form of Earnest Money to be deposited:
A bank Guarantee may be accepted by the OWNER towards Earnest Money Deposit or
Initial Security Deposit or Security Deposit or otherwise, as the case may be, provided
the amount of such Bank Guarantee is not less than Rs. 1 (one) lakh. Such Bank
Guarantee shall be issued by a scheduled bank in India acceptable to the OWNER and
shall be strictly in the format prescribed by the OWNER for the specific purpose for
which the Bank Guarantee is required to be furnished.
4.20 (a) Each tenderer/bidder shall give a declaration in the prescribed format
annexed to the Form of Tender that he/it/they is/are not under any blacklist
declared by the OWNER or by any Department of the State or Central
Government or by any other Public Sector Organisation and that there is no
inquiry in respect of any corrupt or fraudulent practice pending against
him/it/them. In case he/it/they are under any such list, or any inquiry is
pending he/it/they shall in the declaration give full details thereof. Such
declaration in respect of a partnership firm or association of persons shall
cover every partner or member of the association, and in the case of
Company shall cover every Director and Principal Shareholder of the Company
and any Holding Company and/or Subsidiary Company(ies) if any.
(b) If a tenderer is on any such List or if any such inquiry is pending against it/
him/ them or if the Bidder makes a false declaration, the OWNER reserves the
right to reject the Bid, and if the Bid has resulted into a contract, the
contract is liable to be terminated pursuant to the provisions of Clause 7.0.1.0
of the General Conditions of Contract.
4.21 In case pre-qualification of potential bidders/tenderers had been undertaken earlier
and completed for the work, only bids from pre-qualified bidders will be considered for
evaluation and award of the contract. It shall be incumbent on the tenderer to submit
necessary evidence of having been pre-qualified for the particular job in question or
part thereof, by submitting copies of intimation received from the OWNER/consultant
intimating about their being pre qualified.
4.22 In case no pre-qualification of bidder/tenderers had been undertaken by the OWNER/
consultant, the tenderer shall include full details in support of their capacity, capability
and financial standing for taking up and completing time work successfully.
4.23 Each tenderer can submit only one tender bid for one package. The names of

Page 135 of 164


GENERAL CONDITIONS OF CONTRACT

specialized subcontractor(s) may, however, appear in different offers submitted by


different tenderers.

(a) It is clarified that a person shall he deemed to have submitted more than one
bid if a person bids in an individual or proprietorship format and/or in a
partnership or association of persons format and/o in a Company format.
(b) A company shall for this purpose include any artificial person whether
constituted under the laws of Indian or of any other country.
(c) A person shall be deemed to have bid in a partnership format or in association
of persons format if he is a partner of the firm which as submitted the bid or
is a member of any association of persons which has submitted a bid.
(d) A person shall be deemed to have bid in a Company format if, the person
holds more than 10% (ten percent) of the voting share capital of the
company which has submitted a bid, or is a Director of the Company which
has submitted a bid, or holds more than 10% (ten percent) of voting share
capital and/or is a Director of a holding Company which has submitted the
bid.
5.0 Earnest Money

5. 1 The tenderer shall, as a condition for the consideration of the tender, pay the sum
specified in Invitation to Tender in the manner specified therein. In the case of cash
deposit, he shall attach the official receipt with the tender. The tender is liable to be
rejected for failure to deposit money in the manner aforesaid or for failure to furnish
proof of having deposited earnest money along with the tender.
5.2 The Earnest Money of unsuccessful tenderer(s) shall be refunded without interest only
after the award of the work is finalised.
5.3 The Earnest Money deposited by a successful tenderer shall be forfeited if the
successful tenderer fails to deposit or furnish the requisite initial Security Deposit as
specified in the General Conditions of Contract and/or fails to commence work at each
job site within 10 (ten) days of handing over the job or any part thereof to him and/or
fails to execute the contract in accordance with the Form of Contract within 10 (ten)
days of receipt of Letter of Acceptance in this behalf from the OWNER or within such
extended period as may be permitted by the OWNER for the purpose.
5.4 (a) A tenderer who has submitted his/it/their bid shall not be permitted to alter/
amend or withdraw his/ it/ their bid after submission of bid, notwithstanding
that the bid(s) has/ have not yet been opened.
(b) A tenderer who purports to alter/modify or withdraw his/its/their bid/offer
after submission, within the period during which he/it/they promised to keep
his/ its/ their bid valid, shall be liable to have his/its/their tender rejected and

Page 136 of 164


GENERAL CONDITIONS OF CONTRACT

his/ its/ their Earnest Money deposit or Bank Guarantee submitted by way of
earnest money forfeited/ encashed.

(c) A bidder who offers unsolicited reduction in the price offer whether before or
after the opening of the price part of the tender(s)/bid(s) shall be liable to
have his/its/their bid(s) rejected. Bidders may, however, at any stage offer a
reduction if such reduction is solicited or if the OWNER gives the Bidder an
opportunity to offer such reduction.
6.0 Cost of Preparation and Submission of Bids
6.1 The tenderer shall prepare the tender at his/its/their own risk and shall bear all time
costs of preparing and submitting his/its/their tenders, as well as all other costs of
tendering for the work and the OWNER shall take no liability for these costs.
7.0 Addenda
7.1 Addenda to the Tender Documents may be issued prior to the date of opening of the
tender (and in the case of 2 (two) bid system, prior to the date of opening the price
part of the bid) to clarify documents or to reflect modifications in the design or
contract terms.
7.2 Such addendum(s) issued shall be distributed in duplicate, to each person or
Organisation to whom Tender Documents have been issued. Each recipient will retain,
one signed copy of such addenda(s) for submission along with his tender and return
one signed copy to the authority inviting tenders as acknowledgment of receipt of the
addendum. All such addendum(s) issued shall form part of Tender Documents.
8.0 Retired Company Directors
8.1 No Director of the OWNER is allowed to tender for a period of 2 (two) years after his
retirement from the employment of the OWNER, without the previous permission of
the OWNER. The Contract if awarded is liable to be cancelled if the tenderer is found
at any time to be such a person and has not obtained the permission of the OWNER
before submission of the tender. Any tender by a person aforesaid shall carry a
disclosure thereof on the tender, and shall be accompanied by a copy of the
document by which the requisite consent is given. Such disqualifications shall apply to
every partner of a partnership firm.
8.2 The tenderer is required to state whether he is a relative of any Director of the
OWNER, or whether the tenderer is a firm, whether a Director of the OWNER or
relative of such Director is a partner in the firm, or whether the tenderer is a
Company, whether a Director of the OWNER or relative of such Director is a
substantial member holding more than 10% (ten percent) of the paid up capital in the
Company, or a Director of the Company.

Page 137 of 164


GENERAL CONDITIONS OF CONTRACT

9.0 Quotations
9.1 The tenderer shall quote for the jobs on the basis of the items entered in the Form of
Schedule of Rates, and shall quote separately for each and every item(s) entered in
the Form of Schedule of Rates.
9.2 The prices quoted shall be all inclusive as proved, for in respect of Schedule of Rates
in the General Conditions of Contract and the OWNER shall not entertain any claim(s)
for enhancement of the price(s) on any account whatsoever.
10.0 Information
10.1 The information given in the Tender Documents and the plans and Drawings forming
part thereof is merely intended as a general information without undertaking on the
part of the OWNER as to their accuracy and without obligation relative thereto upon
the OWNER. The tenderers are expected to conduct their own surveys and
investigations as prior to tendering.
10.2 All information disclosed to the tenderers by way of the Tender Documents shall be
considered confidential and shall not be d disclosed to any party by the tenderers
except as may be necessary for carrying out the work. Where it is found that any
tenderer has violated and has disclosed sensitive and vital information impugning on
the security of the installation/national security, necessary action, as may be called
for, may be taken against the tenderer concerned in addition to his being liable to be
black listed and/or barred from participating in future bids.

10.3 The tenderer shall before tendering and shall be deemed before tendering to have
undertaken a thorough study of the proposed work, the job site(s) involved, the site
conditions, soil conditions, the terrain, the climatic conditions, the labour, power,
material and equipment availability and transport and communication facilities, the
availability and transport suitability or borrow areas, the availability of land for right of
way and temporary office and accommodations, quarters, and all other facts and
facilities necessary or relevant for the formulation of the tender, supply of materials
and the performance of the work. Without prejudice to the a foregoing, the tenderers
may be allowed access to any information regarding the site of the work, the
investigations conducted relative thereto, such as soil investigation etc. But, these
shall be only indicative in nature and the tenderers are expected to collect their own
data for preparation and submission of their tender. Any claim at a later date based
on either incorrectness or inadequacy of the information/data made available by the
OWNER/consultant to a tenderer shall not be entertained. The OWNER/Consultant
shall be fully absolved of any and all liabilities in this regard.

10.4 In case the OWNER/consultant decides to have a pre-bid conference to clarify any
issues, necessary intimation with adequate notice will be sent to the intending
tenderers. Brief summary of the queries raised by the attending tenderers and the

Page 138 of 164


GENERAL CONDITIONS OF CONTRACT

clarifications given by the OWNER / Consultant respect thereof; as well as any further
information which the OWNER/consultant choose to furnish to the tenderers, in the
form of Minutes of the Meeting or Addendum, which shall form a part of the Tender
Documents, unless otherwise specified.
10.5 All communication from the OWNER/consultant to the tenderers shall be sent by
speed post/courier as may be applicable. The tenderers must acknowledge each and
every communication sent by the OWNER/ consultant the duplicate copy or the Xerox
copy of the said communication duly signed by the Tenderer(s) in token of receipt.
Wherever feasible, communications may he sent by Fax/E-mail also followed by
confirmation copies by post.
10.6 The OWNER/Consultant may, at his discretion, call for technical/ commercial
clarification or any other clarifications required, from any Tenderer(s), in respect of
his/their tender(s).
10.7 The OWNER reserves the right to consider/evaluate only substantially responsive
tenders. A substantially responsive tender is one, which, in the opinion of the OWNER
(which shall be final amid binding on the Tenderer(s), substantially conforms to all the
terms, conditions, specifications and requirements of the Tender Document without
material deviations or reservations in respect of any of the following :
(a) Scope, quality or performance of the work;
(b) OWNER’s rights or the tenderers obligations under the contract as per the
tender documentation
(c) Such deviations the correction of which would affect the competitive position
of other tenders, who have submitted substantially responsive bids.

(d) Any tender unaccompanied by the earnest money in a form which is not
acceptable as per the Tender Documents, or falling short of the requirement
of the Tender Document, shall be liable for rejection.
10.8 Bidders are expected to bid strictly on the format and subject to the terms and
conditions specified in the Tender Documents. Any bid containing any deviation which
in the sole opinion of the OWNER is material, or which in the opinion of the OWNER
cannot be evaluated so as to place other bidders at a disadvantage, shall be liable to
have his/its/their bid rejected.
10.9 In case any bidder/tenderer considers it inevitable or unavoidable to make certain
deviations from requirements and stipulations of the Tender Document, such bidder/
tenderer shall bring out the same separately and prominently in a separate statement
enclosed with the tender (or techno-commercial part of the tender in case of two part
tenders) so as to make it prominently noticeable by the authority opening the tender.
Such a statement should clearly indicate the particular page number, clause, or

Page 139 of 164


GENERAL CONDITIONS OF CONTRACT

section of the Tender Document deviated from, the scope and extent of the deviations
and explanation as to why the said deviation is considered inevitable or unavoidable in
the view of the tenderer.
11.0 Collusive or Fraudulent Tenders :
11.1 In case it appears to the OWNER, after examining the tenders received, that any 2
(two) or more tenders are collusive or otherwise manipulated to the disadvantage of
the OWNER and against the spirit of ethical competition, the OWNER reserves the
right to summarily reject such tenders. It shall not be incumbent on the OWNER to
prove any collusion or other malpractice in this regard.
12.0 Signing of the Contract :
12.1 The successful tenderers shall be required to execute a formal contract in accordance
with the Form of Contract within 10 (ten) days from the date of receipt of Letter of
Acceptance from the OWNER, or such extended time as may be permitted by the
OWNER for the purpose to do so.

For and on behalf of


Indian Oil Corporation Ltd.
(Marketing Division)

Page 140 of 164


GENERAL CONDITIONS OF CONTRACT

PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING

In the case of a Proprietary Concern :


I hereby declare that neither I in my personal name or in the name of my Proprietary concern
M/s. ________________________ which is submitting the accompanying Bid/Tender nor any
other concern in which I am proprietor nor any partnership firm in which I am involved as a
Managing Partner have been placed on black list or holiday list declared by Indian 0il
Corporation Ltd. or its Administrative Ministry (presently the Ministry of Petroleum & Natural
Gas), except as indicated below :

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

In the case of a Partnership Firm :


We hereby declare that neither we, M/s. _________________ , submitting the accompanying
Bid/Tender nor any partner involved in the management of the said firm either in his
individual capacity or as proprietor or managing partner of any firm or concern have or has
been placed on blacklist or holiday list declared by Indian Oil Corporation Ltd. or its
Administrative Ministry (presently the Ministry of Petroleum & Natural Gas), except as
indicated below

(Here give particulars of blacklisting or holiday listing and in the absence thereof state “NIL”)

In the case of Company:


We hereby declare that we have not been placed on any holiday list or black list declared by
Indian Oil Corporation Ltd. or its Administrative Ministry (presently the Ministry of petroleum
and Natural Gas), except as indicated below:

(Here give particulars of black listing or holiday listing and in the absence thereof state “NIL”)

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

Place : Signature of Bidder: _____________


Date : Name of Signatory:______________

Page 141 of 164


GENERAL CONDITIONS OF CONTRACT

EQUIPMENT QUESTIONNAIRE
(To be furnished with the Tender)

The tenderer shall specify in the form given below the list of equipment owned by the
tenderer which shall be used for the work if awarded to the tenderer.

Type Number Make Capacity Location Owner

Signature of Tenderer

Name and Address of the Tenderer

Page 142 of 164


GENERAL CONDITIONS OF CONTRACT

EXPERIENCE QUESTIONNAIRE
(To be furnished with Tenderer)

The Tenderer has completed the following similar Construction Projects in the last five years :

Type Owner Value Year completed

Signature of Tenderer
Name and Address of the Tenderer

Page 143 of 164


GENERAL CONDITIONS OF CONTRACT

FORM OF TENDER
(To be filled up by the Tenderer)
For Price Bid
Serial No. - Date:
From
_____________________
_____________________
_____________________

To -
Indian Oil Corporation Ltd.
(Refineries/Pipelines Division)
______________Refinery/Project .

Tender No.___________________________________________________

Dear Sirs,

Having examined the Tender Documents consisting of the Short Tender Notice, General
Instructions to Tenderers, General Conditions of Contract, Special Instructions to tenderers,
Special Conditions of Contract, Specifications, Plans (Exhibits __________to __________),
Drawings (Exhibits _______ to _________)Time Schedule, Form of Contract, Form of Tender,
Form of Schedule of Rates, and Addendum(a) to the Tender Documents, and having
understood the provisions of the said Tender Documents and having thoroughly studied the
requirements of Indian Oil Corporation Ltd. relative to the work tendered for in connection
with the _______________ (Name of the Refinery/Project) and having conducted a thorough
study of the job site(s) involved, the site conditions, soil conditions, the climatic conditions,
labour, power, water, material and equipment availability, the transport and communication
facilities, the availability and suitability of borrow areas, the availability of land for right of
way and temporary office accommodation and quarters aid all other facilities and things
whatsoever necessary for or relative to the formulation of the tender of the performance of
work, I/we hereby submit my/our tender offer for the performance of proposed work in
accordance with the terms and conditions and within the time mentioned in the Bid
Documents at the rate(s) quoted by me/us in the accompanying Schedule of Rates based on
the Form of Schedule(s) of Rates included within the Tender Documents and arrived at a total
contract value of Rs._____________ (Rupees __________________________ only) based on
an application of the rates tendered in the accompanying Schedule(s) of Rates to the relative
quantities indicated in the Form Schedule(s) of Rates forming part of the Tender Documents.

Page 144 of 164


GENERAL CONDITIONS OF CONTRACT

If the work or any part thereof is awarded to me/us, I/We undertake to perform the work in
accordance with the Contract Documents as defined in the Form of Contract forming part of
the Tender Documents and accept the terms and conditions of Contract as laid down therein
and undertake within 10 (ten) days of receipt of acceptance of Tender to pay to and/or
deposit with the Accounts Officer, ______________ (Name of the Refinery/Project) Indian Oil
Corporation Ltd. (Refineries/Pipelines Division) a sum which together with the amount of
earnest money deposited by me/us in terms hereof, shall make 2½% (two and one-half
percent) of total contract value as specified in the Acceptance of tender for the purpose of
security deposit, by any one or more of the modes of payments specified in this behalf in the
General Conditions of Contract, and to commence work at each job site(s) involved within 10
(ten) days of handing over the job site or any part thereof to me/us, and to sign the formal
Contract in the terms of the form of contract forming part of Tender Documents, within 10
(ten) days of receipt of Letter of Acceptance from and on behalf of Indian Oil Corporation Ltd,
in this behalf failing which Indian Oil Corporation Ltd., shall be at liberty, without reference to
me/us and without prejudice to any of its rights or remedies, to terminate the Contract and/or
to forfeit the earnest money deposited in terms hereof.

In consideration of the sum of Rupee.1/- (Rupee one) only paid to me/us by Indian Oil
Corporation Ltd., by adjustment in the price of Tender Documents, I/We further undertake to
keep my/our this tender offer open for a period of not less than 4 (four) months from the
scheduled date of opening of Tenders as specified in the General Instructions to Tenderer
forming part of the Tender Documents.

I/We have annexed to this Bid the following documents:


(i) Schedule of Rates in the prescribed Form.
(ii) Original Power of Attorney or other proof of authority of the person who has signed
the Tender OR copy of Power of Attorney or other authority duly certified by a
Gazetted Officer or a Notary Public in proof of authority of the person who has signed
the Tender.

I/We hereby undertake that the statements made herein/information given in the Annexures
referred to above are true in all respects and that in the event of any such statement or
information being found to be incorrect in any particular, the same may be construed to be a
misrepresentation entitling Indian Oil Corporation Ltd. to avoid any resultant contract.

Page 145 of 164


GENERAL CONDITIONS OF CONTRACT

I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for
its inspection, original(s) of the document(s) of which copies have been annexed hereto.

[Signature(s) of the Tenderer(s)]

Name & Designation of authorised person

signing the Tender on behalf of the Tenderer (s)

Full Name and address of the Bidder(s)

Witness :

Signature :

Name :

Occupation :

Page 146 of 164


GENERAL CONDITIONS OF CONTRACT

FORM OF TENDER
(To be filled up by the Tenderer)
For Commercial Bid

Serial No. Date:

From
_____________________
_____________________
_____________________
To
Indian Oil Corporation Ltd.
(Refineries/Pipelines Division)
___________Refinery/Project

Tender No. ______________________________________

Dear Sirs,

Having examined the Tender Documents consisting of the Tender Notice, General Instructions
to Tenderers, General Conditions of Contract, Special Instructions to Tenderers, Special
Conditions of Contract, Specifications, Plans (Exhibits _____________ to __________),
Drawings (Exhibits _______ to __________ ) Time Schedule, Form of Contract, Form of
Schedule of Rates, and Addendum(a) to the Tender Documents, and having understood the
provisions of the said Tender Documents and having thoroughly studied the requirements of
Indian Oil Corporation Ltd. relative to the work tendered for in connection with the
__________________________(Name of the Refinery/Project) and having conducted a
thorough study of the job site(s) involved, the site conditions, soil conditions, the climatic
conditions, labour, power, water, material and equipment availability, the transport and
communication facilities, the availability and suitability of borrow areas, the availability of land
for right of way and temporary office accommodation and quarters and all other facilities and
things whatsoever necessary for or relative to the formulation of the tender or the
performance of work, I/we hereby submit my/our tender offer for the performance of
proposed work in accordance with the terms and conditions and within the time mentioned in
the Tender Documents.
In consideration of the sum of Rupee 1/- (Rupee one) only paid to me/us by Indian Oil
Corporation Ltd., by adjustment in the price of Tender Documents, I/We further undertake to

Page 147 of 164


GENERAL CONDITIONS OF CONTRACT

keep my/our this tender offer open for a period of not less than 4 (four) months from the
scheduled date of opening of Tenders as specified in the General Instructions to Tenderers
forming part of the Tender Documents.
I/We hereby further state that I/We/None of us (in the case of partnership firm) and none of
our Directors (in the case of a Company) was/were employed as Directors of Indian Oil
Corporation Ltd., during the period of 2 (two) years immediately preceding the date hereof OR
I/We hereby declare that I/Shri ____________________one of our partners (in the case of
partnership firm/Directors in the case of a Company) was employed as a Director in Indian Oil
Corporation Ltd., during the period of 2 (two) years immediately.
Preceding the date hereof and that I/Shri ______________________ have/has obtained
previous permission of Indian Oil Corporation Ltd. to make this tender.

I/We have annexed to this Bid the following documents:

(i) Schedule of Rates in the prescribed form.


(ii) Original Power of Attorney or other proof of authority of the person who has signed
the Tender OR copy of Power of Attorney attested by a Gazetted Officer or a Notary
Public in proof of the authority of the person who has signed the Tender.
(iii) Original Income-tax Clearance Certificate OR copy of Income-Tax Clearance Certificate
duly attested by a Gazetted Officer/Notary Public.
(iv) Information regarding tenderer in the form annexed to the Form of Tender.
(v) Information regarding experience of the tenderer in the performance of work of a
comparable nature in the form annexed to the Form of Tender.

(vi) Information regarding construction Organisation and equipment in the form annexed
to the Form of Tender.
(vii) Solvency Certificate from a Nationalised/Scheduled Bank.

(viii) Set of Tender Documents, as issued duly signed.


(ix) Additional Documents as listed below.

I/We hereby undertake that the statements made herein/information giver in the Annexures
referred to above are true in all respects and that in the event of any such statement or
information being found to be incorrect in any particular, the same may be construed to be a
misrepresentation entitling Indian Oil Corporation Ltd. to avoid any resultant contract.

I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for
its inspection, original(s) of the document(s) of which copies have been annexed hereto.

Page 148 of 164


GENERAL CONDITIONS OF CONTRACT

I/We confirm having deposited Earnest Money of Rs.___________ (Rupees ______________


________________________________)
as detailed hereunder (Strike off whichever is not applicable)

(Signature(s) of the Tenderer(s))

Name & Designation of authorised person


signing the Tender on behalf ofthe Tenderer (s)
Full Name and address of the Bidder(s)

Witness :

Signature :

Name :

Occupation :

Name & Designation of authorized person signing


the Tender on behalf of the Tenderer (s)

Full Name and address of the Bidder(s)


Witness :
Signature :

Name :

Occupation :

Page 149 of 164


GENERAL CONDITIONS OF CONTRACT

INFORMATION ABOUT TENDERER


(To be furnished with Tender)

1. In case of Individual
1.1 Name of Business
1.2 Whether his business is registered
1.3 Date of Commencement of business:
1.4 Whether he pays Income Tax over Rs.10,000/- per year:

1.5 Whether he is a Director or is related to any Director of 100 present or


retired within the past 2 years
1.6 Permanent Account Number:
1.7 What are his profits/losses for the past 3 (three) years with a copy of Balance
Sheet and Profit & Loss Account for the past 3 (three) years with a copy of
the audited balance sheets and Profit & Loss account for the past 3 (three)
years
1.8 What are his concurrent job commitments
1.9 How does he propose to finance the work if awarded to him:

2. In case of Partnership
2.1 Name of Partners:
2.2 Whether the partnership is registered
2.3 Date of establishment of firm
2.4 If each of the partners of the firm pays Income tax over Rs. 10,000/- a year
and if not, which of them pays the same.

2.5 Whether any partner of the firm is a Director or is related to any Director
of IOC, present or retired within the past 2 years.
2.6 Permanent Account Number

2.7 What are the firm’s profits/losses for the past 3 (three) years with a copy
of Balance Sheet and Profit & Loss Account for the past 3 (three) years
2.8 What are the firm’s concurrent job commitments

2.9 How does the firm propose to finance the work if awarded to him
3. In case of Limited Company or Company Limited by Guarantees:
3.1 Amount of paid up capital

3.2 Name of Directors


3.3 Date of Registration of Company

Page 150 of 164


GENERAL CONDITIONS OF CONTRACT

3.4 Copies of the Balance Sheet of the company of the last two years
3.5 Whether any of the Directors of the Company is a Director or is related to
any Director of IOC, present or within the past 2 years
3.6 Permanent Account Number
3.7 What are the Company’s profits/losses for the past 3 (three) years with a copy
of the audited Balance Sheet for the past 3 (three) years.
3.8 What are the company’s concurrent job commitments.
3.9 How does the Company propose to finance the work if awarded to it:

FOOT NOTE : Reference is also invited to Clause 9.0 of General Instructions to the
Tenderers forming part of GCC.

Signature of Tenderer

Name & Address of the Tenderer

Page 151 of 164


GENERAL CONDITIONS OF CONTRACT

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”.
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,

Page 152 of 164


GENERAL CONDITIONS OF CONTRACT

the OWNER shall pay CONTRACTOR compensation as specified in the Contract


documents upon the satisfactory completion of the work and/or otherwise as may be
specified in the Contract documents.
ARTICLE - 4
JURISDICTION
4.1 Notwithstanding any other court or courts having jurisdiction to decide the question(s)
forming the subject matter of the reference if the same had been the subject matter
of a suit, any and all actions and proceedings arising out of or relative to the contract
(including any arbitration in terms thereof) shall lie only in the court of competent civil
jurisdiction in this behalf at _________________ (where 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
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.

Page 153 of 164


GENERAL CONDITIONS OF CONTRACT

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. ___________________________
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)

Page 154 of 164


GENERAL CONDITIONS OF CONTRACT

BANK GUARANTEE IN LIEU OF


EARNEST MONEY DEPOSIT

BG NO:______________
DATED:______________
VALID UPTO:__________

To,
Indian Oil Corporation Limited
(Marketing Division)
Address:

Dear Sirs,

In consideration of Indian Oil Corporation Limited (MARKETING Division) (hereinafter called


‘the Corporation” which expression shall include its successors and assigns), having agreed
interalia to consider the tender of ___________ (Name of the Tenderer) ___________having
its Head Office/ Registered Office at _________ (Address of the Tenderer)__(hereinafter
called the “Tenderer” which expression shall include its successors and assigns), for the work
of _____________(Name of the Project /Work)______ at ___________________ to be
awarded under Tender No._______ upon the Tenderer furnishing an undertaking from the
Bank as hereinafter appearing in lieu of cash deposit of the Earnest Money.
We (Name of the Bank) _____________________ a Bank constituted/ Registered under the
____ Act having our Head Office/Registered Office at ______________________ (hereinafter
called the “Bank” which expression shall include its successors and assigns), at the request of
the Tenderer and with the intent to bind the Bank and its successors and assigns do hereby
unconditionally and irrevocably undertake to pay the Corporation at New Delhi forthwith on
first demand without protest or demur or proof or satisfaction or condition and without
reference to the Tenderer, all sums payable by the Tenderer as and by way of Earnest Money
to the Corporation, upto an aggregate limit of (Amount in figures and words).
AND THE BANK DOTH HEREBY FURTHER AGREES AS FOLLOWS:
1. This Guarantee/Undertaking shall be a continuing guarantee and shall remain in full
force and effect for all claims or demands made by the Corporation on the Bank until
the Corporation discharges this Guarantee/Undertaking subject, however, that the
Corporation shall have no claims under this Guarantee/undertaking after the midnight
of 200_ or any written extension(s) thereof.
PROVIDED that if the aforesaid work tendered for or any part thereof shall be
awarded to the Tenderer on or before the said date, whether on the basis of
accompanying tender or any other basis, then the validity of this guarantee/

Page 155 of 164


GENERAL CONDITIONS OF CONTRACT

undertaking shall stand automatically extended for all claims and demands made by
the Corporation for further three months.

2. The Corporation shall have the fullest liberty without reference to the Bank and
without affecting in any way the liability of the Bank under this Guarantee/undertaking
at any time and/or from time to time any wise to postpone and/or vary any of the
powers, rights, and obligations exercisable by the Corporation against the Tenderer
and either to enforce or to forbear from enforcing all or any of the terms and-
conditions of or governing the said Tender and/or any contract consequent upon any
award of work or the said Earnest Money Deposit or the securities available to the
Corporation or any of them 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 any other act, matter or thing
whatsoever which under law relating to the sureties or otherwise which could, but for
this provision have the effect of releasing the Bank from all or any of its obligations
hereunder or any part thereof, and the Bank specifically waives any and all contrary
rights whatsoever.

3. It shall not be necessary for the Corporation to proceed against the Tenderer before
proceeding against the Bank and the Guarantee/Undertaking herein contained shall be
enforceable against the Bank as principal debtor notwithstanding the existence of any
other undertaking or security for any indebtedness of the Tenderer to the Corporation
and notwithstanding that any such security shall at the time when claim is made
against the Bank or proceedings taken against the Bank hereunder, be outstanding or
unrealised.
4. The amount stated by the Corporation in any demand, claim or notice made with
reference to this 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.
5. 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
dispute between the Tenderer and the Corporation, the Tenderer and the Bank and/or
the Bank and the Corporation or otherwise howsoever touching these Presents or the
liability of the Tenderer to the Corporation, and notwithstanding the existence of any
instructions or purported instructions by the Tenderer 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 existing of such difference, dispute
or instructions, the Bank shall be and remain liable to make payment to the
Corporation in terms thereof.

Page 156 of 164


GENERAL CONDITIONS OF CONTRACT

6. This Guarantee/Undertaking shall not be determined or affected by the liquidation or


winding up or dissolution or change of constitution or insolvency of the Tenderer or
any change in the legal constitution of the Bank or the Corporation.
7. Without prejudice to any other mode of service, a demand or claim or other
communication may be transmitted by the Corporation to the Bank either by post or
by fax. If transmitted by fax, the transmission shall be complete as soon as
acknowledged by bank.
8. Notwithstanding anything contained herein:
(i) The Bank’s liability under this guarantee/undertaking shall not exceed
(Amount in figures & words):
(ii) This guarantee/undertaking shall remain in force upto ____________ and
any extension(s) thereof; and
(iii) 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.

The Bank doth hereby declare that Shri _________________ who is authorised to sign this
Guarantee/Undertaking on behalf of the Bank and to bind the Bank thereby.

This ______ day of ____ 20____


Yours
faithfully

Signature:___________________
Name & Designation:____________
Name of the Branch:___________

Page 157 of 164


GENERAL CONDITIONS OF CONTRACT

FORM OF BANK GUARANTEE


IN LIEU OF SECURITY DEPOSIT/INITIAL SECURITY DEPOSIT

BG NO:_________________
DATED:_____________
VALID UPTO:_____________
To,
INDIAN OIL CORPORATION LIMITED

(MARKETING DIVISION)
Address:

Dear Sirs,

In consideration of Indian Oil Corporation Limited (Marketing Division) (hereinafter called “the
Corporation” which expression shall include its successors and assigns), having awarded
certain work for and relative to __________________(Name of the Project/Work) to ______
________________ (Name and address of the Contractor) (hereinafter called “the Contractor”
which expression shall include its successors and assigns), upon certain terms and conditions
inter-alia mentioned in the Corporation’s Letter of Acceptance No. ______________
_____________ dated _________________read with the relative Tender Documents
(hereinafter collectively called “the Contract”, which expression shall include any formal
contract entered into between the Corporation and the Contractor in supersession of the said
Letter of Acceptance and all amendments and/or modifications in the contract) inclusive of the
condition that the Corporation may accept a Bank Guarantee/Undertaking of a Scheduled Bank
in India in lieu of Cash Deposit of the Initial Security Deposit as provided for in General
Conditions of Contract forming part of the said Tender Documents:
We __________________________ (Name of the Bank), a body registered/constituted
________under the ___________________ Act, having our Registered Office/Head Office
at:_____________________ (hereinafter called “the Bank” which expression shall include its
successors and assigns), at the request of the Contractor and with the intent to bind the Bank
and its successors and assigns, do hereby unconditionally and irrevocably undertake to pay to
the Corporation at New Delhi forthwith on first demand without protest or demur or proof or
satisfaction and without reference to this guarantee upto an aggregate limit of Rs.______
(Rupees _______________ only).
AND the Bank doth hereby further agrees as follows :-
i. This Guarantee/Undertaking shall be a-continuing guarantee and shall remain valid

Page 158 of 164


GENERAL CONDITIONS OF CONTRACT

and irrevocable for all claims of the Corporation upon the Bank made up to the
midnight of ______________ provided that the Bank shall upon the written request of
the Corporation made upon the Bank at any time within 6 (six) months from the said
date extend the validity of the 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.
ii. The Corporation shall have the fullest liberty without reference to the Bank and
without affecting in any way the liability of the Bank under this Guarantee/
undertaking at any time and/or from time to time to amend or vary the Contract
and/or any of the terms and conditions thereof or relative to the said initial Security
Deposit or to extend time for performance of the said Contract 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 forbear from enforcing any of the terms and
conditions of or governing the said Contract or the said Initial Security Deposit or the
securities available to the Corporation or any of them 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
the 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 contrary rights whatsoever.

iii) The obligations of the Bank to the Corporation hereunder shall be as principal to
principal and shall be wholly independent of the contract 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 or unrealised.
iv) The amount stated by the Corporation in any demand, claim or notice made with
reference to this 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

Page 159 of 164


GENERAL CONDITIONS OF CONTRACT

Corporation hereunder.
v) 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
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 instruction, the Bank shall
be and remain liable to make payment to the Corporation in terms hereof.
vi) 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.
vii) 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.
viii) Notwithstanding anything contained herein:
(a) The Bank’s liability under this guarantee/undertaking shall not exceed
(Amount in figures & 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.
ix) The Bank doth hereby declare that Shri (Name of the person signing on behalf of the
Bank) who is _______________ (his designation), is authorised to sign this
undertaking on behalf of the Bank and to bind the Bank hereby.
Dated this ________ day of _____ 200 .
Yours faithfully,

Signature: ______________________
Name & Designation:______________
Name of the Branch:_______________

Page 160 of 164


GENERAL CONDITIONS OF CONTRACT

FORM OF BANK GUARANTEE TO


COVER LUMPSUM ADVANCE (MOBILISATION)

BG NO:_______________
DATED:_______________
VALID UPTO___________

INDIAN OIL CORPORATION LIMITED


(MARKETING DIVISION)
Address:

Dear Sirs,

WHEREAS Indian Oil Corporation Limited (hereinafter called “the Corporation” which
expression shall include its successor and assigns) has awarded to ___________(Name &
Address of the Contractor) hereinafter called “the Contractor” which expression shall include
its successors and assigns) the work (Name of the Project/ Work) _______________
__________ under and in terms of a Contract as evidenced by a Letter of Acceptance No.____
_____________ dated___________ issued by the Corporation to the Contractor read with the
relevant Tender Documents (hereinafter collectively called “the Contract” which expression
shall-include any formal contract entered into between the Corporation and the Contractor in
super session of the said Letter of Acceptance and all amendments and/or modifications
therein or in the terms of the said advance as herein stipulated)
AND WHEREAS the Corporation has agreed to advance the Contractor, inter-alia, a sum of
Rs._______ (Rupees______________________________________ only) (hereinafter called
“the said Advance”), upon the condition, inter-alia, that the said Advance together with
interest thereon at the rate of _____% ( percent) per annum on the amount of the said
Advance for the time being outstanding shall without prejudice to any other mode of recovery
available to the Corporation be recoverable by the Corporation by deduction from the gross
accepted amount of any Running Account Bills and the Final Bill of the Contractor commencing
from the first Running Account Bill of the Contractor, and meanwhile, the said Advance shall
be secured by an undertaking from a Bank as hereinafter appearing.
We ____ (Name of the Bank), a body registered/constituted under the
__________________ Act, having Registered Office/Head Office at _____________________
(hereinafter called the “Bank” which expression shall include its successors and assigns), at
the request of the Contractor and with the intent to bind the Bank and its successors and

Page 161 of 164


GENERAL CONDITIONS OF CONTRACT

assigns, do hereby unconditionally and irrevocably undertake to pay the Corporation at New
Delhi forthwith on first demand without protest or demur or proof or satisfaction and without
reference to the Contractor, any and all amounts demanded from us by the Corporation with
reference to this Undertaking upto an aggregate limit of Rs. _____________ (Rupees
_____________only) and interest thereon at the rate hereinabove provided.
AND the Bank doth hereby further agrees as follows : -
i) This Guarantee/Undertaking shall be a continuing guarantee and shall remain valid
and irrevocable for all claims of the corporation upon the Bank made up to the
midnight of_____________ provided that the Bank shall upon the written request of
the Corporation made upon the Bank at any time within 6 (six) months from the said
date extend the validity of the 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.

ii) The Corporation shall have the fullest liberty without reference to the Bank and
without affecting in any way the liability of the Bank under this guarantee/
undertaking, at any time and/or from time to time to amend or vary the contract and/
or any of the terms and conditions thereof or relative to the said Advance and/or to
extend time for performance of the said contract in whole or part and/or payment of
the said Advance in whole or part or to postpone for any time and/or from time to
time any of the said obligations of the Contractor and or the rights, remedies or
powers exercisable by the Corporation against the Contractor and either to enforce or
forbear from enforcing any of the terms and conditions of or governing the said
Contract and/or the said Advance, or the securities, available to the Corporation and
the Bank shall not be released from its liability under these Presents and the liability of
the Bank 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 the- Corporation or any indulgence by the Corporation to the
Contractor or of any other act, matter or thing whatsoever which under any law could
(but for this 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
contrary rights whatsoever.
iii) The obligations of the Bank to the Corporation hereunder shall be as principal to
principal and shall be wholly independent of the Contract 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 as Principal debtor notwithstanding the existence of any undertaking or security

Page 162 of 164


GENERAL CONDITIONS OF CONTRACT

for any indebtedness of the Contractor to the Corporation (including relative to the
said Advance) 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 or unrealised.
iv) As between the Bank and the Corporation for the purpose of this undertaking, the
amount stated in any claim, demand or notice made by the Corporation on the Bank
with reference to this undertaking shall be final and binding upon the Bank as to be
the amount payable by the Bank to the Corporation hereunder.
v) The liability of the Bank to the Corporation under this undertaking shall remain in full
force and effect notwithstanding the existence of any difference or dispute between
the Contractor and the Corporation, the Contractor and/or the Bank and/or the Bank
and the Corporation or otherwise howsoever touching or affecting these presents or
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 instruction, the Bank shall be and remain liable to make payment to the
Corporation in terms hereof.
vi) This undertaking shall not be determined or affected by any change in the constitution
of the Bank or that of the Contractor or the Corporation or any irregularity in the
exercise of borrowing powers by or on behalf of the Contractor
vii) Without prejudice to any other mode of service, a demand or claim or other
communication may be transmitted by the Corporation to the Bank either by post or
by fax. If transmitted by fax, the transmission shall be complete as soon as
acknowledged by bank.
viii) Notwithstanding anything contained herein: -
(i) The Bank’s liability under this Guarantee/undertaking shall not exceed
(Amount in figures & words):
(ii) This guarantee/undertaking shall remain in force upto _________ and any
extension(s) thereof; and
(iii) 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
9uarantee/undertaking has been extended.

Page 163 of 164


GENERAL CONDITIONS OF CONTRACT

The Bank doth hereby declare that Shri ___________________ who is the
____________ (designation) of the Bank is authorised to sign this Undertaking on
behalf of the Bank and to bind the Bank thereby.

Yours faithfully,

Signature: ____________________
Name:_________________________
Designation &. Name of the Branch:
_____________________________

Dated : ______________

Page 164 of 164


Annexure B

Appendix III
Safety Practices
During
Construction
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

SAFETY PRACTICES DURING CONSTRUCTION


1.0 INTRODUCTION

Safety in Construction Management deserves utmost attention especially in the hydrocarbon


industry, such as Exploration, Refineries, Pipelines and Marketing installations, Gas Processing
units etc. Construction is widely recognised as one of the accident prone activities. Most of the
accidents are caused by inadequate planning, failure during the construction process and/or
because of design deficiencies. Besides property loss, accidents also result in injuries and
fatalities to the personnel; same needs to be prevented.
The reasons for accidents during construction activities are related to unique nature of the
industry, human behaviour, difficult work-site conditions, extended odd duty hours, lack of training
& awareness and inadequate safety management. Unsafe working methods, equipment failure
and improper housekeeping also tend to increase the accident rate in construction.
Ensuring good quality of materials, equipment and competent supervision along with compliance
of standard engineering practices shall go a long way to in built safety into the system.
The objective of this standard is to provide practical guidance on technical and educational
framework for safety and health in construction with a view to:
(a) prevent accidents and harmful effects on the health of workers arising from employment
in construction;
(b) ensure appropriate safety during implementation of construction;
(c) provide safety practice guidelines for appropriate measures of planning, control and
enforcement.
1.0 SCOPE

This document specifies broad guidelines on safe practices to be adhered to during construction
activities in oil industry. However, before commencing any job, specific hazards and its effects
should be assessed and necessary corrective/preventive actions should be taken by all
concerned. The document is intended only to supplement and not to replace or supersede the
prevailing statutory requirements, which shall also be followed as applicable. For Personal
Protective Equipment, OISD-STD-155 (Part I&II) shall be referred to. The scope of this document
does not include the design aspects and quality checks during construction.
2.0 DEFINITIONS

Definitions of various terminology are given below:

• Adequate, appropriate or suitable are used to describe qualitatively or quantitatively the


means or method used to protect the worker.

• Brace: A structural member that holds one point in a fixed position with respect to another
point; bracing is a system of structural members designed to prevent distortion of a structure.

• By hand: The work is done without the help of a mechanised tool.

• Competent Authority: A stautory agency having the power to issue regulations, orders or
other instructions having the force of law.

• Competent person: A person possessing adequate qualifications, such as suitable training


and sufficient knowledge, experience and skill for the safe performance of the specific work.
The competent authorities may define appropriate criteria for the designation of such persons
and may determine the duties to be assigned to them.

• Execution agency:
Any physical or legal person, having contractual obligation with the owner, and who employs
one or more workers on a construction site

Page 1 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

• Owner:
Any physical or legal person for whom construction job is carried out.
It shall also include owner's designated representative/consultant/nominee/agent, authorised
from time to time to act for and on its behalf, for supervising/ coordinating the activities of the
execution agency.

• Hazard: Danger or potential danger.

• Guard-rail: An adequately secured rail erected along an exposed edge to prevent persons
from falling.

• Hoist: A machine, which lifts materials or persons by means of a platform, which runs on
guides.

• Lifting gear: Any gear or tackle by means of which a load can be attached to a lifting
appliance but which does not form an integral part of the appliance or load.

• Lifting appliance: Any stationary or mobile appliance used for raising or lowering persons or
loads.

• Means of access or egress: Passageways, corridors, stairs, platforms, ladders and any other
means for entering or leaving the workplace or for escaping in case of danger.

• Scaffold: Any fixed, suspended or mobile temporary structure supporting workers and
material or to gain access to any such structure and which is not a lifting appliance as defined
above.

• Toe-board: A barrier placed along the edge of a scaffold platform, runway, etc., and secured
there to guard against the slipping of persons or the falling of material.

• Worker: Any person engaged in construction activity.

• Workplace: All places where workers need to be or to go by reason of their work.


3.0 GENERAL DUTIES
4.1 GENERAL DUTIES OF EXECUTION AGENCIES

3.1.1 Execution agency should:

i) provide means and organisation to comply with the safety and health measures required
at the workplace.
ii) provide and maintain workplaces, plant, equipment, tools and machinery and organise
construction work so that, there is no risk of accident or injury to health of workers. In
particular, construction work should be planned, prepared and undertaken so that:
(a) dangers, liable to arise at the workplace, are prevented;
(b) excessively or unnecessarily strenuous work positions and movements are avoided;
(c) organisation of work takes into account the safety and health of workers;
(d) materials and products used are suitable from a safety and health point of view;
(e) working methods are adopted to safeguard workers against the harmful effects of
chemical, physical and biological agents.
iii) establish committees with representatives of workers and management or make other
arrangement for the participation of workers in ensuring safe working conditions.
iv) arrange for periodic safety inspections by competent persons of all buildings, plant,
equipment, tools, machinery, workplaces and review of systems of work, regulations,
standards or codes of practice. The competent person should examine and ascertain the
safety of construction machinery and equipment.

Page 2 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

v) provide such supervision to ensure that workers perform their work with due regard to
safety and health of theirs as well as that of others.
vi) Employ only those workers who are qualified, trained and suited by their age, physique,
state of health and skill.
vii) satisfy themselves that all workers are informed and instructed in the hazards connected
with their work and environment and trained in the precautions necessary to avoid
accidents and injury to health.
viii) Ensure that buildings, plant, equipment, tools, machinery or workplaces in which a
dangerous defect has been found should not be used until the defect has been rectified.
ix) Organise for and remain always prepared to take immediate steps to stop the operation
and evacuate workers as appropriate, where there is an imminent danger to the safety of
workers.
x) establish a checking system by which it can be ascertained that all the members of a
shift, including operators of mobile equipment, have returned to the camp or base at the
close of work on dispersed sites and where small groups of workers operate in isolation.
xi) provide appropriate first aid, training and welfare facilities to workers as per various
statutes like the Factories Act, 1948 etc. and, whenever collective measures are not
feasible or are insufficient, provide and maintain personal protective equipment and
clothing in line with the requirement as per OISD-STD-155 (Vol. I& II) on Personnel
Protective Equipment. They should also provide access to workers to occupational health
services.
xii) Educate workers about their right and the duty at any workplace to participate in ensuring
safe working conditions to the extent of their control over the equipment and methods of
work and to express views on working procedures adopted as may affect safety and
health.
xiii) Ensure that except in an emergency, workers, unless duly authorised, should not interfere
with, remove, alter or displace any safety device or other appliance furnished for their
protection or the protection of others, or interfere with any method or process adopted
with a view to avoiding accidents and injury to health.
xiv) Ensure that workers do not operate or interfere with plant and equipment that they have
not been duly authorised to operate, maintain or use.
xv) Ensure that workers do not sleep, rest or cook etc in dangerous places such as scaffolds,
railway tracks, garages, confined spaces or in the vicinity of fires, dangerous or toxic
substances, running machines or vehicles and heavy equipment etc.
xvii) Obtain the necessary clearance/permits as required and specified by owner

xviii) As per the Govt. circular as amended from time to time all contractors who employ more
than 50 workers or where the contract value exceeds Rs. 50 crores, the following facilities
are to be provided by contractor at site :
• Arrangement for drinking water
• Toilet facilities
• A creche where 10 or more women workers are having children below the age of 6 years
• Transport arrangement for attending to emergencies
xix) should deploy a safety officer at site
4.2 GENERAL DUTIES OF OWNERS

4.2.1 Owners should:


i) co-ordinate or nominate a competent person to co-ordinate all activities relating to safety
and health on their construction projects;
ii) inform all contractors on the project of special risks to health and safety;

Page 3 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

iii) Ensure that executing agency is aware of the owner's requirements and the executing
agency's responsibilities with respect to safetry practices before starting the job.
5.0 SAFETY PRACTICES AT WORK PLACES
5.1. GENERAL PROVISIONS
5.1.1 All openings and other areas likely to pose danger to workers should be clearly indicated.
5.1.2 Workers & Supervisors should use the safety helmet and other requisite Personal
Protective Equipment according to job & site requirement. They should be trained to use
personal protective equipment.
5.1.3 Never use solvents, alkalis and other oils to clean the skin.
5.1.4 Lift the load with back straight and knees bent as far as possible. Seek the help in case of
heavy load.
5.1.5 Ensure the usage of correct and tested tools and tackles. Don't allow the make shift tools
and tackles.
5.1.6 No loose clothing should be allowed while working near rotating equipment or working at
heights.
5.2 MEANS OF ACCESS AND EGRESS

Adequate and safe means of access (atleast two, differently located) to and egress from
all workplaces should be provided. Same should be displayed and maintained.
5.3 HOUSEKEEPING

5.3.1 Ensure:
i) proper storage of materials and equipment;
ii) removal of scrap, inflammable material, waste and debris at appropriate intervals.
5.3.2 Removal of loose materials, which are not required for use, to be ensured. Accumulation
of these at the site can obstruct means of access to and egress from workplaces and
passageways.
5.3.3 Workplaces and passageways, that are slippery owing to oil, grease or other causes,
should be cleaned up or strewn with sand, sawdust, ash etc.
5.4 PRECAUTIONS AGAINST THE FALL OF MATERIALS & PERSONS AND COLLAPSE
OF STRUCTURES

5.4.1 Precautions should be taken such as the provision of fencing, look-out men or barriers to
protect any person against injury by the fall of materials, or tools or equipment being
raised or lowered.
5.4.2 Where necessary to prevent danger, guys, stays or supports should be used or other
effective precautions should be taken to prevent the collapse of structures or parts of
structures that are being erected, maintained, repaired, dismantled or demolished.
5.4.3 All openings through which workers are liable to fall should be kept effectively covered or
fenced and displayed prominently.
5.4.4 As far as practicable, guardrails and toe-boards should be provided to protect workers
from falling from elevated workplaces.
5.5 PREVENTION OF UNAUTHORISED ENTRY

5.5.1 Construction sites located in built-up areas and alongside vehicular and pedestrian traffic
routes should be fenced to prevent the entry of unauthorised persons.
5.5.2 Visitors should not be allowed access to construction sites unless accompanied by or
authorised by a competent person and provided with the appropriate protective
equipment.

Page 4 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

5.6 FIRE PREVENTION AND FIRE FIGHTING

5.6.1 All necessary measures should be taken by the executing agency and owner to:
i) avoid the risk of fire;
ii) control quickly and efficiently any outbreak of fire;
iii) bring out a quick and safe evacuation of persons.
iv) Inform unit/fire station control room, where construction work is carried out within
existing operating area.
5.6.2 Combustible materials such us packing materials, sawdust, greasy/oily waste and scrap
wood or plastics should not be allowed to accumulate in workplaces but should be kept in
closed metal containers in a safe place.
5.6.3 Places where workers are employed should, if necessary to prevent the danger of fire, be
provided with:
i) suitable and sufficient fire-extinguishing equipment, which should be easily visible and
accessible;
ii) an adequate water supply at sufficient pressure meeting the requirements of various
OISD standards.
5.6.4 To guard against danger at places having combustible material, workers should be
trained in the action to be taken in the event of fire, including the use of means of escape.
5.6.5 At sites having combustible material, suitable visual signs should be provided to indicate
clearly the direction of escape in case of fire.
5.6.6 Means of escape should be kept clear at all times. Escape routes should be frequently
inspected particularly in high structures and where access is restricted.
5.7 LIGHTING

5.7.1 Where natural lighting is not adequate, working light fittings or portable hand-lamps
should be provided at workplace on the construction site where a worker will do a job.

5.7.2 Emergency lighting should be provided for personnel safety during night time to facilitate
standby lighting source, if normal system fails.
5.7.2 Artificial lighting should not produce glare or disturbing shadows.
5.7.3 Lamps should be protected by guards against accidental breakage.
5.7.4 The cables of portable electrical lighting equipment should be of adequate size &
characteristics for the power requirements and of adequate mechanical strength to
withstand severe conditions in construction operations.
5.8 PLANT, MACHINERY, EQUIPMENT AND HAND TOOLS

5.8.1 General Provisions

i) Plant, machinery and equipment including hand tools, both manual and power driven,
should:
a) be of proper design and construction, taking into account health, Safety and ergonomic
principles.
b) be maintained in good working order;
c) be used only for work for which they have been designed.
d) be operated only by workers who have been authorised and given appropriate training.
e) be provided with protective guards, shields or other devices as required.
ii) Adequate instructions for safe use should be provided.
iii) Safe operating procedures should be established and used for all plant, machinery and
equipment.
iv) Operators of plant, machinery and equipment should not be distracted while work is in
progress.

Page 5 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

v) Plant, machinery and equipment should be switched off when not in use and isolated
before any adjustment, clearing or maintenance is done.
vi) Where trailing cables or hose pipes are used they should be kept as short as practicable
and not allowed to create a hazard.
vii) All moving parts of machinery and equipment should be enclosed or adequately guarded.
viii) Every power-driven machine and equipment should be provided with adequate means,
immediately accessible and readily identifiable to the operator, of stopping it quickly and
preventing it from being started again inadvertently.
ix) Operators of plant, machinery, equipment and tools should be provided with PPEs,
including where necessary, suitable ear protection.
5.8.2 Hand tools
i) Hand tools should be repaired by competent persons.
ii) Heads of hammers and other shock tools should be dressed or ground to a suitable
radius on the edge as soon as they begin to mushroom or crack.
iii) When not in use and while being carried or transported sharp tools should be kept in
sheaths, shields, chests or other suitable containers.
iv) Only insulated or nonconducting tools should be used on or near live electrical
installations.
v) Only non-sparking tools should be used near or in the presence of flammable or explosive
dusts or vapours.

5.8.3 Pneumatic Tools

i) Operating triggers on portable pneumatic tools should be:


a) so placed as to minimise the risk of accidental starting of the machine.
b) so arranged as to close the air inlet valve automatically when the pressure of the
operator's hand is removed.

ii) Hose and hose connections for compressed air supply to portable pneumatic tools should
be:

a) designed and tested for the pressure and service for which they are intended;
b) fastened securely on the pipe outlet and equipped with the safety chain, as
appropriate.
iii) Pneumatic shock tools should be equipped with safety clips or retainers to prevent dies
and tools from being accidentally expelled from the barrel.
iv) Pneumatic tools should be disconnected from power and the pressure in hose lines
released before any adjustment or repair is made.
5.8.4 Electrical Tools

i) Low voltage portable electrical tools should generally be used.


ii) All electrical tools should be earthed, unless they are "all insulated" or "double insulated"
tools which do not require earthing.
iii) All electrical tools should get inspected and maintained on a regular basis by a competent
electrician and complete records kept.
5.8.5 Engines
i) Engines should:
a) be installed so that they can be started safely and the maximum safe speed cannot be
exceeded.
b) have controls for limiting speed.
c) have devices to stop them from a safe place in an emergency.

Page 6 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

ii) IC engines should not be run in confined spaces unless adequate exhaust ventilation is
provided.

iii) When IC engines are being fuelled:

a) the engine should be shut off.


b) care should be taken to avoid spilling fuel;
c) no person should smoke or have an naked light in the vicinity.
d) a fire extinguisher should be kept readily available.
iv) Secondary fuel reservoir should be placed outside the engine room.

6.0 CONSTRUCTION ACTIVITIES

The various common activities in construction are as under:

• Excavation
• Scaffolding, Platforms & Ladders
• Structural Work, Laying of Reinforcement & Concreting
• Road Work (Laying of roads)
• Cutting /Welding
• Working in Confined Space
• Proof/Pressure Testing
• Working at Heights
• Handling & Lifting Equipments
• Vehicle Movement
• Electrical
• Offshore
• Demolition
• Radiography
• Sand/shot blasting/ spray painting
• Work above water
The safe practices to be followed during the implementation of above construction
activities are given below:
6.1 EXCAVATION

6.1.1 All excavation work should be planned and the method of excavation and the type of
support work required should be decided considering the following:
i) the stability of the ground;
ii) the excavation will not affect adjoining buildings, structures or roadways;
iii) to prevent hazard, the gas, water, electrical and other public utilities should be shut off
or disconnected, if necessary;
iv) presence of underground pipes, cable conductors, etc.,
v) the position of culvert/bridges, temporary roads and spoil heaps should be determined;
6.1.2 Before digging begins on site, all excavation work should be planned and the method of
excavation and the type of support work required decided.
6.1.3 All excavation work should be supervised.
6.1.4 Sites of excavations should be thoroughly inspected:
i) daily, prior to each shift and after interruption in work of more than one day;

Page 7 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

ii) after every blasting operation;


iii) after an unexpected fall of ground;
iv) after substantial damage to supports;
v) after a heavy rain, frost or snow;
vi) when boulder formations are encountered.
6.1.5 Safe angle of repose while excavating trenches exceeding 1.5m depth upto 3.0m should
be maintained. Based on site conditions, provide proper slope, usually 450,and suitable
bench of 0.5m width at every 1.5m depth of excavation in all soils except hard rock or
provide proper shoring and strutting to prevent cave-in or slides.
6.1.6 As far as possible, excavated earth should not be placed within one meter of the edge of
the trench or depth of trench whichever is greater.
6.1.7 Don't allow vehicles to operate too close to excavated area. Maintain atleast 2m distance
from edge of excavation. No load, plant or equipment should be placed or moved near
the edge of any excavation where it is likely to cause its collapse and thereby endanger
any person unless precautions such as the provision of shoring or piling are taken to
prevent the sides from collapsing.
6.1.8 Adequately anchored stop blocks and barriers should be provided to prevent vehicles
being driven into the excavation. Heavy vehicles should not be allowed near the exca-
vation unless the support work has been specially designed to permit it.
6.1.9 If an excavation is likely to affect the security of a structure on which persons are working,
precautions should be taken to protect the structure from collapse.
6.1.10 Barricade at 1m height (with red & white band/self glowing caution board) should be
provided for excavations beyond 1.5m depth. Provide two entries/exits for such
excavation.
6.1.11 Necessary precautions should be taken for underground utility lines like cables, sewers
etc. and necessary approvals/clearances from the concerned authorities shall be
obtained before commencement of the excavation job.
6.1.12 Water shall be pumped/bailed out, if any accumulates in the trench. Necessary
precautions should be taken to prevent entry of surface water in trenches.
6.1.13 During rains, the soil becomes loose. Take additional precaution against collapse of side
wall.
6.1.14 In hazardous areas, air should be tested to ascertain its quality. No one should be
allowed entry till it is suitable for breathing.
6.1.15 In case of mechanised excavation, precaution shall be taken to not to allow anybody to
come within one meter of extreme reach of the mechanical shovel. The mechanised
excavator shall be operated by a well-trained experienced operator. When not in
operation, the machine shall be kept on firm leveled ground with mechanical shovel
resting on ground. Wheel or belt shall be suitably jammed to prevent any accidental
movement of the machine. Suitable precautions as per manufacturer guidelines should
be taken for dozers, graders and other heavy machines.
6.1.16 In case of blasting, follow strictly IS:4081-1986 & Indian Explosive Act and rules for
storage, handling and carrying of explosive materials and execution of blasting operation.
6.2 SCAFFOLDING, PLATFORMS & LADDERS
6.2.1 Metal as material of construction

i) A scaffold should be provided and maintained or other equally safe and suitable provision
should be made where work cannot safely be done on or from the ground or from part of
a building or other permanent structure.
ii) Scaffolds should be provided with safe means of access, such as stairs, ladders or
ramps. Ladders should be secured against inadvertent movement.
iii) Every scaffold should be constructed, erected and maintained so as to prevent collapse
or accidental displacement when in use.

Page 8 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

iv) Every scaffold and part thereof should be constructed :


(a) in such a way so as not to cause hazards for workers during erection and dismantling;
(b) in such a way so as guard rails and other protective devices, platforms, ladders, stairs
or ramps can be easily put together;
(c) with sound material and of requisite size and strength for the purpose for which it is to
be used and maintained in a proper condition.
v) Boards and planks used for scaffolds should be protected against splitting.
vi) Materials used in the construction of scaffolds should be stored under good conditions
and apart from any material unsuitable for scaffolds.
vii) Couplers should not cause deformation in tubes. Couplers should be made of drop forged
steel or equivalent material.
viii) Tubes should be free from cracks, splits and excessive corrosion and be straight to the
eye, and tube ends cut cleanly square with the tube axis.
ix) Scaffolds should be designed for their maximum load as per relevant code.
x) Scaffolds should be adequately braced.
xi) Scaffolds which are not designed to be independent should be rigidly connected to the
building at designated vertical and horizontal places.
xii) A scaffold should never extend above the highest anchorage to an extent which might
endanger its stability and strength.
xiii) Loose bricks, drainpipes, chimney-pots or other unsuitable material should not be used
for the construction or support of any part of a scaffold.
xiv) Scaffolds should be inspected and certified:
(a) before being taken into use;
(b) at periodic intervals thereafter as prescribed for different types of scaffolds;
(c) after any alteration, interruption in use, exposure to weather or seismic conditions or
any other occurrence likely to have affected their strength or stability.
xv) Inspection should more particularly ascertain that:
(a) the scaffold is of suitable type and adequate for the job;
(b) materials used in its construction are sound and of sufficient strength;
(c) it is of sound construction and stable;
(d) that the required safeguards are in position.
xvi) A scaffold should not be erected, substantially altered or dismantled except by or under
the supervision.
xvii) Every scaffold should be maintained in good and proper condition, and every part should
be kept fixed or secured so that no part can be displaced in consequence of normal use.
xviii) If out-rigger scaffolding is to be used, it should be specifically designed and inspected
before putting in use.
6.2.2 Lifting appliances on scaffolds

i) When a lifting appliance is to be used on a scaffold:


(a) the parts of the scaffold should be carefully inspected to determine the additional
strengthening and other safety measures required;
(b) any movement of the scaffold members should be prevented;
(c) if practicable, the uprights should be rigidly connected to a solid part of the building at
the place where the lifting appliance is erected.
6.2.3 Prefabricated scaffolds

i) In the case of prefabricated scaffold systems, the instructions provided by the


manufacturers or suppliers should be strictly adhered to. Prefabricated scaffolds should
have adequate arrangements for fixing bracing.

Page 9 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

ii) Frames of different types should not be intermingled in a single scaffold.


iii) Scaffolding shall be erected on firm and level ground.
iv) All members of metal scaffolding shall be checked periodically to screen out defective /
rusted members. All joints should be properly lubricated for easy tightening.
v) Entry to scaffolding should be restricted.
vi) Erection, alteration and removal shall be done under supervision of experienced
personnel.
vii) Use of barrels, boxes, loose bricks etc., for supporting platform shall not be permitted.
viii) Each supporting member of platform shall be securely fastened and braced
ix) Where planks are butt-joined, two parallel putlogs shall be used, not more than 100mm
apart, to give support to each plank.
x) Platform plank shall not project beyond its end support to a distance exceeding 4 times
the thickness of plank, unless it is effectively secured to prevent tipping. Cantilever
planks should be avoided.
xi) The platform edges shall be provided with 150mm high toe board to eliminate hazards of
tools or other objects falling from platform.
xii) Erect ladders in the “four up-one out position”
xiii) Lash ladder securely with the structure.
xiv) Using non-slip devices, such as, rubber shoes or pointed steel ferules at the ladder foot,
rubber wheels at ladder top, fixing wooden battens, cleats etc.
xv) When ladder is used for climbing over a platform, the ladder must be of sufficient length,
to extend at least one meter above the platform, when erected against the platform in
“four up-one out position.”
xvi) Portable ladders shall be used for heights not more than 4mt. Above 4mt flights, fixed
ladders shall be provided with at least 600 mm landings at every 6mt or less.
xvii) The width of ladder shall not be less than 300mm and rungs shall be spaced not more
than 300mm.
xviii) Every platform and means of access shall be kept free from obstruction.
xix) If grease, mud, gravel, mortar etc., fall on platform or scaffolds, these shall be removed
immediately to avoid slippage.
xx) Workers shall not be allowed to work on scaffolds during storms or high wind. After
heavy rain or storms, scaffolds shall be inspected before reuse.
xxi) Don't overload the scaffolding. Remove excess material and scrap immediately.
xxii) Dismantling of scaffolds shall be done in a pre-planned sequential manner.

6.2.4 Suspended scaffolds/boatwain's chair

i) In addition to the requirements for scaffolds in general as regards soundness, stability


and protection against the risk of falls, suspended scaffolds should meet the following
specific requirements.
(a) platforms should be designed and built with dimensions that are compatible with the
stability of the structure as a whole, especially the length;
(b) the number or anchorage should be compatible with the dimensions of the platform;
(c) the safety of workers should be safeguarded by an extra rope having a point of
attachment independent of the anchorage arrangements of the scaffold;
(d) the anchorage and other elements of support of the scaffold should be designed and
built in such a way as to ensure sufficient strength;

Page 10 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

(e) the ropes, winches, pulleys or pulley blocks should be designed, assembled, used and
maintained according to the requirements established for lifting gear adapted to the
lifting of persons according to national laws and regulations;
(f) Before use, the whole structure should be checked by a competent person.
6.2.5 Bamboo Scaffolding

i) In general, it should be avoided as far as possible. It should not be used in the unit/off-site
areas and where hot work is to be done.
ii) For construction and maintenance of residential and office buildings, situated outside
explosive licensed area, bamboo scaffold, if used, should conform to provisions given in
lS-3696 (Part 1)-1987.
6.3 STRUCTURAL WORK, LAYING OF REINFORCEMENT & CONCRETING
6.3.1 General provisions

i) The erection or dismantling of buildings, structures, civil engineering works, formwork,


falsework and shoring should be carried out by trained workers only under the supervision
of a competent person.
ii) Precautions should be taken to guard against danger to workers arising from any
temporary state of weakness or instability of a structure.
iii) Formwork, falsework and shoring should be so designed, constructed and maintained
that it will safely support all loads that may be imposed on it.
iv) Formwork should be so designed and erected that working platforms, means of access,
bracing and means of handling and stabilising are easily fixed to the formwork structure.
6.3.2. Erection and dismantling of steel and prefabricated structures

i) The safety of workers employed on the erection and dismantling of steel and prefabri-
cated structures should be ensured by appropriate means, such as provision and use of:
(a) ladders, gangways or fixed platforms;
(b) platforms, buckets, boatswain's chairs or other appropriate means suspended from
lifting appliances;
(c) safety harnesses and lifelines, catch nets or catch platforms;
(d) Power-operated mobile working platforms.
ii) Steel and prefabricated structures should be so designed and made that they can be
safely transported and erected.
iii) In addition to the need for the stability of the part when erected, the design should
explicitly take following into account:
(a) the conditions and methods of attachment in the operations of transport, storing and
temporary support during erection or dismantling as applicable;
(b) Methods for the provision of safeguards such as railings and working platforms, and,
when necessary, for mounting them easily on the structural steel or prefabricated
parts.
iv) The hooks and other devices built in or provided on the structural steel or prefabricated
parts that are required for lifting and transporting them should be so shaped, dimensioned
and positioned as:
(a) to withstand with a sufficient margin the stresses to which they are subjected;
(b) Not to set up stresses in the part that could cause failures, or stresses in the structure
itself not provided for in the plans, and be designed to permit easy release from the
lifting appliance. Lifting points for floor and staircase units should be located (recessed
if necessary) so that they do not protrude above the surface;
(c) To avoid imbalance or distortion of the lifted load.
v) Storeplaces should be so constructed that:
(a) there is no risk of structural steel or prefabricated parts falling or overturning;

Page 11 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

(b) storage conditions generally ensure stability and avoid damage having regard to the
method of storage and atmospheric conditions;
(c) racks are set on firm ground and designed so that units cannot move accidentally.
vi) While they are being stored, transported, raised or set down, structural steel or
prefabricated parts should not be subjected to stresses prejudicial to their stability.
vii) Every lifting appliance should:
(a) be suitable for the operations and not be capable of accidental disconnection;
(b) be approved or tested as per statutory requirement.
viii) Lifting hooks should be of the self-closing type or of a safety type and should have the
maximum permissible load marked on them.
ix) Tongs, clamps and other appliances for lifting structural steel and prefabricated parts
should:
(a) be of such shape and dimensions as to ensure a secure grip without damaging the
part;
(b) be marked with the maximum permissible load in the most unfavourable lifting
conditions.
x) Structural steel or prefabricated parts should be lifted by methods or appliances that
prevent them from spinning accidentally.
xi) When necessary to prevent danger, before they are raised from the ground, structural
steel or prefabricated parts should be provided with safety devices such as railings and
working platforms to prevent falls of persons.
xii) While structural steel or prefabricated parts are being erected, the workers should be
provided with appliances for guiding them as they are being lifted and set down, so as to
avoid crushing of hands and to facilitate the operations. Use of such appliances should be
ensured.
xiii) A raised structural steel or prefabricated part should be so secured and wall units so
propped that their stability cannot be imperiled, even by external agencies such as wind
and passing loads before its release from the lifting appliance.
xiv) At work places, instruction should be given to the workers on the methods, arrangements
and means required for the storage, transport, lifting and erection of structural steel or
prefabricated parts, and, before erection starts, a meeting of all those responsible should
be held to discuss and confirm the requirements for safe erection.
xv) During transportation within the construction area, attachments such as slings and
stirrups mounted on structural steel or prefabricated parts should be securely fastened to
the parts.
xvi) Structural steel or prefabricated parts should be so transported that the conditions do not
affect the stability of the parts or the means of transport result in jolting, vibration or
stresses due to blows, or loads of material or persons.
xvii) When the method of erection does not permit the provision of other means of protection
against fall of persons, the workplaces should be protected by guardrails, and if appro-
priate by toe-boards.
xviii) When adverse weather conditions such as snow, ice and wind or reduced visibility entail
risks of accidents, the work should be carried on with particular care, or, if necessary,
interrupted.
xix) Structures should not be worked on during violent storms or high winds, or when they are
covered with ice or snow, or are slippery from other causes.
xx) If necessary, to prevent danger, structural steel parts should be equipped with
attachments for suspended scaffolds, lifelines or safety harnesses and other means of
protection.

Page 12 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

xxi) The risks of falling, to which workers moving on high or sloping girders are exposed,
should be limited by all means of adequate collective protection or, where this is imposs-
ible, by the use of a safety harness that is well secured to a strong support.
xxii) Structural steel parts that are to be erected at a great height should as far as practicable
be assembled on the ground.
xxiii) When structural steel or prefabricated parts are being erected, a sufficiently extended
area underneath the workplace should be barricaded or guarded
xxiv) Steel trusses that are being erected should be adequately shored, braced or guyed until
they are permanently secured in position.
xxv) Load-bearing structural member should not be dangerously weakened by cutting, holing
or other means.
xxvi) Structural members should not be forced into place by the hoisting machine while any
worker is in such a position that he could be injured by the operation.
xxvii) Open-web steel joists that are hoisted singly should be directly placed in position and
secured against dislodgment.
6.3.3 Reinforcement

i) Ensure that workers use Personnel Protective equipment like safety helmet, safety shoes,
gloves etc.
ii) Don't place the hand below the rods for checking clear distance. Use measuring devices.
iii) Don't wear loose clothes while checking the rods.
iv) Don't stand unnecessarily on cantilever rods.
v) To carry out welding/cutting of rods, safety procedures/precautions as mentioned in Item
No. 6.5 to be followed.
vi) For supplying of rods at heights, proper staging and/or bundling to be provided.
vii) Ensure barricading and staging for supplying and fixing of rods at height.
viii) For short distance carrying of materials on shoulders, suitable pads to be provided.
ix) While transporting material by trucks/trailers, the rods shall not protrude in front of or by
the sides of driver's cabin. In case such protrusion cannot be avoided behind the deck,
then it should not extend 1/3rd of deck length or 1.5M which ever is less and tied with red
flags/lights.
6.3.4 Concreting

i) Ensure stability of shuttering work before allowing concreting.


ii) Barricade the concreting area while pouring at height/depths.
iii) Keep vibrator hoses, pumping concrete accessories in healthy conditions and
mechanically locked.
iv) Pipelines in concrete pumping system shall not be attached to temporary structures such
as scaffolds and formwork support as the forces and movements may effect their
integrity.
v) Check safety cages & guards around moving motors/parts etc. provided in concreting
mixers.
vi) Use Personal Protective Equipment like gloves, safety shoes etc. while dealing with
concrete and wear respirators for dealing with cement.
vii) Earthing of electrical mixers, vibrators, etc. should be done and verified.
viii) Cleaning of rotating drums of concrete mixers shall be done from outside. Lockout
devices shall be provided where workers need to enter.

Page 13 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

ix) Where concrete mixers are driven by internal combustion engine, exhaust points shall be
located away from the worker's workstation so as to eliminate their exposure to obnoxious
fumes.
x) Don't allow unauthorised person to stand under the concreting area.
xi) Ensure adequate lighting arrangements for carrying out concrete work during night.
xii) Don't allow the same workers to pour concrete round the clock. Insist on shift pattern.
xiii) During pouring, shuttering and its supports should be continuously watched for defects.
6.4 ROAD WORK

6.4.1 Site shall be barricaded and provided with warning signs, including night warning lamps
at appropriate locations for traffic diversion.
6.4.2 Filled and empty bitumen drums shall be stacked separately at designated places.
6.4.3 Mixing aggregate with bitumen shall preferably be done with the help of bitumen batch
mixing plant, unless operationally non-feasible.
6.4.4 Road rollers, Bitumen sprayers, Pavement finishers shall be driven by experienced
drivers with valid driving license.
6.4.5 Workers handling hot bitumen sprayers or spreading bitumen aggregate mix or mixing
bitumen with aggregate, shall be provided with PVC hand gloves and rubber shoes with
legging up to knee joints.
6.4.6 At the end of day's work, surplus hot bitumen in tar boiler shall be properly covered by a
metal sheet, to prevent anything falling in it,
6.4.7 If bitumen accidentally falls on ground, it shall be immediately covered by sprinkling sand,
to prevent anybody stepping on it. Then it shall be removed with the help of spade.
6.4.8 For cement concrete roads, besides site barricading and installation of warning signs for
traffic diversion, safe practices mentioned in the chapter on "Concreting", shall also be
applicable.
6.5 CUTTING/WELDING

6.5.1 Common hazards involved in welding/cutting are sparks, molten metal, flying particles,
harmful light rays, electric shocks etc. Following precautions should be taken: -
i) A dry chemical type fire extinguisher shall be made available in the work area.
ii) Adequate ventilation shall be ensured by opening manholes and fixing a shield or forced
circulation of air etc, while doing a job in confined space.
iii) Ensure that only approved and well-maintained apparatus, such as torches, manifolds,
regulators or pressure reducing valves, and acetylene generators, be used.
iv) All covers and panels shall be kept in place, when operating an electric Arc welding
machine.
v) The work piece should be connected directly to Power supply, and not indirectly through
pipelines/structures/equipments etc.
vi) The welding receptacles shall be rated for 63 A suitable for 415V, 3-Phase system with a
scraping earth. Receptacles shall have necessary mechanical interlocks and earthing
facilities.
vii) All cables, including welding and ground cables, shall be checked for any worn out or
cracked insulation before starting the job. Ground cable should be separate without any
loose joints.
viii) Cable coiling shall be maintained at minimum level, if not avoidable.
ix) An energised electrode shall not be left unattended.
x) The power source shall be turned off at the end of job.

Page 14 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

xi) All gas cylinders shall be properly secured in upright position.


xii) Acetylene cylinder shall be turned and kept in such a way that the valve outlet points
away from oxygen cylinder.
xiii) Acetylene cylinder key for opening valve shall be kept on valve stem, while cylinder is in
use, so that the acetylene cylinder could be quickly turned off in case of emergency. Use
flash back arrestors to prevent back-fire in acetylene/oxygen cylinder.
xiv) When not in use, valves of all cylinders shall be kept closed.
xv) All types of cylinders, whether full or empty, shall be stored at cool, dry place under shed.
xvi) Forced opening of any cylinder valve should not be attempted.
xvii) Lighted gas torch shall never be left unattended.
xviii) Store acetylene and oxygen cylinders separately.
xix) Store full and empty cylinders separately.
xx) Avoid cylinders coming into contact with heat.
xxi) Cylinders that are heavy or difficult to carry by hand may be rolled on their bottom edge
but never dragged.
xxii) If cylinders have to be moved, be sure that the cylinder valves are shut off.
xxiii) Before changing torches, shut off the gas at the pressure reducing regulators and not by
crimping the hose.
xxiv) Do not use matches to light torches, use a friction lighter.
xxv) Move out any leaking cylinder immediately.
xxvi) Use trolleys for oxygen & acetylene cylinder and chain them.
xxvii) Always use Red hose for acetylene and other fuel gases and Black for oxygen, and
ensure that both are in equal length.
xxviii) Ensure that hoses are free from burns, cuts and cracks and properly clamped.
xxix) Avoid dragging hoses over sharp edges and objects
xxx) Do not wrap hoses around cylinders when in use or stored.
xxxi) Protect hoses from flying sparks, hot slag, and other hot objects.
xxxii) Lubricants shall not be used on Ox-fuel gas equipment.
xxxiii) During cutting/welding, use proper type goggles/face shields.
6.6 WORKING IN CONFINED SPACES

6.6.1 Following safety practices for working in confined space like towers, columns, tanks and
other vessels should be followed in addition to the safety guidelines for specific jobs like
scaffolding, cutting/welding etc.

i) Shut down, isolate, depressurise and purge the vessel as per laid down procedures.
ii) Entry inside the vessel and to carry out any job should be done after issuance of valid
permit only in line with the requirement of OISD-STD-105.
iii) Ensure proper and accessible means of exit before entry inside a confined space.
iv) The number of persons allowed inside the vessel should be limited to avoid overcrowding.
v) When the work is going on in the confined space, there should always be one man
standby at the nearby manway.
vi) Before entering inside the vessels underground or located at lower elevation, probability
of dense vapours accumulating nearby should also be considered in addition to inside the
vessel.

Page 15 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

vii) Ensure requisite O2 level before entry in the confined space and monitor level periodically
or other wise use respiratory devices.
viii) Check for no Hydrocarbon or toxic substances before entry and monitor level periodically
or use requisite Personal Protective Equipment.
ix) Ensure adequate ventilation or use respiratory devices.
x) Depending upon need, necessary respirator system, gas masks and suit shall be worn by
everyone entering confined space. In case of sewer, OWS or in the confined area where
there is a possibility of toxic or inert gas, gas masks shall be used by everyone while
entering.
xi) Barricade the confined spaces during hoisting, radiography, blasting, pressure testing etc.
xii) Use 24V flameproof lamp fittings only for illumination.
xiii) Use tools with air motors or electric tools with maximum voltage of 24V.
xiv) House keeping shall be well maintained.
xv) Safety helmet, safety shoes and safety belt shall be worn by everyone entering the
confined space.
xvi) Don't wear loose clothing while working in a confined space.
xvii) In case of the vessels which are likely to contain pyropheric substances (like Iron
Sulphide), special care need to be taken before opening the vessel. Attempt should be
made to remove the pyropheric substances. Otherwise, these should be always kept wet
by suitable means.
xviii) The cutting torches should also be kept outside the vessel immediately after the cutting.
xix) The gas cylinders used for cutting/welding shall be kept outside.
xx) All cables, hoses, welding equipment etc., shall be removed from confined space at end
of each work day, even if the work is to be resumed in the same space the next day.
xxi) To the extent possible sludge shall be cleared and removed from outside before entering.
xxii) No naked light or flame or hot work such as welding, cutting and soldering should be
permitted inside a confined space or area unless it has been made completely free of the
flammable atmosphere, tested and found safe by a competent person. Only non-sparking
tools and flameproof hand lamps protected with guard and safety torches should be used
inside such confined space or area for initial inspection, cleaning or other work required to
be done for making the area safe.
xxiii) Communication should be always maintained between the worker and the attendant.
6.7 PROOF/PRESSURE TESTING

6.7.1 Review test procedure before allowing testing with water or air or any other fluid.
6.7.2 Provide relief valves of adequate size while testing with air or other gases.
6.7.3 Ensure compliance of necessary precautions, step wise loading, tightening of fasteners,
grouting etc. before and during testing.
6.7.4 Inform all concerned in advance of the testing.
6.7.5 Keep the vents open before opening any valve for filling/draining of liquid used for
hydrotesting. The filling/draining should not exceed the designed rate for pressure testing.
6.7.6 Provide separate gauges of suitable range for pressurising pump and the equipment to
be tested.
6.7.7 Provide gauges at designated locations for monitoring of pressures.
6.7.8 Check the calibration of all pressurising equipment and accessories and maintain records.
6.7.9 Take readings at pre-defined intervals.
6.8 WORKING AT HEIGHTS

Page 16 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

6.8.1 General Provision

i) While working at a height of more than 3 meters, ISI approved safety belt shall be used.
ii) While working at a height of more than 3 meters, permit should be issued by competent
person before commencement of the job.
iii) Worker should be well trained on usage of safety belt including its proper usage at the
time of ascending/descending.
iv) All tools should be carried in tool kits to avoid their falling.
v) If the job is on fragile/sloping roof, roof walk ladders shall be used.
vi) Provide lifeline wherever required.
vii) Additional safety measures like providing Fall Arrestor type Safety belt, safety net should
be provided depending upon site conditions, job requirements.
viii) Keep working area neat and clean. Remove scrap material immediately.
ix) Don't throw or drop material/equipment from height.
x) Avoid jumping from one member to another. Use proper passageway.
xi) Keep both hands free while climbing. Don't try to bypass the steps of the ladder.
xii) Try to maintain calm at height. Avoid over exertion.
xiii) Avoid movements on beam.
xiv) Elevated workplaces including roofs should be provided with safe means of access and
egress such as stairs, ramps or ladders.
6.8.2 Roof Work

i) All roof-work operations should be pre-planned and properly supervised.


ii) Roof work should only be undertaken by workers who are physically and psychologically
fit and have the necessary knowledge and experience for such work.
iii) Work on roofs shouldn't be carried on in weather conditions that threaten the safety of
workers.
iv) Crawling boards, walkways and roof ladders should be securely fastened to a firm
structure.
v) Roofing brackets should fit the slope of the roof and be securely supported.
vi) Where it is necessary for a person to kneel or crouch near the edge of the roof, necessary
precautions should be taken.
vii) On a large roof where work have to be carried out at or near the edge, a simple barrier
consisting of crossed scaffold tubes supporting a tubing guardrail may be provided.
viii) All covers for openings in roofs should be of substantial construction and be secured in
position.
ix) Roofs with a pitch of more than 10 should be treated as sloping.
x) When work is being carried out on sloping roofs, sufficient and suitable crawling boards or
roof ladders should be provided and firmly secured in position.
xi) During extensive work on the roof, strong barriers or guardrails and toe-boards should be
provided to stop a person from falling off the roof.
xii) Where workers are required to work on or near roofs or other places covered with fragile
material, through which they are liable to fall, they should be provided with suitable roof
ladders or crawling boards strong enough and when spanning across the supports for the
roof covering to support those workers.
xiii) A minimum of two boards should be provided so that it is not necessary for a person to
stand on a fragile roof to move a board or a ladder, or for any other reason.

Page 17 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

6.8.3 Work on tall chimneys

i) For the erection and repair of tall chimneys, scaffolding should be provided. A safety net
should be maintained at a suitable distance below the scaffold.
ii) The scaffold floor should always be at least 65 cm below the top of the chimney.
iii) Under the working floor of the scaffolding the next lower floor should be left in position as
a catch platform.
iv) The distance between the inside edge of the scaffold and the wall of the chimney should
not exceed 20 cm at any point.
v) Catch platforms should be erected over:
(a) the entrance to the chimney;
(b) Passageways and working places where workers could be endangered by falling
objects.
vi) For climbing tall chimneys, access should be provided by:
(a) stairs or ladders;
(b) a column of iron rungs securely embedded in the chimney wall;
(c) Other appropriate means.
vii) When workers use the outside rungs to climb the chimney, a securely fastened steel core
rope looped at the free end and hanging down at least 3 m should be provided at the top
to help the workers to climb on to the chimney.
viii) While work is being done on independent chimneys the area surrounding the chimney
should be enclosed by fencing at a safe distance.
ix) Workers employed on the construction, alteration, maintenance or repair of tall chimneys
should not:
a) work on the outside without a safety harness attached by a lifeline to a rung, ring or
other secure anchorage;
b) put tools between the safety harness and the body or in pockets not intended for the
purpose;
c) haul heavy materials or equipment up and down by hand to or from the workplace on
the chimney;
d) fasten pulleys or scaffolding to reinforcing rings without first verifying their stability;
e) work alone;
f) climb a chimney that is not provided with securely anchored ladders or rungs;
g) Work on chimneys in use unless the necessary precautions to avoid danger from
smoke and gases have been taken.
x) Work on independent chimneys should not be carried on in high winds, icy conditions, fog
or during electrical storms.
6.9 HANDLING AND LIFTING EQUIPMENT:
6.9.1 General Provisions

Following are the general guidelines to be followed with regard to all types of handling
and lifting equipment in addition to the guidelines for specific type of equipments dealt
later on.

i) There should be a well-planned safety programme to ensure that all the lifting appliances
and lifting gear are selected, installed, examined, tested, maintained, operated and
dismantled with a view to preventing the occurrence of any accident;

ii) All lifting appliances shall be examined by competent persons at frequencies as specified
in "The Factories act".
iii) Check thoroughly quality, size and condition of all lifting tools like chain pulley blocks,
slings, U-clamps, D-shackles etc. before putting them in use.

Page 18 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

iv) Safe lifting capacity of all lifting & handling equipment, tools and shackles should be got
verified and certificates obtained from competent authorities before its use. The safe
working load shall be marked on them.
v) Check periodically the oil, brakes, gears, horns and tyre pressure of all moving
equipments like cranes, forklifts, trailers etc as per manufacturer's recommendations.
vi) Check the weights to be lifted and accordingly decide about the crane capacity, boom
length and angle of erection.
vii) Allow lifting slings as short as possible and check packing at the friction points.
viii) While lifting/placing of the load, no unauthorised person shall remain within the radius of
the boom and underneath the load.
ix) While loading, unloading and stacking of pipes, proper wedges shall be placed to prevent
rolling down of the pipes.
x) Control longer jobs being lifted up from both ends.
xi) Only trained operators and riggers should carry out the job. While the crane is moving or
lifting the load, the trained rigger should be there for keeping a vigil against hitting any
other object.
xii) During high wind conditions and nights, lifting of heavy equipments should be avoided. If
unavoidable to do erection in night, operator and rigger should be fully trained for night
signaling. Also proper illumination should be there.
xiii) Allow crane to move on hard, firm and leveled ground.
xiv) When crane is in idle condition for long periods or unattended, crane boom should either
be lowered or locked as per manufacturer's guidelines.
xv) Hook and load being lifted shall remain in full visibility of crane operators, while lifting, to
the extent possible.
xvi) Don't allow booms or other parts of crane to come within 3 meters reach of overhead
electrical cables.
xvii) No structural alterations or repairs should be made to any part of a lifting appliance, which
may affect the safety of the appliance without the permission and supervision of the
competent person.
6.9.2 Hoists

i) Hoist shafts should be enclosed with rigid panels or other adequate fencing at:
(a) ground level on all sides;
(b) all other levels at all points at which access is provided;
(c) all points at which persons are liable to be struck by any moving part.
ii) The enclosure of hoist shafts, except at approaches should extend where practicable at
least 2mt above the floor, platform or other place to which access is provided except
where a lesser height is sufficient to prevent any person falling down the hoistway and
there is no risk of any person coming into contact with any moving part of the hoist, but in
no case should the enclosure be less than 1mt in height.
iii) The guides of hoist platforms should offer sufficient resistance to bending and, in the case
of jamming by a safety catch, to buckling.
iv) Where necessary to prevent danger, adequate covering should be provided above the
top of hoist shafts to prevent material falling down them.
v) Outdoor hoist towers should be erected on firm foundations, and securely braced, guyed
and anchored.
vi) A ladderway should extend from the bottom to the top of outdoor hoist towers, if no other
ladderway exists within easy reach.

Page 19 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

vii) Hoisting engines should be of ample capacity to control the heaviest load that they will
have to move.
viii) Hoists should be provided with devices that stop the hoisting engine as soon as the
platform reaches its highest stopping place.
ix) Winches should be so constructed that the brake is applied when the control handle is not
held in the operating position.
x) It should not be possible to set in motion from the platform a hoist, which is not designed
for the conveyance of persons.
xi) Winches should not be fitted with pawl and ratchet gears on which the pawl must be
disengaged before the platform is lowered.
xii) Hoist platforms should be capable of supporting the maximum load that they will have to
carry with a safety factor.
xiii) Hoist platforms should be equipped with safety gear that will hold the platform with the
maximum load if the hoisting rope breaks.
xiv) If workers have to enter the cage or go on the platform at landings there should be a
locking arrangement preventing the cage or platform from moving while any worker is in
or on it.
xv) On sides not used for loading and unloading, hoist platforms should be provided with toe-
boards and enclosures of wire mesh or other suitable material to prevent the fall of parts
of loads.
xvi) Where necessary to prevent danger from falling objects, hoist platforms should be
provided with adequate covering.
xvii) Counterweights consisting of an assemblage of several parts should be made of specially
constructed parts rigidly connected together.
xviii) Counterweights should run in guides.
xix) Platforms should be provided at all landings used by workers.
xx) Following notices should be posted up conspicuously and in very legible characters:
(a) on all hoists:

• on the platform: the carrying capacity in kilograms or other appropriate standard


unit of weight;

• on the hoisting engine: the lifting capacity in kilograms or other appropriate


standard unit of weight;
(b) on hoists authorised or certified for the conveyance of persons:

• on the platform or cage: the maximum number of persons to be carried at one time;
(c) on hoists for goods only:

• on every approach to the hoist and on the platform: prohibition of use by persons.
xxi) Hoists intended for the carriage of persons should be provided with a cage so constructed
as to prevent any person from falling out or being trapped between the cage and any
fixed part of the structure when the cage gate is shut, or from being struck by the
counterbalance weight or by articles or materials tailing down the hoistway.
xxii) On each side in which access is provided, the cage should have a gate fitted with devices
which ensure that the gate cannot be opened except when the cage is at a landing and
that the gate must be closed before the cage can move away from the landing.
xxiii) Every gate in the enclosure of the hoist shaft which gives access from a landing place to
the cage should be fitted with devices to ensure that the gate cannot be opened except
when the cage is at that landing place, and that the cage cannot be moved away from
that landing place until the gate is closed.

Page 20 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

6.9.3 Derricks
Stiff-leg derricks

i) Derricks should be erected on a firm base capable of taking the combined weight of the
crane structure and maximum rated load.
ii) Devices should be used to prevent masts from lifting out of their seating.
iii) Electrically operated derricks should be effectively earthed from the sole plate or
framework.
iv) Counterweights should be so arranged that they do not subject the backstays, sleepers or
pivots to excessive strain.
v) When derricks are mounted on wheels:
a) a rigid member should be used to maintain the correct distance between the wheels;
b) they should be equipped with struts to prevent them from dropping if a wheel breaks or
the derrick is derailed.
vi) The length of a derrick jib should not be altered without consulting the manufacturer.
vii) The jib of a scotch derrick crane should not be erected within the backstays of the crane.
Guy derricks

i) The restraint of the guy ropes should be ensured by fitting stirrups or anchor plates in
concrete foundations.
ii) The mast of guy derricks should be supported by six top guys spaced approximately
equally.
iii) The spread of the guys of a guy derrick crane from the mast should not be more than 450
from the horizontal.
iv) Guy ropes of derricks should be equipped with a stretching screw or turnbuckle or other
device to regulate the tension.
v) Gudgeon pins, sheave pins and fool bearings should be lubricated frequently.
vi) When a derrick is not in use, the boom should be anchored to prevent it from swinging.
6.9.4 Gin poles

i) Gin poles should:


(a) be straight;
(b) consist of steel or other suitable metal;
(c) be adequately guyed and anchored;
(d) be vertical or raked slightly towards the load;
(e) be of adequate strength for the loads that they will be required to lift/move.
ii) Gin poles should not be spliced and if a gin pole is composed of different elements, they
should be assembled in conformity with their intrinsic material strength.
iii) Gin poles should be fastened at their feet to prevent displacement in operation.
iv) Gin poles, which are moved from place to place and re-erected, should not be taken into
use again before the pole, lifting ropes, guys, blocks and other parts have been
inspected, and the whole appliance has been tested under load.
v) When platforms or skips are hoisted by gin poles, precautions should be taken to prevent
them from spinning and to provide for proper landing.
6.9.5 Tower cranes

i) Where tower cranes have cabs at high level, persons, capable and trained to work at
heights, should only be employed as crane operators.

Page 21 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

ii) The characteristics of the various machines available should be considered against the
operating requirements and the surroundings in which the crane will operate before a par-
ticular type of crane is selected.
iii) Care should be taken in the assessment of wind loads both during operations and out of
service. Account should also be taken of the effects of high structures on wind forces in
the vicinity of the crane.
iv) The ground on which the tower crane stands should have the requisite bearing capacity.
Account should be taken of seasonal variations in ground conditions.
v) Bases for tower cranes and tracks for rail-mounted tower cranes should be firm and level.
Tower cranes should only operate on gradients within limits specified by the
manufacturer. Tower cranes should only be erected at a safe distance from excavations
and ditches.
vi) Tower cranes should be sited where there is clear space available for erection, operation
and dismantling. As far as possible, cranes should be sited so that loads do not have to
be handled over occupied premises, over public thoroughfares, other construction works
and railways or near power cables.
vii) Where two or more tower cranes are sited in positions where their jibs could touch any
part of the other crane, there should be direct means of communication between them
and a distinct warning system operated from the cab so that one driver may alert the
other of impending danger.
viii) The manufacturers' instructions on the methods and sequence of erection and
dismantling should be followed. The crane should be tested before being taken into use.
ix) The climbing operation of climbing tower cranes should be carried out in accordance with
manufacturers' instructions. The free-standing height of the tower crane should not
extend beyond what is safe and permissible in the manufacturers' instructions.
x) When the tower crane is left unattended, loads should be removed from the hook, the
hook raised, the power switched off and the boom brought to the horizontal. For longer
periods or at times when adverse weather conditions are expected, out of service
procedures should be followed. The main jib should be slewed to the side of the tower
away from the wind, put into free slew and the crane immobilised.
xi) A windspeed measuring device should be provided at an elevated position on the tower
crane with the indicator fitted in the drivers' cab.
xii) Devices should be provided to prevent loads being moved to a point where the
corresponding safe working load of the crane would be exceeded. Name boards or other
items liable to catch the wind should not be mounted on a tower crane other than in
accordance with the manufacturers' instructions.
xiii) Tower cranes should not be used for magnet, or demolition ball service, piling operations
or other duties, which could impose excessive loading on the crane structure.
6.9.6 Lifting ropes

i) Only ropes with a known safe working capacity should be used as lifting ropes.
ii) Lifting ropes should be installed, maintained and inspected in accordance with
manufacturers' instructions.
iii) Repaired steel ropes should not be used on hoists.
iv) Where multiple independent ropes are used, for the purpose of stability, to lift a work
platform, each rope should be capable of carrying the load independently.
6.10 VEHICLE MOVEMENT
6.10.1 Park vehicles only at designated places. Don't block roads to create hindrance for other
vehicles.
6.10.2 Don't overload the vehicle.

Page 22 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

6.10.3 Obey speed limits and traffic rules.


6.10.4 Always expect the unexpected and be a defensive driver.
6.10.5 Drive carefully during adverse weather and road conditions.
6.10.6 Read the road ahead and ride to the left.
6.10.7 Be extra cautious at nights. Keep wind screens clean and lights in working condition.
6.10.8 All vehicles used for carrying workers and construction materials must undergo
predictive/preventive maintenance and daily checks
6.10.9 Driver with proper valid driving license shall only be allowed to drive the vehicle
6.10.10 Routes shall be leveled, marked and planned in such a way so as to avoid potential
hazards such as overhead power lines and sloping ground etc.
6.10.11 While reversing the vehicles, help of another worker should be ensured at all times
6.10.12 An unattended vehicle should have the engine switched off
6.10.13 Wherever possible one-way system shall be followed
6.10.14 Barriers/fixed stops should be provided for excavation/openings to prevent fall of vehicle
6.10.15 Load should be properly secured
6.10.16 The body of the tipper lorry should always be lowered before driving the vehicle off.
6.10.17 Signs/signals/caution boards etc. should be provided on routes .
6.11 ELECTRICAL
6.11.1 General Provisions

i) Only persons having valid licenses should be allowed to work on electrical facilities.
ii) No person should be allowed to work on live circuit. The same, if unavoidable, special
care and authorisation need to be taken.
iii) Treat all circuits as "LIVE" unless ensured otherwise.
iv) Electrical "Tag Out" procedure "MUST" be followed for carrying out maintenance jobs.
v) Display voltage ratings prominently with "Danger" signs.
vi) Put caution/notice signs before starting the repair works.
vii) All electrical equipment operating above 250V shall have separate and distinct
connections to earth grid.
viii) Proper grounding to be ensured for all switch boards and equipment including Portable
ones prior to taking into service.
ix) Make sure that electrical switch boards, portable tools, equipments (like grinding machine
etc.) don't get wet during their usage. If it happens, stop the main supply, make the tools
dry and then only use them. Check proper earthing.
All temporary switch boards/ KIOSKS put up at work site should be suitably protected
from rain and the level of same should be high enough to avoid contact with water due to
water logging.
x) Don't work wet on electrical system.
xi) Don't overload the electrical system.
xii) Use only proper rated HRC fuses.
xiii) Industrial type extension boards and Plug sockets are only to be used.
xiv) ELCB for all temporary connections must be provided. Use insulated 3-pin plug tops.

Page 23 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

xv) All power supply cables should be laid properly and neatly so that they don't cause
hindrance to persons working and no physical damage also takes place to the cables
during various construction activities.
xvi) All Power cables to be properly terminated using glands and lugs of proper size and
adequately crimped.
xvii) Use spark-proof/flame proof type electrical fittings in Fire Hazard zones as per area
classification under OISD-STD-113.
xviii) Check installations of steel plates/pipes to protect underground cables at crossings.
xix) Don't lay unarmored cable directly on ground, wall, roof or trees. All temporary cables
should be laid at least 750 mm below ground and cable markers should be provided.
Proper sleeves should be provided at road crossings. In case temporary cables are to be
laid on wooden poles/steel poles, the minimum cable heights should be 4.5 M.
xx) Maintain safe overhead distance of HT cables as per Indian Electricity Rules and relevant
acts.
xxi) Don't connect any earthing wire to the pipelines/structures.
xxii) Don't make any unsafe temporary connections, naked joints/wiring etc.
xxiii) Ensure that temporary cables are free from cuts, damaged insulation, kinks or improper
insulated joints.
xxiv) Check at periodic intervals that pins of sockets and joints are not loose.
xxv) Protect electrical wires/equipments from water and naked flames.
xxvi) Illuminate suitably all the work areas.
xxvii) All switchboards should be of MS structure only and incoming source should be marked.
xxviii) Hand lamps should not be of more than 24V rating.
xxix) Fire extinguishers (DCP/CO2/Sand buckets) should be kept near temporary switch boards
being used for construction purposes. Don't use water for fighting electrical fires.
xxx) Insulating mats shall be provided in the front and back end of switch boards.
xxxi) All parts of electrical installations should be so constructed, installed and maintained as to
prevent danger of electric shock, fire and external explosion.
Periodic checking/certification of electrical safety appliances such as gloves, insulating
mats, hoods etc. to be done/witnessed along with maintaining a register at site signed by
competent authority.
xxxii) A notice displaying following, should be kept exhibited at suitable places:
a) prohibiting unauthorised persons from entering electrical equipment rooms or from
handling or interfering with electrical apparatus;
b) containing directions as to procedures in case of fire, rescue of persons in contact with
live conductors and the restoration of persons suffering from electric shock;
c) specifying the person to be notified in case of electrical accident or dangerous
occurrence, and indicating how to communicate with him.
xxxiii) No other cables/pipes to be laid in trench used for electrical cables.
xxxiv) Utmost care should be taken while excavating Earth from cable trench to avoid damage
or any accident.
xxxv) Sub-station floor cut-outs meant for switch board installations to be covered wherever
installation is incomplete.
NOTE: A Residual Current Operated Circuit Breaker (RCCB) or Earth Leakage Circuit Breaker
(ELCB), when installed, protects a human being to the widest extent. RCCB or ELCB
should be provided as per Indian Electricity Rules.
6.11.2 Inspection and maintenance

Page 24 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

i) All electrical equipment should be inspected before taking into use to ensure suitability for
its proposed use.
ii) At the beginning of every shift, the person using the electrical equipment should make a
careful external examination of the equipment and conductors, especially the flexible
cables.
iii) Apart from some exceptional cases, work on or near live parts of electrical equipment
should be forbidden.
iv) Before any work is begun on conductors or equipment that do not have to remain live:
a) the current should be switched off by a responsible authorised person;
b) precautions should be taken to prevent the current from being switched on again;
c) the conductors or the equipment should be tested to ascertain that they are dead;
d) the conductors and equipment should be earthed and short-circuited;
e) neighbouring live parts should be adequately protected against accidental contact.
v) After work has been done on conductors and equipment, the current should only be
switched on again on the orders of a competent person after the earthing and short-
circuiting have been removed and the workplace reported safe.
vi) Electricians should be provided with approved and tested tools, and personal protective
equipment such as rubber gloves, mats etc.
vii) All conductors and equipment should be considered to be live unless there is a proof of
the contrary.
viii) When work has to be done in dangerous proximity to live parts the current should be cut
off. If for operational reasons this is not possible, the live parts should be fenced off or
enclosed by qualified staff from the sub-station concerned.

6.11.3. Testing

i) Electrical installations should be inspected and tested and the results recorded.
ii) Periodic testing of the efficiency of the earth leakage protective devices should be carried
out.
iii) Particular attention should be paid to the earthing of apparatus, the continuity of
protective conductors, polarity and insulation resistance, protection against mechanical
damage and condition of connections at points of entry.
6.12 OFFSHORE
6.12.1 General

The isolated nature of offshore installations are hazardous. They call for greater need for safety
and survival at offshore. Safety at offshore is safety of installations and safety of personnel.
Safety problems and accidents at offshore have high risks due to limited space, helicopter
operation, sea transport etc. Following are the general safety guidelines to be followed in addition
to the safety guidelines stipulated for specific jobs dealt later on:
i) Workers should be well trained to do their job independently with high degree of self-
control and self-discipline.
ii) On arrival at offshore, everyone should be briefed about the safety rules to be followed at
offshore, evacuation system etc. All personnel should wear overall (dangri), helmet and
shoes for personnel protection.
iii) In case of emergency, workers should follow instruction of Field Production
Superintendent (F.P.S.) In certain cases instructions may be given to abandon the
offshore installation and evacuate the persons to safe location.

Page 25 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

iv) To overcome above problems, offshore personnel must receive training for using life
saving appliances and other personal survival techniques.
v) Any person working at offshore should have one person as standby for any eventuality.
6.12.2 Drilling Rigs

i) Location of jack up rigs should not be less than 5 Kms from shipping route. Orientation of
the rig, wind direction etc are required for safe landing of helicopter. Information w.r.t. sea
currents, wind speed, Hi-lo tide etc are required for mooring of supply vessels.
ii) Sea bed condition at every location should be ensured for safety of rig.
iii) Radio and other communication facilities should be such to maintain contact with base all
times.
iv) During toeing of rig, the rig deck should be clear of load, toeing lines should be in good
condition and tensions in various toeing lines should be constantly monitored.
v) Few steps during toeing are:
a) crane booms should be secured to their vesta,
b) all hatches and water tight doors should be closed,
c) number of personnel on board should be restricted,
d) evacuate in case of emergency and operation should be completed preferably in
day light.
6.12.3 Drilling

i) In view of CO2 and H2S gas cut from well, effective ventilation should be provided where
drilling is in progress.
ii) Safety alarm shall be checked in advance in view of failure of ventilation system.
iii) Suitable sensors for H2S and Methane should be function tested time to time and suitable
colour code should be given.
iv) Working areas of the crane should be illuminated during night to avoid accident.
v) Clear space should be available for despatch and receipt of load and, in particular,
basket transfer of passengers. Persons engaged in loading/unloading of materials
should be protected from falling into the sea.
vi) Signal light should be fitted at the top of the jib.
vii) Crane hook should be fitted with safety latches.
viii) Experienced person should be engaged in operation of specific equipment like winches,
cranes etc.
ix) At least three cable turns shall always be there on the winch drum.
x) Adequate communication like walkie talkie, round robin phone should be available
between the crane operator, supervisor and helper.
xi) Crane operation should be completely stopped during helicopter landing/taking off.
xii) Except for helicopter landing deck, all decks, platforms, bridges, ladders should have
rigid and fixed guard rails atleast one meter high and should have one intermediate rail
midway between the handrail and 100 mm toe board.
xiii) Wooden ladders shall not be used at offshore.
xiv) Flow sensor in the flow line should be ensured for safe working and to avoid blow out.
xv) Hydrogen sulphuide gas In offshore is of great risk and at 10 ppm (0.001%) concentration
in air, a person should not be exposed for more than 8 hours, If concentration is more,
then breathing apparatus should be used. Corrosion of equipment is also caused by H2S.
xvi) Portable H2S gas detector should be continously used.
6.12.4 Production Platforms

Page 26 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

i) In case hydrocarbon Is released due to overpressure, leak, overflow, gas blow etc., shut
down process to stop flow of hydrocarbon. Prevent ignition of released hydrocarbon and
in case of fire shut in the process complex and follow emergency contigency plan.
ii) Sub surface safetv valve (SSSV)) below the well head should be actuated during
uncontrolled well -flow and they should be regularly checked.
iii) Surface safety valve or SDV should be checked for no gas leakage from bleed port /
flange etc., in the well head area. It should not be in "mechanical override" or bypassed
from panel.
iv) High pressure gas lift lines - blowdown system should be O.K.
v) Auto actuation of SDVs in the inlet of pressure vessels should be O.K. and in "normal
position" from shutdown panels. A record of status of switches normal/bypassed in auto-
con* panels (PSH, PSL, LSL, ILSL) should be maintained.

∗ Shut Down Panels


vi) Welders rectifier set and electrical connections to it should be checked and approved by
electrical-in- charge for proper electrical safely.
vii) “SCADA" telementry system if available should be operational for remote opening and
closing of wells at unmanned platforms (through RPMC).
viii) Local ESD/FSD (near the work site) should be provided for jobs of very critical nature, so
that the persons working can access it immediately in emergency for safety. Safety officer
should judge the requirement & inform FPS for the same.
ix) Railings and Gratings etc. in and around work area should be O.K. and inspected to
avoid slippage of man into sea.
x) Emergency shut down (ESD) system is initiated when an abnormal condition is detected.
ESD should be checked once in six months.
xi) Platform should be manned round the clock.
xii) Welding and cutting work should be regulated by hot work permit.
xiii) All detectors should be calibrated as per recommendation of the manufacturer.
xiv) No system should be by-passed which affects the system of platform.
xv) In H2S field platforms, due care shall be taken as per recommendations.
xvi) Follow the instructions of F.P.S. during stay at platform
6.12.5 Fire Prevention And Control

i) Provision be made for safe handling and storage of dirty rags, trash, and waste oil.
Flammable liquids and chemicals applied on platform should be immediately cleaned.
ii) Paint containers and hydrocarbon samples, gas cylinders for welding and cutting should
be stored properly. Cylinders should be transported in hand-cart.
iii) Smoking should be restricted and no smoking area should be identified.
iv) Special attention should be given to crude oil pump seals, diesel and gas engines which
are potential source of ignition in the event of failure.
v) Fire and smoke detectors i.e. ultraviolet heat, thermal and smoke detector should be
function tested once in three months.
vi) Fire is controlled in offshore by water spraying, Halon, CO2 flooding, DCP and sprinkler
system.
vii) Foaming agent is applied for controlling fire in liquid hydrocarbon. The system is not
effective in gas fire.
viii) Light weight breathing system should be used.

Page 27 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

ix) The fire control plan at offshore should reveal control station, fire alarms and fire
detectors, deluge valves and sprinkler, fire extinguishing appliances, fireman outfit and
ventilation system.
x) Fire fighting equipment should be maintained in ready to use condition.
6.12.6 Life Saving Appliances

i) Life boats with a speed of 6 knots and carrying capacity upto 50 persons are used in
offshore.
ii) No. of life boats on one installation should have a capacity to accommodate twice the
number of persons onboard installation.
iii) Launching appliances and life boat equipment should be checked every week.
iv) Boat landing areas should be adequately illuminated.
v) Life raft has no power and they rely on drift.
vi) Life jacket lifts the wearer after entering water.
vii) Life buoys are used to rescue persons if any person accidentally falls in the sea.
viii) All life saving appliances should be inspected by the MMD surveyor /sr. officials once a
year.
ix) Every life boat shall be inspected once a week.
x) Every life boat and life raft should be serviced once a year by a competent authority,
6.12.7 Safety Precautions during Helicopter Transportation

i) Passenger briefing regarding safety rules while travelling in helicopter should be carried
out before boarding the helicopter.
ii) Emergency procedure should be briefed to all the passenger In case helicopter is to ditch
into the sea.
iii) Heli-pad should have a non-skid surface. Nylon rope net should be stretched on the
deck.
iv) Proper drainage should be available on helideck.
v) There should be no obstruction on the helideck itself and within 3 meters of its parameter.
Closest super structure above the helideck should have red obstruction light.
vi) While landing fire crew of two persons should be standby adjacent to helideck.
vii) Heli-deck should be properly illuminated for night landing.
viii) During switching off helicopter, persons should not be allowed to go out/ towards
helicopter

6.13 DEMOLITION
6.13.1. General provisions

i) When the demolition of any building or structure might present danger to workers or to the
public:
(a) necessary precautions, methods and procedures should be adopted, including those
for the disposal of waste or residues;
(b) the work should be planned and undertaken only under the supervision of a competent
person.
ii) Before demolition operations begin:
(a) structural details and builders' drawings should be obtained wherever possible;

Page 28 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

(b) details of the previous use should be obtained to identify any possible contamination
and hazards from chemicals, flammables, etc.;
(c) an initial survey should be carried out to identify any structural problems and risks
associated with flammable substances and substances hazardous to health. The
survey should note the type of ground on which the structure is erected, the condition
of the roof trusses, the type of framing used in framed structures and the load-bearing
walls;
(d) a method of demolition should be formulated after the survey and recorded in a
method statement having taken all the various considerations into account and
identifying the problems and their solutions;
iii) All electric, gas, water and steam service lines should be shut off and, as necessary,
capped or otherwise controlled at or outside the construction site before work
commences.
iv) If it is necessary to maintain any electric power, water or other services during demolition
operations, they should be adequately protected against damage.
v) As far as practicable, the danger zone round the building should be adequately fenced off
and sign posted. To protect the public a fence 2m high should be erected enclosing the
demolition operations and the access gates should be secured outside working hours.
vi) The fabric of buildings contaminated with substances hazardous to health should be
decontaminated. Protective clothing and respiratory devices should be provided and
worn.
vii) Where plant has contained flammable materials, special precautions should be taken to
avoid fire and explosion.
viii) The plant to be demolished should be isolated from all other plant that may contain
flammable materials. Any residual flammable material in the plant should be rendered
safe by cleaning, purging or the application of an inert atmosphere as appropriate.
ix) Care should be taken not to demolish any parts, which would destroy the stability of other
parts.
x) Demolition activities should not be continued under adverse climatic conditions such as
high winds, which could cause the collapse of already weakened structures.
xi) To prevent hazards parts of structures should be adequately shored, braced or otherwise
supported.
xii) Structures should not be left in a condition in which they could be brought down by wind
pressure or vibration.
xiii) Where a deliberate controlled collapse technique is to be used, expert engineering advice
should be obtained, and:
(a) it should only be used where the whole structure is to come down because it relies on
the removal of key structural members to effect a total collapse;
(b) it should only be used on sites that are fairly level and where there is enough
surrounding space for all operatives and equipment to be withdrawn to a safe
distance.
xiv) When equipment such as power shovels and bulldozers are used for demolition, due
consideration should be given to the nature of the building or structure, its dimensions, as
well as to the power of the equipment being used.
xv) If a swinging weight is used for demolition, a safety zone having a width of at least one-
and-a-half times the height of the building or structure should be maintained around the
points of impact.
6.13.2. Demolition of structural steelwork

i) All precautions should be taken to prevent danger from any sudden twist, spring or
collapse of steelwork, ironwork or reinforced concrete when it is cut or released.
ii) Steel construction should be demolished tier by tier.

Page 29 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

iii) Structural steel parts should be lowered and not dropped from a height.
6.14 RADIOGRAPHY

6.14.1 All radiography jobs shall be carried out as per BARC Safety Regulations
6.14.2 During field radiography, nearby area around the radiation source should be cordoned off.
6.14.3 If the field radiography is to be done at the same location repeatedly, it is advisable to
provide either a wire fencing around or a temporary brick enclosure.
6.14.4 Special permission/permit should be taken for radiography from area-in-charge.
6.14.5 As far as possible, field radiography should be done only during night time when there is
little or no occupancy there.
6.14.6 Radiation warning signals should be pasted all along the cordoned off area.
6.14.7 Entry into the restricted area by unauthorised persons should be strictly prohibited during
exposure.
6.14.8 The radiation level alongwith the cordon should be monitored by a suitable and well-
calibrated radiation survey meter.
6.14.9 All personnel working with radiography sources should wear appropriate protective
equipment and film badges issued by BARC.
6.14.10 Protection facilities such as manipulator rod, remote handling tongs, lead pots, radiation
hazard placards and means of cordon off shall be available at each site.
6.14.11 The radiography source shall never be touched or handled directly with hands.
6.14.12 The package containing radiography cameras and sources should never be carried by
public transport like bus, train etc.
6.14.13 Radiography sources and cameras, when not in use, should be stored inside a source pit
with lock and key arrangement as approved by BARC. The storage room should
preferably be located in an isolated area of minimum occupancy and radiation level
outside the storage room should not exceed 0.25 mR/hr as per BARC Regulations.
6.14.14 In case of an accident (due to loss or of damage to radiography source), action should be
taken in line with BARC Safety Rules/Guidelines.

6.15 SAND/SHOT BLASTING/ SPRAY PAINTING

6.15.1 Sand blasting should be used only after approval from competent person.
6.15.2 Air Compressor used for sand/shot blasting/painting should have guard and positioned
away from the work place.
6.15.3 Exhaust of the prime mover, if IC engine is used, should be directed away from the work
place.
6.15.4 In case of motor driven compressor, the body of the motor as well as the compressor to
be properly earthed.
6.15.5 The hoses used for compressed air should be of proper quality, and health of the same to
be ensured through regular check/ test.
6.15.6 The operator of sand/shot blasting/painting should wear suitable PPE's including mask.
6.15.7 Adequate measures to be taken to suppress dust/spray particle.
6.15.8 Sand used for sand blasting should be suitably covered & protected from to rain/moisture.
6.15.9 When these activities are done in confined places, adequate measure to be taken for
proper ventilation.

6.16 WORK ABOVE WATER

Page 30 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

6.16.1 General Provisions


i) Where work is done over or in close proximity to water & where possibility of drowning
exists, provision should be made for:
a) Preventing workers from falling into water;
b) The rescue of workers in danger of drowning;
c) Safe and sufficient transport.

ii) Provisions for the safe performance of work over or in close proximity to water should
include, where appropriate, the provision and use of suitable and adequate:

a) fencing, safety nets and safety harnesses;


b) lifebuoys, life jackets and manned boats;
c) protection against such hazards as reptiles and other animals.
iii) Gangways, pontoons, bridges, footbridges and other walkways or work places over water
should:
a) possess adequate strength and stability;
b) be sufficiently wide to allow safe movement of workers;
c) have level surfaces free from tripping hazards;
d) be adequately lit when natural light is insufficient;
e) where practicable and necessary, to prevent danger, be provided with toe-boards, guard
rails, hand ropes etc.
f) be secured to prevent dislodgment by rising water or high winds;
g) if necessary, be equipped with ladders which should be sound, of sufficient strength and
length and be securely lashed to prevent slipping.
iv) All deck openings including those for buckets should be fenced.
6.16.2 Rescue & Emergency procedures

i) Persons who work over water should be provided with some form of buoyancy aid. Life
jackets should provided sufficient freedom of movement, have sufficient buoyancy to
bring persons to the surface and keep them afloat face upwards, be easily secured to the
body, be readily visible by way of self luminous paint/strip.
ii) Nobody should work alone on or above water.
iii) Each worker should be trained in the procedure to be followed in the event of an
emergency.
7.0 ADDITIONAL SAFETY PRECAUTION FOR UNITS WITH HYDROCARBONS
In addition to general safety precautions as outlined above for the activities in Clause 6.0,
following additional safety precautions need to be taken for the sites within the operating
area or nearby, where presence of Hydrocarbons cannot be ruled out.
i) No job shall be carried out without a valid permit. Permit should be in line with OISD-
STD-105 "Work Permit System".
ii) Smoking should be prohibited in all places containing readily combustible or flammable
materials and "No Smoking" notices be prominently displayed.
iii) In confined spaces and other places where flammable gases, vapours or dusts can
cause danger, following measures should be taken:
(a) only approved type electrical installations and equipment, including portable lamps,
should be used;
(b) there should be no naked flames or source of ignition;
(c) oily rags, waste and clothes or other substances liable to spontaneous ignition should
be removed without delay to a safe place;
(d) ventilation should be provided.
iv) Regular inspections should be made of places where there are fire risks. These include
the vicinity of heating appliances, electrical installations and conductors, stores of
flammable and combustible materials, welding and cutting operations.

Page 31 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

v) Welding, flame cutting and other hot work should only be done after issuance of work
permit in line with the requirement of OISD-STD-105 after appropriate precautions, as
required, are taken to reduce the risk of fire. For carrying out other jobs also, OISD-STD-
105 should be followed strictly.
vi) Fire-extinguishing equipment should be well maintained and inspected at suitable
intervals by a competent person. Access to fire-extinguishing equipment such as
hydrants, portable extinguishers and connections for hoses should be kept clear at all
times.
vii) All supervisors and a sufficient number of workers should be trained in the use of fire-
extinguishing equipment, so that adequate trained personnel are readily available during
all working periods.
viii) Audio means to give warning in case of fire should be provided where this is necessary to
prevent danger. Such warning should be clearly audible in all parts of the site where
persons are liable to work. There should be an effective evacuation plan so that all
persons are evacuated speedily without panic and accounted for and all plant and
processes shut down.
ix) Notices should be posted at conspicuous places indicating:
(a) the nearest fire alarm;
(b) the telephone number and address of the nearest emergency services.
x) The work site shall be cleared of all combustible materials, as Sparks and molten metal
coming from the welding job can easily ignite combustible materials near or below the
welding site. If the combustible materials cannot be removed from the area, the same
shall be properly shielded.
xi) A dry chemical type fire extinguisher shall be made available in the work area. Also fire
protection facilities like running hoses etc. as per permit should be complied with.
xii) Wherever required, welding screens shall be put up to protect other equipment in
adjoining areas against flying sparks. Material used should be metal/asbestos/water
curtain.
xiii) Welding or cutting of vessels/ equipments used in Hydrocarbon/ hazardous chemicals
shall be done after proper gas freeing and verifying the same with the explosive-meter.
xiv) The confined space/equipment shall be gas freed and cleaned.
xv) Absence of any toxic gas and any flammable gas above explosion limit shall be ensured
with the help of gas detection instrument and explosive meter respectively.
xvi) Used and hot electrode stubs shall be discarded in a metal bucket.
xvii) Use approved and certified flame arrestors for vehicles.
xviii) Work permit to be obtained, if construction work is carried out within existing operating
area.
8.0 FIRST AID

First aid facilities should be provided in line with various statutory regulations like factory
act etc. However following care should be taken:

i) First aid, including the provision of trained personnel should be ensured at work sites.
Arrangement should be made for ensuring the medical attention of the injured workers.
First aid box should be as per the Factory rules.
ii) Suitable rescue equipment, like stretchers should be kept readily available at the
construction site.
iii) First-aid kits or boxes, as appropriate and as per statutory requirements, should be
provided at workplaces and be protected against contamination by dust, moisture etc.
iv) First-aid kit or boxes should not keep anything besides material for first aid in
emergencies.

Page 32 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

v) First-aid kits and boxes should contain simple and clear instructions to be followed, be
kept under the charge of a responsible person qualified to render the first aid and be
regularly inspected and stocked.
vi) Where the work involves risk of drowning, asphyxiation or electric shock, first-aid
personnel should be proficient in the use of resuscitation and other life saving techniques
and in rescue procedures.
vii) Emergency telephone numbers of nearby Hospitals, Police, Fire Station and
Administration should be prominently displayed.
9.0 DOCUMENTATION

The intention of keeping documentation of all types of accident(s) is to prevent recurrence


of similar accident(s). All accidents should be reported as per OISD Guidelines (OISD-
GDN-107) and Factories act, 1948.
All accidents (major, minor or near miss) should be investigated, analysed and
recommendations should be documented along with implementation status.
All related data should be well-documented and further analysis highlighting the major
cause(s) of accidents be done. This will help in identifying thrust areas and training needs
for prevention of accidents.

10.0 SAFETY AWARENESS & TRAINING

Safety awareness to all section of personnel ranging from site-in-charge to workmen


helps not only preventing the risk but also build up the confidence. Time and
expenditures also get saved as a result.
Safety awareness basically seeks to persuade/inform people on safety besides
supplementing skill also. Awareness programme may include followings:
i) Poster: Posters with safety slogan in humorous, gruesome demonstrating manner may
be used to discourage bad habits attributable to accidents by appealing to the workers'
pride, self-love, affection curiosity or human aspects. These should be displayed in
prominent location(s).
ii) Safety Sign Boards: Different type of message of cautioning, attention, notice etc.
should be displayed at the appropriate places for learning/ awareness of the workmen
while working at site.
iii) Films & Slides: Film(s) narrating the accident including the causes and possible remedial
ways of preventing the recurrence of a similar accident should be displayed at regular
intervals. Slides consisting main points of the film show may also be shown to workers.

Page 33 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

iv) Talks, lectures & conferences: The success of these events would depend much on
audience’s understandings of the speaker (s). The speakers are to be knowledgeable and
good presenter. Speakers should know to hold the attention and to influence the
audiences.
v) Competitions: Organise competition(s) between the different deptts/categories of
workers. The sense of reward/recognition also will improve safety awareness and result in
enhancing safety levels.
vi) Exhibitions: Exhibitions also make the workers acquainted with hazards and means of
preventive measures.
vii) Safety Publication: Safety publications including pocket books dealing with ways of
investigation and prevention in the field of safety and so on, may be distributed to workers
to promote the safety awareness.
viii) Safety Drives: From time to time, an intensive safety drive by organising a safety day or
a safety week etc. should be launched.
ix) Training: Training for covering the hazards for different trade should be imparted.
Training should also include the specific hazards related to a job in addition to the general
safety training as has been dealt in various chapters and should include all workers.
Reference may be drawn from OISD-STD-154.
11.0 REFERRENCES
i) Factory Act, 1948
ii) Indian Electricity Rules
iii) Safety & Health in Construction by ILO
iv) The Building & Other Construction Workers (Regulation, Employment and Conditions of
Service) Act 1996

Page 34 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

ANNEXURE I

LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF


INDIAN STANDARDS

Sr.no Code No. Title

01. IS : 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations – First Revision.
02. IS : 875 Code of practice for Structural safety of buildings: Masonry walls
03. IS : 933 Specification for Portable Chemical Fire Extinguisher, Foam
Type – Second Revision.
04. IS : 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision.
05. IS : 1904 Code of practice for Structural safety of buildings: Shallow
foundations
06. IS : 1905 Code of practice for Structural safety of buildings: Masonry walls
07. IS : 2171 Specification for Portable Fire Extinguishers, Dry Powder Type –
Second Revision.
08. IS : 2361 Specification for Building Grips – First Revision.
09. IS : 2750 Specification for Steel Scaffoldings.
10. IS : 2925 Specification for Industrial Safety Helmets – First Revision.
11. IS : 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision.
12. IS : 3521 Industrial safety belts and harnesses
13. IS : 3696 – Part I Safety Code for Scaffolds and Ladders : Part I – Scaffolds.
14. IS : 3696 – Part II Safety Code for Scaffolds and Ladders : Part II – Ladders.
15. IS : 3764 Safety Code for Excavation Work.
16. IS : 4014 -Part I & II Code of practice for Steel tubular scaffolding
17. IS : 4081 Safety Code for Blasting and Related Drilling Operations.
18. IS : 4082 Recommendations on staking and storage of construction
materials at site
19. IS : 4130 Safety Code for Demolition of Buildings – First Revision.
20. IS : 4138 Safety Code Working in Compressed Air-First Revision
21. IS : 4756 Safety code for Tunneling works
22. IS : 4912 Safety requirements for Floor and Wall Openings, Railings and
toe Boards –First Revision.
23. IS : 5121 Safety Code for Piling and other Deep Foundations.
24. IS : 5916 Safety Code for Construction involving use of Hot Bituminous
Materials.
25. IS : 5983 Specification for Eye Protectors – First Revision.
26. IS : 6922 Structures subject to underground blasts, criteria for safety and
design of
27. IS : 7155 Code of recommended practices for conveyor safety
28. IS : 7205 Safety Code for Erection on Structural Steel Works.

Page 35 of 36
APPENDIX III: SAFETY PRACTICES DURING CONSTRUCTION FORMING PART OF GCC.

Sr. Code No. Title


No

29. IS : 7069 Safety Code for Handling and Storage of Building Materials.
30. IS : 7293 Safety Code for Working with Construction Machinery.
31. IS : 7323 Guidelines for operation of Reservoirs
32. IS : 7969 Safety code for handling and storage of building material
33. IS : 8758 Recommendation for Fire Precautionary Measures in
construction of Temporary Structures and Pandals.
34. IS : 8989 Safety Code for Erection of Concrete Framed Structures.
35. IS : 9706 Code of Practices for construction of Arial ropeways for
transportation of material
36. IS : 9759 Guidelines for de-watering during construction
37. IS : 9944 Recommendations on safe working load for natural and man-
made fibre roap slings
38. IS : 10291 Safety code for dress divers in civil engineering works
39. IS :10386 – Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects.
40. IS :10386 – Part II Safety Code for Construction, Operation and Maintenance of
River Valley Projects.
41. IS : 11057 Code of practice for Industrial safety nets
42. IS : 13415 Code of Practice on safety for Protective barriers in and around
building
43. IS : 13416 Recommendations for preventive measures against hazards at
working places

Page 36 of 36
Annexure C

Drawings
ENVELOPE A: TECHNICAL/ COMMERCIAL BID

TENDER NO.: LOBP/ENGG/PT-01/2011-12


DUE DATE & TIME: 04/10/2011 AT 14.00 HRS
SUB: DESIGN, DETAILED ENGINEERING, FABRICATION, SUPPLY,
TESTING, INSPECTION, ERECTION, COMMISSIONING OF TANKAGES,
PIPELINES AND ALLIED WORK FOR CONSTRUCTION OF HBF & KOOLANT
BLENDING & FILLING FACILITIES AT LOBP ASAOTI

E.M.D Ref. No. _________________


TO,
DY. GENERAL MANAGER (PLANT),
INDIAN OIL CORPORATION LIMITED
Name & Address of the Tenderer : (MARKETING DIVISION),
_______________________________________ LUBE OIL BLENDING PLANT, ASAOTI
_______________________________________ VIALLGE & P.O. – ASAOTI,
_______________________________________ FARIDABAD – 121002.
ENVELOPE B: PRICE BID

TENDER NO.: LOBP/ENGG/PT-01/2011-12


DUE DATE & TIME: 04/10/2011 AT 14.00 HRS
SUB: DESIGN, DETAILED ENGINEERING, FABRICATION, SUPPLY,
TESTING, INSPECTION, ERECTION, COMMISSIONING OF TANKAGES,
PIPELINES AND ALLIED WORK FOR CONSTRUCTION OF HBF & KOOLANT
BLENDING & FILLING FACILITIES AT LOBP ASAOTI

E.M.D Ref. No. _________________


TO,
DY. GENERAL MANAGER (PLANT),
INDIAN OIL CORPORATION LIMITED
Name & Address of the Tenderer :
(MARKETING DIVISION),
_______________________________________
LUBE OIL BLENDING PLANT, ASAOTI
_______________________________________
VIALLGE & P.O. – ASAOTI,
_______________________________________
FARIDABAD - 121002,
ENVELOPE “C”
EARNEST MONEY DEPOSIT INSTRUMENTS

TENDER NO. : LOBP/ENGG/PT-01/2011-12


DUE DATE & TIME: 04/10/2011 AT 14.00 HRS
SUB: DESIGN, DETAILED ENGINEERING, FABRICATION, SUPPLY, TESTING, INSPECTION, ERECTION,
COMMISSIONING OF TANKAGES, PIPELINES AND ALLIED WORK FOR CONSTRUCTION OF HBF & KOOLANT
BLENDING & FILLING FACILITIES AT LOBP ASAOTI
ENVELOPE D: TECHNICAL/ COMMERCIAL, PRICE BID &
TENDER FEE/ EARNEST MONEY DEPOSIT INSTRUMENTS

TENDER NO.: LOBP/ENGG/PT-01/2011-12


DUE DATE & TIME: 04/10/2011 AT 14.00 HRS
SUB: DESIGN, DETAILED ENGINEERING, FABRICATION, SUPPLY,
TESTING, INSPECTION, ERECTION, COMMISSIONING OF TANKAGES,
PIPELINES AND ALLIED WORK FOR CONSTRUCTION OF HBF & KOOLANT
BLENDING & FILLING FACILITIES AT LOBP ASAOTI

E.M.D Ref. No. _________________ TO,


DY. GENERAL MANAGER (PLANT),
Name & Address of the Tenderer : INDIAN OIL CORPORATION LIMITED
_______________________________________ (MARKETING DIVISION),
_______________________________________ LUBE OIL BLENDING PLANT, ASAOTI
_______________________________________ VIALLGE & P.O. – ASAOTI,
FARIDABAD - 121002,

You might also like