Sunteți pe pagina 1din 245

15000119-HB-11577:7d4c6224d0ff23e24f0810da78b8fd87

Tender No. : 15000119-HB-11577

Tender Published On : 25-Nov-2015 14:23

Basic Information Of Tender


Title

Composite work @ MP2 Instn KBS

Description

COMPOSITE WORK FOR MP2 INSTALLATION IN KHOPOLI

Tender Type

Limited

Tender Scope

Domestic

Bid Type

Two Bid

Evaluation Criteria

Overall L1 for all items

Tender Due Date & Time

09-Dec-2015 15:00

Pre Bid Conference Start Date & Time


Pre Bid Conference End Date & Time
Queries Start Date & Time

25-Nov-2015 15:00

Quries End Date & Time

02-Dec-2015 15:00

Un Priced Bid Open Date & Time

09-Dec-2015 15:30

Purchase Deptt.

PURCHASE DEPT- MPPL

TF/EMD Drop Box Address

NA

Tender Description

Digitally signed and encrypted bids under two bid system are invited from shortlisted bidders for Composite work for
installation of 2650 KW Pump MP2 under capacity Augmentation project of Mumbai pune Solapur Pipe at Khopoli
Booster Station,HPCL as per the specifications, terms and conditions enclosed with the tender enquiry.

Notice Inviting Tender


Currency Type
INR

Tender Fee

EMD

0.0

0.0

Delivery Terms - Free to Destination location unless specified otherwise. Validity of offer - 90 days from the initial or extended Due Date for submission
of Tender whichever is later unless specified otherwise. Liquidated Damages accepted unless specified otherwise.
In case bidder does not deviate from the standard offer validity in on line deviation form, bids offer validity shall be considered as mentioned above.
In case a Revised priced bid is initiated for this tender, at a later date (eg Technical evaluation stage etc), it shall be incumbent upon the bidder to submit
revised bids for the specified items/entire tender. In the absence of revised bids rom the bidder within specified time period, the original bid submitted by
the bidder shall not be considered for evaluation.
HPCL reserves the right to reveal the contents of the bid documents submitted by the vendor during the witness bid opening process as per prevailing
policy of the corporation.

Digitally signed by
ANJAIAH
DHANEKULA
Date: 2015.12.07
14:57:51 IST

DK:7d4c6224d0ff23e24f0810da78b8fd87
Document Generated Date & Time : Mon Dec 07 14:50:21 IST 2015
24004565 : NARMADA OFFSHORE CONSTRUCTIONS (P) LTD
15000119-HB-11577::Tender Documents

Description

HPCL File

Spec TC and STC

Spec TC and STC.pdf

Old pump GA drawing

Old pump GA drawing.PDF

New Pump GA drawing

New Pump GA drawing.pdf

Instructions to Bidders

ITB Tender.pdf

Taxes for services

Taxes for Services.pdf

GTC for works contract

GTC for works contract.pdf

Tips on bid submission

TipsBidsubmission.pdf

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

HINDUSTAN PETROLEUM CORPORATION LIMITED


MUMBAI PUNE SOLAPUR PIPELINE
KHOPOLI BOOSTER STATION
MOGALWADI, KHOPOLI
RAIGAD 410203

TENDER DOCUMENT
FOR

COMPOSITE WORK FOR


PUMP MP2 INSTALLATION
AT

KHOPOLI BOOSTER STATION

Page 1 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

INDEX

1. INTRODUCTION
2. SCOPE
3. TECHNICAL SPECIFICATION -CIVIL WORKS
4. SPECIFICATION FOR ERECTION OF ROTATING EQUIPMENT
5. SPECIFICATION FOR FABRICATION AND ERECTION
6. SPECIFICATION FOR INSPECTION,FLUSHING AND TESTING
7. SPECIFICATION FOR NON DESTRUCTION EXAMINATION
8. STRAINER SPEC
9. TECHNICAL NOTES PIPE
10. WELDING SPECIFICATION FOR THE PIPING
11. NEW PUMP GA DRAWING
12. OLD PUMP GA DRAWING
13. SPECIAL TERMS AND CONDITIONS
14. MEASUREMENT OF WORK
15. LIST OF SUPPLIERS OF MAJOR BOUGHT-OUT ITEMS
16. SCHEDULE OF QUANTITY
17. GENERAL TERMS & CONDITION

Page 2 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

INTRODUCTION
Hindustan Petroleum Corporation Limited (HPCL), a Govt. of India undertaking, is operating
508 km long, 14 / 12 dia Mumbai Pune Sholapur underground petroleum product
cross country pipeline for transportation of white oil products from Mumbai Refinery to
Pune and Sholapur.
This Mumbai to Loni section was commissioned in 1986 with a designed thruput of 2.6
MMTPA, which was further augmented in 1993 by addition of Booster Stations at Khopoli
and Talegaon to enhance the overall thruput to 3.67 MMTPA. This pipeline was further
extended from Loni to Solapur via Hazarwadi and Pakni with additional booster station at
Vashi in the year 2006.
HPCL now proposes to augment the capacity of MPSPL from 3.67MMTPA to 5.1MMTPA.
This document covers minimum requirements for various piping materials necessary for the
design of the piping/pipeline facilities proposed under the Capacity Augmentation of MPSPL
project at Khopoli Booster Station situated at Raigad. This specification shall be read in
conjunction with various codes and standards as
applicable.

ADDRESS OF THE LOCATION


HINDUSTAN PETROLEUM CORPORATION LTD.
MUMBAI PUNE SOLAPUR PIPELINE
Khopoli Booster Station
Khopoli, Mugalwadi, Tal: Khalapur
District Raigad-410203
Maharashtra
Tel : 02192-264322/282280
CONTACT PERSONS
Mr. Sanjay Kumar Dewangan (9860021528), Email id: sanjaykdewangan@hpcl.in
Mr. Rajesh B Kamble, Location-in-Charge, (9867678846), Email id : rbkamble@hpcl.in

Page 3 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

SCOPE
BREIF SCOPE
1. This document covers the details of work tendered as described below, detailed scope of
work, detailed scope of supply and other requirements pertaining to work of piping,
mechanical works, Civil works such as revamping of existing high pressure pumping
facilities, piping works, new pump installation (2650kw rating), structural works, pump
foundation works, Misc civil works, hookup with existing piping, etc. Works related to other
disciplines is covered elsewhere in the tender. Radiography of weld joints to be carried out
as per specification. Welding procedure qualification, Welders Qualification and
Radiography interpretation to be carried out by approved Third party Inspection agency.
2. WORK TENDERED
Work tendered as a part of this tender document consists of the following;
1. Station piping works consisting of installation of piping manifold including hook up
with piping at piping/pipeline battery limit, filtering, metering facilities, and mainline
pumps.
2. Carrying out all associated and other mechanical equipment, pressure vessels, rotating
equipment, civil, and all other works detailed elsewhere in the tender.
3. All works related to cleaning, flushing, hydro testing and dewatering of piping facilities and
all other pre-commissioning checks as applicable.
4. Carrying out pre-commissioning of terminal piping and associated facilities and providing
Commissioning assistance to the Company during overall commissioning of the piping
system. Company shall carry out final commissioning of the piping and associated facilities.
5. Provide complete details of manpower, equipment etc. to be deployed. Mobilizing and
providing all equipments, manpower (skilled and unskilled), consumable and other
resources etc. as required for the execution of the complete job defined herein.
3. DETAILED SCOPE OF WORK
The Contractors Scope of Work for the work tendered shall consist of, but not be limited to,
supply (as indicated in Scope of Supply), installation, testing, pre-commissioning and
commissioning assistance station piping complete, with all associated mechanical, civil,
structural, architectural, rotating equipments, pressure vessels as applicable including all
such works which though specifically not indicated here but will otherwise be required to
complete the WORK in all respects.

Page 4 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Scope of work indicated below shall be read in conjunction with Schedule of Rates,
drawings, specifications and other requirements forming part of the Bid/Contract
document.
4. PIPING WORKS
The Composite works related to fabrication, erection, testing, pre-commissioning and
commissioning of piping is as elaborated below:
a. Preliminary equipment layouts for all the Station are included in the Composite Tender.
These drawings are indicative only and are furnished to enable the Bidder to understand
the nature of work involved. Company is getting the detailed engineering carried out for the
piping works and Approved for Construction (AFC) piping general arrangement drawings
(GADs) shall be progressively furnished by the Company to the successful Contractor, at an
appropriate time at project execution stage.
b. Contractor shall carry out all works strictly in accordance with the Approved for
Construction (AFC) drawings and reference specifications/standards, documents, data
sheets etc. enclosed with this tender document and instructions of Company/Engineer-inCharge and other provisions of Contract document.
c. Providing all equipments, manpower, machinery, consumables for fabrication, installation,
inspection, testing and pre-commissioning and assistance during commissioning; all types of
safety tools, tackles, devices and apparatus, equipment etc. including ladders and
scaffolding etc. complete as required including providing all types of consumables, tools,
tackles and facilities for inspection and interpretation of testing results by
Company/Company's Representative personnel.
d. Furnishing and mobilizing at site(s) of all construction equipment, tools and tackles, fully
equipped and fully manned with other required support facilities etc. needed for successful
execution of the works.
e. Receiving and taking over of all Company supplied free issue materials from the
Companys designated place(s) of issue, transportation including loading, unloading,
handling from Companys designated place(s) of issue to Contractors own stock yard(s)/
work site(s)/work shop(s) including arranging all necessary intermediate storage area(s)
thereof as required till the permanent installation of materials.
f. Procurement and supply of all materials, equipments that are included in the scope of
supply of Contractor, transportation of all materials from manufacturers works including
loading, unloading, handling, storing and transportation to work site(s)/work shop(s)
including arranging all necessary intermediate storage area(s) thereof, as required.

Page 5 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

g. Contractor shall arrange all kinds material handling equipment, manpower, tools, tackles,
etc. as required for unloading of all Free-Issue materials at Company Warehouses as and
when instructed by HPCL.
h. Fabrication, erection, installation, testing of all above-ground/buried process and utility
piping systems including piping for mainline pumps, booster pumps, filters, metering etc.
consisting of pipes, valves (manual and actuated), flanges, fittings, etc.; carrying out all
associated works
i.

Carrying out welding including cutting, edge preparation (inclusive of grinding the edges of
pipe, fittings, flanges, etc. to match with the matching edges of different thickness
wherever required), fit-up, bending, pre heating wherever required, NDT including
radiography and other non-destructive tests as specified.

j.

Hydrotesting, dewatering, flushing, pre-commissioning and commissioning assistance


activities of piping system of all sizes as per specifications enclosed including supply of all
materials and manpower that are required during pre-commissioning and commissioning
and all associated works.

k. Repair of leaks/burst, not attributable to Contractor, occurring in Company supplied


material shall be carried out by the Contractor and the Contractor shall be compensated as
per provisions of the contract. However, repair of such defects attributable to Contractor,
shall be carried out by Contractor, at no extra cost to Company.
l.

Supply and fabrication including hydrotesting of auxiliary spool pieces for flow meter
assembly.

m. Installation of all types of valves (manual/actuated), all types of inline/online instruments


such as , thermal relief safety valves (other than those covered separately), flow control
valves, flow meters with flow straighteners, flow elements, safety valves, tapping for
thermowells, sample connections, pressure gauges, corrosion monitoring system etc. for all
sizes and ratings including installation of all types of strainers including fixing of gaskets,
bolts, studs and nuts of all sizes, ratings and materials.
n. All associated civil, structural, mechanical, including supply of all materials as required,
unless covered separately elsewhere in the tender, including construction of foundations
for equipment and pipe supports, sleepers, fabrication and erection of supporting structural
elements for piping such as shoes, clamps, anchors, guides, insert plates, brackets,
structural column etc.
o. Hook-up of piping with equipments & vessels, with the main pipeline and at the battery
limit with the facilities installed by others by welding or by flanged connection (as shown in
AFC drawings) including cutting of temporary spool or test header, fit-up, welding, NDT,
radiography, interface/co-ordination as required with other Contractor(s)/Agencies.

Page 6 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

p. Painting of all equipments, pipe supports, piping and all miscellaneous items as required
with paints suitable for normal corrosive environment in accordance with, suitable for
design temperature indicated in Line List.
q. Corrosion protection coating of all field weld joints for buried piping of all sizes including
supply of all materials.
r. Final clean up and restoration of site, facilities etc. as per the requirement of
Company/Engineer-in-Charge.
s. Preparation of isometrics and/or fabrication drawings required for the purpose of
fabrication during execution of work.
t. Transportation and stacking of all surplus Company supplied free issue material to
Companys designated store after completion of works or as directed by Engineer-inCharge.
u. Preparation of as-built drawings, documents and project records as per instructions of
Engineer-in-Charge.
v. Co-ordination as required with other Agencies/Contractor(s) till the time the commissioning
operations are complete.
w. Preparation of detailed procedures for fabrication, installation, testing and
precommissioning. Such procedures shall be submitted to Company/Engineer-in-Charge for
review and approval.
x. Fabrication and erection of piping supports and change of existing support/additional
supports installed by others/pipeline contractor as directed by Engineer-in charge.
y. Providing brackets from existing structure/ other structures for pipe support; modifications/
extension of platforms/extension of walkways, providing additional platforms/ ladders for
improving/ providing accessibility.
z. All works related to hook-up with associated piping and piping works at the proposed
terminal location. Hook up can be flanged or butt-weld connection. For butt weld
connection complete cutting, bevelling, nitrogen purging (if required) during hook up shall
be in the scope of contractor.
aa. Changes in the pipe routing at site as per site conditions to clear obstructions/ fouling with
already installed piping and new facilities
bb. Any other works not specifically listed herein but required for completion of the works in all
respects.

Page 7 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

cc. The complete piping shall be carried out in accordance with the following: Approved for
construction piping GADs, P&ID, piping support standard/drawings and support index,
piping material specification, Plan drawings and sketches issued by Company.
dd. Bill of material required for supply & installation of piping supports will be worked out by
Contractor as per the Support Standard attached with Bid. Type of supports shall be
informed after detail engineering.
ee. Any other Drawings, sketches and documents prepared by contractor duly approved by
Engineer in charge.
ff. Technical Specifications/Documents is enclosed with the tender.
gg. Following codes standards and regulations:

OISD 214 Cross Country LPG Pipelines


ASME B31.4 Pressure piping
ASME Sec. VIII Code for pressure vessel.
IS: 823 code for procedure for manual metal arc welding of mild steel (for structural
steel)
ASME Sec. V boiler and pressure vessel code
All the codes referred above shall be latest edition, at the time of award of contract
SITE VISITS
For verification of the existing facilities/facilities under installation by others, bidders are
advised to make site visits to Despatch, Receipt and Intermediate locations and make his own
assessment with regard to nature of work involved.
It is advised that the bidders make note of the Tie-in locations during the site visit to
familiarize themselves with respect to the scope of work involved in the existing facilities.
HYDROSTATIC TESTING
All piping in Terminals up to the hook-up point/battery limit shall be hydrostatically tested. The
test pressure and test medium is indicated in Line List Document, enclosed with the Tender and
shall be in accordance with "Specification for Inspection, Flushing and Testing of Piping")

Page 8 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

enclosed with the tender document. All valves in the piping network being hydrotested shall be
kept in the crack-open position. Holding time shall be six hours.
WORK PERMITS
Contractor shall obtain the necessary approvals, work permits and statutory permits for all
works from the Company and other authorities (wherever applicable) before the actual works
and all stipulations/ conditions/ recommendations of the said authorities shall be strictly
complied with at no extra cost to Company. Company may, however assist the Contractors for
obtaining such permission to the extent of issuing recommendations letters only.
PRIORITIES
Company may, at its sole option, assign priority of construction to any part or segment of the
work area. Contractor shall comply with such priority of execution without any cost and time
implication to the Company.
NON-DESTRUCTIVE TESTING (NDT)
NDT requirements for process and other piping shall be in accordance with Piping Material
Specification. Repeat Radiography due to defective radiograph on repaired joints due to
Contractors fault and/ or additional radiography necessitated due to poor performance of
Contractors welders shall be done at Contractors cost.
ISOMETRICS
The Contractor shall prepare all isometrics required for fabrication of piping.
WORKING IN AREAS WITH FACILITIES UNDER INSTALLATION/ALREADY INSTALLED BY OTHERS
Works which are to be carried out in terminals with facilities under installation/already installed
by others, Contractor shall obtain all necessary permissions for working in/around such facility
and shall be fully responsible for the safety of the such facilities/areas during all phases of work
and shall fully abide by and comply with the restrictions and conditions imposed on Contractor
from time to time. The Contractor shall provide all safety appliances, fire screens required
during execution of the work.
HOOK-UP AT TERMINALS
Hook-up of piping with equipments & vessels, with the piping/pipeline battery limit and at the
battery limit with the facilities installed by others by welding or by flanged connection (as
shown in AFC drawings) including cutting of temporary spool or test header, bevelling, fit-up,
welding, NDT, radiography, interface/co-ordination as required with
other
Contractor(s)/Agencies. No extra payment shall be made for these jobs. Contractor shall take
care of this in the rates quoted them.

Page 9 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

PRE-COMMISSIONING OF TERMINAL PIPING AND COMMISSIONING ASSISTANCE


Contractor shall be responsible for pre-commissioning of the piping and other facilities at
terminal being installed by him. This shall include P&ID checks (with respect to requirement of
design/ operation/ safety and interlocks of latest revision of P&IDs), flushing/swabbing (as
required), tightness test, de-watering, and supply of consumables required during
precommissioning.
Contactor shall be responsible for pre-commissioning activities and providing commissioning
assistance to the Company including supply of manpower, materials, equipment along with
necessary piping and instrumentation connections for monitoring flow rate, pressure,
temperature etc. temporary venting/blow down along with necessary piping, valves and
instrumentation as well as consumables.
The above shall include pre-commissioning activities and all other activities detailed in
respective specification enclosed with the tender document.
COMMISSIONING
Overall commissioning of the entire piping system shall be carried out by Company. However,
all assistance including supply of manpower, temporary equipment, tools and tackles etc.
during commissioning shall be provided by Contractor. Contractor shall retain minimum
manpower required to rectify the workmanship defects, if any, noted during commissioning.
6. SCOPE OF SUPPLY

COMPANY SCOPE OF SUPPLY


Company shall supply the following materials that are required for permanent installation of
the piping system to the Contractor at an appropriate time during the execution stage as free
issue materials:
a) Piping, Manual Plug, gate, globe and check valves of sizes 6 and above and all ratings.
b) Automated Valves of all size and ratings.
c) Owner has significant quantities of pipes, flanges, pipe fittings and valves available at
Owner's stores. These shall be issued to Contractor as free issue, from stores defined in the
tender document, during contract execution. The quantity of these items included presently
in Contractor's scope of supply, shall be correspondingly reduced. Contractor shall carryout
reconciliation of MTO w.r.t. above items before placement of orders.

Page 10 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

CONTRACTORS SCOPE OF SUPPLY


The procurement and supply, in sequence and at the appropriate time & place, including
inspection and expediting of all materials, (including any additional materials required for
permanent installation), and consumables required for completion of the work as defined in
this tender document except the materials specifically listed above as Company supplied freeissue material, shall be entirely the Contractor's responsibility. The item rates quoted for
execution of work shall be inclusive of all these materials. All materials supplied by the
Contractor shall be strictly in accordance with the requirements of relevant applicable
Company Material Specifications, PMS and Technical Notes, data sheets etc. for various items
enclosed with the tender document. All equipment, materials, components etc. shall be new
and specifically purchased for this job from Company approved vendors, duly inspected by
Company approved third party inspection agency (Only manufacturers certificates shall not be
adequate). Contractor shall submit all detail/drawings etc. to company for review and approval
before placement of order. As a minimum, such materials to be supplied by the Contractor
shall include, but not limited to the following:

a) All equipment and consumables for welding such as welding electrodes, oxygen,
acetylene, inert gases, all types of electrodes, filler wires, brazing rods, flux etc. for
welding/cutting and soldering purposes.
b) All materials including consumables required for hook-up wherever required.
c) All materials and consumables i.e. fittings, flanges, valves, blind flanges etc. required
for isolation and nitrogen purging for pipeline/piping section(s), including supply of
nitrogen for purging, to carry out hook up with existing/already installed
pipeline/piping.
d) All temporary materials required for filling, pressurizing and dewatering in connection
with hydrostatic testing including pipes, flanges, blind flanges, fittings, temporary
gaskets, nuts, bolts, clamps, strainers etc. required for fabrication of test headers and
all consumables.
e) All equipment and consumables required for hydrostatic testing like pumps, pressure
and temperature gauges, test water and corrosion inhibitors for test water for
hydrostatic testing.
f) All equipment and consumables required for all types of test and NDT (such as
radiography, magnetic particle examination, Liquid penetration testing, etc.) including
radiographic film, X-ray/gamma ray machines, developing equipment and consumables
etc.
g) All steel materials such as structural steel, reinforcement steel, shims, wedges,packing
plates, pipes, nuts & bolts, washers, U-bolts, anchor bolts, clamps, clips, pipe
saddles/shoes etc. as required for the fabrication of structural supports and supports

Page 11 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

basements/foundations, platforms etc. Pipes supplied by Company shall not be used


for fabrication of supports and support saddles etc.
h) All materials required for civil and structural works including cement, sand,
reinforcement, structural steel etc. for piping supports.
i) All types of coating, and painting material including primers & paints suitable for
normal corrosive environment, above ground painting, solvents, sand blasting material
and cleaning agents, compressed air etc.
j) All material required for concreting and grouting works etc.
k) All type of safety tools, tackles, devices and apparatus, equipment etc. including
ladders and scaffolding etc. as required.
l) All materials, equipments and manpower required for providing commissioning
assistance for process and non-process piping and providing commissioning assistance
to pipeline commissioning contractor.
m) Supply and positioning of Concrete sleepers for positioning cranes etc. as required
n) Any other material not specifically listed above but required for successful completion
of all works related to the terminal piping whether temporary or permanent in nature.
The item rates quoted for the execution of the WORK shall be inclusive of supply of all
materials mentioned above unless specifically covered otherwise under Schedule of
Rates.
o) The quantities indicated in Schedule of Rates under Contractors Scope of Supply are
approximate. Contractor shall carry out MTO of all materials (Contractors scope of
supply) required based on AFC General Arrangement drawings and firm up the actual
requirement of materials. All escalations/ extra materials procured by Contractor for
contingencies shall be Contractors property and no payments shall be made for such
materials.
p) Payment shall be made for actual materials installed by the Contractor as a part of
permanent installation.
CONDITIONS FOR COMPANY SUPPLIED MATERIAL
a) The Contractor shall be responsible for taking over of the material and subsequent
handling, hauling, transportation to the actual work site(s)/fabrication yard(s) and
storage & safe keeping of the materials.

Page 12 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

b) The Contractor shall inspect all Company supplied free issue materials at the time of
taking over from the Company and defects noticed, if any, shall be brought to the
notice of Company/Company representative and jointly recorded. Once the material
has been taken over by the Contractor, all the responsibility for safe keeping of the
materials shall rest with the Contractor. The Contractor shall also be responsible for
repair of such defects noticed at the time of taking over and shall be compensated in
accordance with the provisions of the contract.
c) Rebuffing of dents in bevels in less than 1 mm in depth shall be carried out by
Contractor ahead of welding in the field at no extra cost to Company. Other defects
shall be repaired by Contractor and shall be compensated as per rates set forth in
Schedule of rates or relevant provisions of the contract.

d) On completion of the works Contractor shall submit a Material Appropriation


Statement for all materials supplied by the Company as free issue materials.

Page 13 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

TECHNICAL SPECIFICATION -CIVIL WORKS


(SHALL BE READ TOGETHER WITH THE NOMENCALTURE OF INDIVIDUAL ITEMS AS PER THE
SCHEDULE OF ITEMS. )

1.

EARTHWORK IN ROADS & BUILDING WORKS

2.

CEMENT CONCRETE & ALLIED WORK

3.

BRICKWORK

4.

DOORS & WINDOWS

5.

FLOORING WORKS

6.

DAMP PROOFING & WATERPROOFING WORKS

7.

FINISHING WORKS

8.

STRUCTURAL STEEL

9.

ROOFING WORKS

Page 14 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

GROUP - 1
EARTHWORK IN ROADS AND BUILDING WORKS
1.0 SCOPE:
This specification covers the general requirements of earthwork in excavation in different
materials, filling in areas as shown in drawing, back-filling around foundations and in
plinths, conveyance and disposal of surplus spoils or stacking them properly as shown on
the drawings & as directed by ENGINEER and all operations covered within the intent &
purpose of this specification.
2.0

APPLICABLE CODES:
The following Indian Standard Codes, unless otherwise specified herein, shall be applicable.
In all cases, the latest revision of the codes shall be referred to :
a) IS - 783 - Code of Practice for laying of concrete pipe.
b) IS -1200 -Method of Measurement of Building Works.
c) IS - 3764 - Safety code for excavation work
d) IS -6313 (Part II)-Pre-constructional Chemical Treatment Measures.

3.0

GENERAL:

3.1

CONTRACTOR shall furnish all tools, plants, instruments, qualified supervisory personnel,
labour, materials, any temporary works, consumables, anything and everything necessary,
whether or not such items are specifically stated herein, for completion of the job in
accordance with specification and requirements.

3.2

CONTRACTOR shall carry out the survey of the site before commencing excavation and set
properly all lines and establish levels for various works such as earthwork in excavation for
foundations, plinth filling, roads, drains, cable trenches, pipelines, etc. Such survey shall be
carried out by studying thoroughly the drawings for the existing plant and modus operandi
shall be discussed with ENGINEER. Ground levels shall be taken and properly recorded by
the CONTRACTOR and shall be checked and certified by ENGINEER. If required, grown
shrubs etc. have to be cut to take levels at no additional cost.

3.3

The excavation shall be done to correct lines and levels. This shall also include, where
required, proper shoring to maintain excavations and also the furnishing, erecting and
maintaining of substantial barricades around excavated areas and warning lamps at night to
ensure safety.

Page 15 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

3.4

4.0

The rates quoted shall also include for dumping of excavated materials in required heaps,
riprap with regular slope as directed by ENGINEER, within the lead specified and leveling the
same so as to provide natural drainage. Soil excavated shall be stacked properly as directed
by ENGINEER. As a rule, all softer material shall be laid along the centre of heaps, the harder
and more weather resisting materials forming the casing on the sides and the top.
CLEARING:
The area to be excavated, and/or filled shall be cleared of fences, plants, bushes,
vegetation, slush, etc. and other objectionable matter. The materials so removed shall be
disposed off as directed by ENGINEER. Where earth fill is intended, the area shall be
stripped of all loose/soft patches, top soil containing objectionable matter/material before
fill commences.

5.0

EXCAVATION:

5.1

All excavation work shall be carried out manually or by mechanical equipment, as directed
by ENGINEER.

5.2

Excavation for permanent work shall be taken out to such widths, lengths, depths, and
profiles of P.C.C. as are shown on the drawings or such other lines and grades as may be
specified by ENGINEER. Initially excavation shall be carried out to a depth 150 mm above
the final level. The balance shall be excavated with special care. Soft pockets shall be
removed even below the final excavation, if so instructed by ENGNEER, and shall be carried
out just prior to laying the P.C.C.

5.3

CONTRACTOR may, to facilitate his work or for similar other reasons excavate and also
backfill later, if so approved by ENGINEER, at his own cost, outside the lines shown on the
drawings or directed by ENGINEER. Should any excavation be taken below the specified
elevation, CONTRACTOR shall fill it up, with concrete of the grade specified on drawings,
upto the required elevation. No extra shall be paid to CONTRACTOR on this account.

5.4

All excavations shall be done to the minimum dimensions as required for safety and
working facility. However, prior approval of ENGINEER shall be obtained by CONTRACTOR in
each individual case, for the method he proposes to adopt for the excavation including
dimensions, side slopes, de-watering, disposal, etc. This approval, however, shall not in any
way relieve CONTRACTOR of his responsibility for any consequent loss or damage. The
excavation must be carried out in the most expeditious and efficient manner. Side slopes
shall be as steep as will stand safely for the actual soil conditions encountered. Every
precaution shall be taken to prevent slips. Should slips occur, the slipped material shall be
removed and the slope dressed to a modified stable one. Removal of the slipped earth will
not be paid for.

Page 16 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

5.5

Excavation shall be carried out with such tools, tackles and equipment as described here in
before.

6.0

FILL AND BACKFILLING:

6.1

GENERAL:
All fill material will be subject to ENGINEER's approval. If any material is rejected by
ENGINEER CONTRACTOR shall remove the same forthwith from the site at no extra cost to
the OWNER. Surplus fill material shall be deposited/disposed off as directed by ENGINEER
after the fill work is complete.
No earthfill shall commence until surface drain have been properly intercepted, or
otherwise dealt with, as directed by ENGINEER.

6.2

MATERIAL:
Only selected excavated materials shall be used as backfill. Fill material shall be free from
clods, salts, sulphates, organic or other foreign material. All clods of earth shall be broken or
removed.

6.3

If any selected fill material is required to be borrowed, CONTRACTOR shall make


arrangements for bringing such material from outside borrow pits. The material and source
shall be subject to prior approval of ENGINEER. The approved borrow pits area shall be
cleared of all bushes, plants, rubbish, etc. Top soil containing salts/sulphate and other
foreign material shall be removed. The materials so removed shall be disposed off, as
directed by ENGINEER.

6.4

FILLING IN PITS AND TRENCHES AROUND FOUNDATIONS OF STRUCTURES, WALLS ETC.:


As soon as the work in foundations has been accepted and measured, the spaces around
the foundations, structures, pits, trenches, etc. shall be cleared of all debris and filled with
earth in layers not exceeding 15 cm., each layer being watered, rammed and properly
consolidated, before the succeeding one is laid. Each layer shall be consolidated to the
satisfaction of ENGINEER. Earth shall be rammed with approved mechanical compaction
machines. Usually no manual compaction shall be allowed unless ENGINEER is satisfied that
in some cases manual compaction by tampers cannot be avoided. The final backfill surface
shall be trimmed and levelled to proper profile, as directed by ENGINEER and/or shown on
the drawings.

6.5

PLINTH FILLING:

Page 17 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

6.5.1 Plinth filling shall be carried out with approved material as described herein before in layers
not exceeding 15 cm, watered and compacted with mechanical compaction machines.
ENGINEER may, however, permit manual compaction by hand tampers in case he is satisfied
that mechanical compaction is not possible. When filling reaches the finished level, the
surface shall be flooded with water, unless otherwise directed, for at least 24 hours,
allowed to dry and then the surface again compacted as specified above to avoid
settlements at a later stage. The finished level of the filling shall be trimmed to the
level/slope specified.
6.6

SAND/MURUM FILLING IN PLINTH AND OTHER PLACES:


At places backfilling shall be carried out with local sand/murum if directed by ENGINEER.
The sand/murum used shall be clean medium grained and free from impurities. The filledin-sand/murum shall be kept flooded with water for 24 hours to ensure maximum
consolidation. Any temporary work required to contain sand/murum under flooded
condition shall be to CONTRACTOR'S account. The surface of the consolidated sand/murum
shall be dressed to required level or slope. Construction of floors or other structures on fill
shall not be started untill ENGINEER has inspected and approved the fill.

6.7

FILLING IN TRENCHES:

6.7.1 Filling in trenches for pipes and drains shall be commenced as soon as the joints of pipes
and drains have been tested and approved by ENGINEER. The back-filling material shall be
properly consolidated by watering and ramming, taking due care that no damage is caused
to the pipes.
6.7.2 Where the trenches are excavated in soil, the filling from the bottom of the trench to the
level of the centreline of the pipe shall be done by hand compaction with selected approved
earth in layers not exceeding 8 cm; backfilling above the level of the centre line of the pipe
shall be done with selected earth by hand compaction or other approved means in layers
not exceeding 15 cm.
6.7.3 In case of excavation for trenches, the filling upto a level 30 cm above the top of the pipe
shall be done with fine materials, such as earth, sand, murum, etc. The filling upto the level
of the centreline of the pipe shall be done by hand compaction in layers not exceeding 8
cm. Whereas the filling above the centre line of the pipe shall be dome by hand compaction
or by approved means in layers not exceeding 15 cm. The filling from a level 30 cm. above
the top of the pipe to the top of the trench shall be done by hand or other approved
mechanical methods, as directed by ENGINEER.

Page 18 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

6.7.4 Filling of the trenches shall be carried simultaneously on both sides of the pipe to avoid
unequal pressure on the pipe.
7.0

MEASUREMENT AND PAYMENT:

7.1

All excavation shall be measured net. Dimensions for the purpose of payment shall be
reckoned on the horizontal area of the P.C.C. at the base for foundations of the walls,
columns, footings, tanks, rafts, or other foundations/structures to be built, multiplied by the
mean depth from the surface of the ground in accordance with the drawings and duly
recorded ground levels. Excavation in side slopes will not be paid for. CONTRACTOR may
make such allowance in his rates to provide for excavation in side slopes keeping in mind
the nature of the soil and safety of excavation for fixing shuttering etc..

7.2

Backfilling as per specifications as specified and directed for the sides of foundations of
columns, footings, structures, walls, tanks, rafts, trenches, etc. with excavated material will
not be paid for separately. It shall be clearly understood that rates quoted for excavation
shall include stacking of excavated material, if required, within specified lead, backfilling
with selected earth in layers of 150 mm, compacting, etc. and transporting the surplus
excavated material outside plot limits.

7.3

Payment for fill inside trenches, plinth or similar filling with selected excavated material will
be made for only compaction as specified/directed by ENGINEER. Cost of all other
operations shall be deemed to have been included in the rates quoted. Payment for this
work will be made based on measurement of plinth/trench dimensions filled. The
plinth/ground levels shall be surveyed before commencement of earthwork for this
purpose.

7.4

Actual quantity of consolidated filling shall be measured as per the levels before and after
filling and paid for in cubic metres.

7.5

CONTRACTOR's rate shall include the cost of shoring, strutting, and de-watering, if required.

8.0

ANTI-TERMITE TREATMENT:

8.1

GENERAL:
The formation of the chemically treated soil barrier shall be accomplished in stages as the
building construction work progresses and due care shall be excercised to ensure that each
stage of treatment is well integrated with that previously applied so that no unprotected
avenues of termite entry are left open.

8.2

CHEMICALS:
The chemicals used for the soil treatment shall conform to IS Codes. The only allowed type
is Chlorophyrisphos. Measurement for this will be based on actual area

Page 19 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

8.3

COMMENCEMENT OF TREATMENT:
The treatment shall commence after the construction has reached the plinth level and
before the rubble packing or sand bed over the filled earth in the plinth area is laid.
Treatment shall also be given to all the faces of pits excavated for footings.

8.4

TERMITE PROOF BARRIER AT DPC LEVEL:


a) Where a Damp Proof Course is provided, the CONTRACTOR shall apply chemical
emulsion, as specified above, on the surface of the DPC when the concrete is yet green, at
the rate of 5 litres per sq. metre of DPC surface, ensuring that the emulsion gets soaked into
the concrete.
b) Where no DPC is provided, the mortar used for two consecutive courses of masonry just
below the plinth filling shall be made with emulsion, as specified above, instead of water.
These two operations are intended to create a termite proof barrier in the plinth wall,
preventing subterranean termites from infiltrating through voids in the masonry into the
superstructure.

8.5

TREATMENT OF TOP SURFACE OF PLINTH FILLING:


After the earth filling is completed in the plinth areas and before the dry rubble packing or
sub-grade is laid, the entire surface of the filled earth shall be treated with the chemical
emulsion at five litres per sq. metre. Light rodding may be carried out in the soil surface to
facilitate absorption of the emulsion.
The above application is intended to prevent entry of termites through the floor structure.

8.6

TREATMENT AT JUNCTION OF COLUMNS/WALLS AND FLOOR:


Rodding shall be carried out among the junction of the columns/walls and earth filling at
150 mm, intervals down to or slightly lower than the DPC or the chemical barrier described
above. Emulsion shall be spreaded along the wall junction at the rate of one litre per linear
metre so that it mixes with the broken up soil and seeps to the DPC level or chemical
barrier, thus establishing continuity of the anti-termite layer. The disturbed earth shall be
tamped back in place after the treatment.

8.7

TREATMENT OF SOIL ALONG EXTERNAL PERIMETER:


Finally the earth around the external perimeter of the building upto a depth of 50 mm shall
be treated at the rate of five litres per running metre of the plinth wall. To facilitate this
treatment, solid M.S. Rods shall be driven into the soil as close as possible to the plinth wall
at intervals of 150 mm and the rods moved backward and forward in a direction parallel to
the wall to break up earth so that chemical emulsion mixes intimately with the soil.

8.8

TREATMENT OF SOIL SURROUNDING PIPES, WASTES & CONDUITS:


When pipes, Waste pipes, conduits, etc. enter the soil inside the area of the foundation, the
soil surrounding the point of entry must be loosened around each such pipe, for a distance
of 150 mm and up to a depth of 75 mm before treatment is commenced, when they enter

Page 20 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

the soil, external to the foundations. They shall similarly be treated unless, they stand clear
of the walls of the building by about 75 mm, for a distance of every 300 mm.
8.9

SPRAYING EQUIPMENT:
A pressure pump shall be used to carry out spraying operations to facilitate proper
penetration of chemical into the earth.

8.10

PRECAUTIONS DURING MONSOON:


No spraying shall be carried out when it rains. Treatment shall be repeated in plinth areas if
it rains immediately after a spraying operation and before the emulsion has soaked into the
earth.

8.11

The treatment shall carry a guarantee for a minimum period of ten years.

8.12

The work shall be carried out to suit other relevant civil works.

8.13

MEASUREMENT & PAYMENT:


The quantity of work to be paid for under this item shall be calculated by taking the plan
area of all horizontal surfaces treated and area of all vertical and inclined faces treated,
after making all necessary deductions for openings. Quantity of anti-termite treatment shall
be measured in sq.m. Anti termite treatment shall be done as per relevant working
drawings or as per the direction of ENGINEER. Vendor to keep a record for consumption of
Anti Termite chemical used & get it certified by EIC.

Page 21 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

GROUP 2
CEMENT CONCRETE AND ALLIED WORKS
1.0

SCOPE:
This specification covers the general requirements for concrete to be used on jobs using onsite production facilities including requirements in regard to the quality, handling, storage
of ingredients, proportioning, batching, mixing & testing of concrete, and also requirements
in regard to the quality, storage, bending and fixing of reinforcement. This also covers the
transportation of concrete from the mixer to the place of final deposit and the placing
curing, protecting, repairing and finishing of concrete.

2.0

APPLICABLE CODES AND SPECIFICATIONS:


The following specification, standards and codes shall form a part of this specification. All
standards, tentative specifications, codes of practice, referred to herein, shall be the latest
editions including all applicable official amendments and revisions.
In case of discrepancy, if any between this specification and those referred to in the
following, the latter shall govern.
APPLICABLE I.S. SPECIFICATIONS AND CODES OF PRACTICE:
I.S, 12269Specification for High Strength Ordinary Portland Cement Grade 53.
I.S, 8112Specification for High Strength Ordinary Portland Cement Grade 43.
I.S. 1489-Specification for Portland Pozzolona Cement
I.S. 383 - Specification for coarse and fine aggregates from natural source for
concrete.
I.S. 2386 - Method of test for aggregates (Part I to VIII)for concrete.
I.S. 516 - Method of test for strength of concrete.
I.S. 1199 - Method of sampling and analysis of concrete.
I.S. 3025 - Method of sampling and test (Physical and chemical) for water & waste
water.
I.S. 432 - Specification for mild steel (Part I & II) and medium tensile steel bars and hard
drawn steel wire for concrete reinforcement.
I.S. 1139 - Specification for hot rolled mild steel and medium tensile steel deformed bars for
concrete reinforcement.
I.S. 1566 - Specification for hard drawn steel wire fabric for concrete reinforcement.

Page 22 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

I.S. 1786 - Specification for TMT ( thermo mechanically treated ) Steel bars for concrete
reinforcement.
I.S. 2645 - Specification for integral cement waterproofing compound.
I.S. 456:2000 - Code of practice for plain and reinforced concrete.
I.S. 3370 - Code of practice for concrete (Parts I-IV) structures for storage of
liquids.
I.S. 2502 - Code of practice for bending and fixing of bars for concrete
reinforcement.
I.S. 2571 - Code of practice for laying in situ cement concrete flooring.
I.S. 3696 - Safety code for scaffolds and (Part I & II)ladders.
I.S. 1200 - Method of measurement of building & civil engineering works.
3.0

GENERAL:

3.1

The quality of materials & method and control of manufacture and transportation of all
concrete work irrespective of mix, whether reinforced or otherwise, and shall conform to
the applicable portions of this specifications.

3.2

ENGINEER shall have the right to inspect the source of material, the layout and operation of
procurement and storage of materials, the concrete batching and mixing equipment, and
the quality control system. Such an inspection shall be arranged and ENGINEER's approval
obtained, prior to starting of concrete work.

4.0

MATERIALS FOR STANDARD CONCRETE:


The ingredients to be used in the manufacture of standard concrete shall consist solely of a
standard type Portland cement, clean sand, natural coarse aggregate, clean water, and
admixtures, if specially called for on drawings and/or specifications.

4.1

CEMENT:

4.1.1 Unless otherwise specified cement shall be OPC / PPC of approved make in 50 kg bags. The
use of bulk cement will be permitted only with the approval of ENGINEER. Changing of
brands or type of cement within the same structure will not be permitted.

Page 23 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

4.1.2 CONTRACTOR shall make his own arrangements for the storage of adequate quantity of
cement. If supplies are arranged by OWNER, cement will be issued in quantities to cover
work requirements of one month or less, as deemed fit by the ENGINEER and it will be the
responsibility of CONTRACTOR to ensure adequate and proper storage Cement bags shall be
stored in a dry enclosed shed (storage under tarpauline will not be permitted), well away
from the outer walls and insulated from the floor to avoid contact with moisture from
ground & walls, and so arranged as to provide ready access. Damaged or reclaimed or partly
set cement will not be permitted to be used and shall be removed from the site. Not more
than 12 bags shall be stacked in any tier. The storage arrangement shall be approved by
ENGINEER. Consignment of cement shall be stored as received and shall be consumed in the
order of their receipts at site. Cement will be tested as per schedule of testing given in the
tender document & manufacturers test certificate alone will not suffice.
4.1.3 Cement held in storage for a period of ninety (90) days or longer shall be tested. Should at
any time ENGINEER have reasons to consider that any cement is defective, then irrespective
of its origin, date of manufacture and/or manufacturer's test certificate, such cement shall
be tested immediately at CONTRACTOR's cost at a National Test Laboratory/approved
laboratory and until the results of such tests are found satisfactory, it shall not be used in
any work. CONTRACTOR shall not be entitled to any claim of any nature of this account.
4.2

AGGREGATES:

4.2.1 a) "Aggregate" in general designates both fine and coarse inert materials used in the
manufacture of concrete.
b) "Fine Aggregates" are aggregates most of which pass through 4.75 mm IS sieve.
c) "Coarse aggregates" are aggregate most of which retain on 4.75 mm IS sieve.
4.2.2 All fine and coarse aggregate proposed for use in the work shall subject to ENGINEER's
approval and after specific materials have been accepted, the source of supply of such
materials, shall not be changed without prior approval of ENGINEER.
4.2.3 Aggregates shall, except as noted above, consist of natural sands, crushed stone and gravel
from a source known to produce satisfactory aggregate for concrete and shall be chemically
inert, strong, hard, durable against weathering, of limited porosity and free from
deleterious materials that may cause corrosion of the reinforcement or may impair the
strength and/or durability of concrete. The grading of aggregates shall be such as to
produce a dense concrete of specified strength & consistency that will work readily into
position without segregation and shall be based on test on concrete as specified later in this
group.

Page 24 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

4.2.4 SAMPLING AND TESTING:


Samples of the aggregates for determination of suitability shall be taken under the
supervision of ENGINEER and delivered to the laboratory well in advance of the scheduled
placing of concrete. Records of tests which have been made on proposed aggregates and on
concrete made from this source of aggregate shall be furnished to ENGINEER in advance of
the work for use in determining the aggregate suitability. The costs of all such tests,
sampling, etc. shall be borne by CONTRACTOR.
4.2.5 STORAGE OF AGGREGATES:
All coarse and fine aggregate shall be stacked separately in stock piles in the material yard
near the work site to avoid intermixing of different aggregates. Contamination with foreign
materials and earth during storage and while heaping the materials shall be avoided. The
aggregates must be of specified quality not only at the time of receiving at site but more so
at the time of loading into the mixer. Rakers shall be used for lifting the coarse aggregates
from stock piles. Coarse aggregates shall be piled in layers not exceeding 1.20 metres in
height to prevent coning or segregation. Each layer shall cover the entire area of the stock
pile before succeeding layers and started. Aggregates that have become segregated shall be
rejected. Rejected material after remixing may be accepted, if subsequent tests
demonstrate conformity with required gradation.
4.2.6 SPECIAL GRAVITY:
Aggregates having a specify below 2.6 (saturated surface dry basis) shall not be used
without special permission of ENGINEER.
5.0

FINE AGGREGATES:
Fine aggregate, except as noted above, shall consist of natural or crushed sand conforming
to IS: 383. The sand shall be clean, sharp, hard, strong and durable and shall be free from
dust, vegetable substances, adherent coatings, clay, alkali, organic matter, mica, salt, or
other deleterious substances which can be injurious to the setting
qualities/strength/durability of concrete.

5.1

MACHINE MADE SAND:


Machine made sand will be acceptable, provided the constituent rock gravel composition
shall be sound, hard, dense, inorganic, un-coated and durable against weathering.

Page 25 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

5.2

SCREENING AND WASHING:


Sand shall be prepared for use by such screening or washing or both, as necessary, to
remove all objectionable foreign matters while separating the sand grains to the required
size fraction.

5.3

FOREIGN MATERIAL LIMITATIONS:


The percentage of deleterious substances in sand delivered to the mixer shall not exceed
the following:
Percent by Weight
Uncrushed

Crushed

i) Material finer than 75 micron I.S. sieve

3.00

15.00

ii) Shale

1.00

1.00

iii) Coal and lignite

1.00

1.00

iv) Clay lumps

1.00

1.00

v) Total of all above substances including


items (i) to (iv) for uncrushed sand and
items (iii) & (iv) for crushed sand.

5.4

5.00

2.00

GRADATION:
Unless otherwise directed or approved, the grading of sand shall be within the limits
indicated hereunder:PERCENTAGE PASSING FOR
I.S. Sieve

Grading

Grading

Grading

Grading

Designation

Zone-I

Zone-II

Zone-III

Zone-IV

10.00 mm

100

100

100

100

4.75 mm

90-100

90-100

90-100

95-100

2.36 mm

60- 95

75-100

85-100

95-100

Page 26 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

1.18 mm

30- 70

55- 90

75-100

90-100

600 micron

15- 34

35- 59

60- 79

80-100

300 micron

5- 20

8-30

12- 40

15- 50

150 micron

0- 10

0- 10

0-10

0- 15

Where the grading falls outside the limits of any particular grading zone of sieves, other
than 600 micron I.S. sieves, by total amount not exceeding 5 %, it shall be regarded as
falling within that grading zone. This tolerance shall not be applied to percentage passing
the 600 micron I.S. Sieves or to percentage passing any other sieve size on the coarser limit
of Grading Zone I or conforming to Grading Zone IV shall be used. Sand used for preparing
concrete shall belong to Grading Zone-II.
5.5

FINENESS MODULUS:
The sand shall have a fineness modulus of not less than 2.2 nor more than 3.2. The fineness
modulus is determined by adding the cumulative percentages retained on the following I.S.
Sieve (4.75 mm, 2.36 mm, 1.18 mm, 600 micron, 300 micron and 150 micron) and dividing
the sum by 100.

6.0

COARSE AGGREGATES:
Coarse aggregates for concrete, except as noted above, shall conform IS: 383. This shall
consist of natural or crushed stone & gravel and shall be clean and free from elongated,
flaky or laminated pieces, adhering coatings, clay lumps, coal residue, clinkers, slag, alkali,
mica, organic matter or other deleterious matter.

6.1

SCREENING AND WASHING:


Natural gravel and crushed rock shall be screened and/or washed for the removal of dust
coating, if so demanded by ENGINEER.

6.2

GRADING:
The pieces shall be angular in shape and shall have granular or crystalline surfaces. Friable,
flaky and laminate pieces, mica and shale, if present, shall be only in such quantities that
will not, in the opinion of ENGINEER, affect adversely the strength and/or durability of
concrete. The maximum size of coarse aggregates shall be specified on relevant drawings.
The maximum size of coarse aggregates shall in no case be greater than 1/4 of the minimum
thickness of the member, provided that the concrete can be placed without difficulty so as
to surround all reinforcement thoroughly and fill the corners of the form. Plums above 150

Page 27 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

mm and upto any reasonable size can be used in plain mass concrete work of large
dimensions upto a maximum limit of 20% by volume of concrete when specifically approved
by ENGINEER. For heavily reinforced concrete members, the nominal maximum size of the
aggregates shall be 5 mm less than the minimum clear distance between the reinforcing
main bars, or 5 mm less than the minimum cover to the reinforcement, whichever is
smaller. The amount of fine particles occurring in the free state or as loose adherent shall
not exceed 1% when determined by laboratory sedimentation tests as per IS: 2386. After 24
hours immersion in water, previously dried sampled shall not have gained more than 10%
its oven dry weight in air, as determined by I.S. 2386.
6.3

FOREIGN MATERIAL LIMITATIONS:


The percentages of deleterious substances in the aggregate delivered to the mixer shall not
exceed the following:
Percentage by weight

7.0

Uncrushed

Crushed

i) Material finer than 75 micron


I.S. sieve

3.00

3.00

ii) Coal and lignite

1.00

1.00

iii) Clay lumps

1.00

1.00

iv) Soft fragments

3.00

v) Total of all the above substances

5.00

5.00

WATER:
Water used for both mixing and curing shall be free from injurious amounts of deleterious
materials. Potable waters are generally satisfactory for mixing and curing concrete.

8.0

REINFORCEMENT:

8.1

SUPPLY:
The reinforcement shall be TMT bars conforming to IS : 1786-1985
Substitution of reinforcement will not be permitted except upon written approval from
ENGINEER.

8.2

STORAGE:
The reinforcement shall not be kept in direct contact with the ground but stacked on top of
an arrangement of timber sleepers or the like.

Page 28 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

If the reinforcing rods/bars have to be stored for a long duration, they shall be coated with
cement wash before stacking and/or be kept under cover or stored as directed by
ENGINEERS. Fabricated reinforcement shall be carefully stored to prevent damage,
distortion, corrosion and deterioration.
All reinforcement shall be clean, free from grease, oil, paint, dirt, loose mill scale, loose rust,
dust, bituminous material or any other substances that will destroy or reduce the bound. All
rods shall be thoroughly cleaned before being fabricated. Pitted and defective rods shall not
be used. All bars shall be rigidly held in position before concreting . No welding of rods to
obtain continuity shall be allowed, unless approved by ENGINEERS.
8.3

LAPS :
Laps and splices for reinforcement shall be as shown on the drawings. Splices in adjacent
bars shall be staggered and the locations of all splices, except those specified on the
drawings, shall be approved by ENGINEER. The bars shall not be lapped unless the length
required exceeds the maximum available length of bars at site.

8.4

BENDING :
Reinforcing bars, supplied bent or in coils, shall be straightened before they are cut to size.
Straightening of bars shall be done in cold and without damaging the bars. This is
considered as a part of reinforcement bending fabrication work and contractor's rates are
deemed to include this work.
All bars shall be accurately bent according to the sizes and shapes shown on the detailed
working drawings. They shall be bent gradually by machine or other approved means.
Reinforcing bars shall not be straightened and rebent in a manner that will injure the
material; bars containing cracks or splits shall be rejected. They shall be bent cold, except
bars of over 25 mm in diameter which may be bent hot if specifically approved by
ENGINEER. Bars which depend for their strength on cold working, shall not be bent hot. Bars
bent hot shall not be heated beyond cherry red colour (nor exceeding 84 deg C) and after
bending shall be allowed to cool slowly without quenching. Bars incorrectly bent shall be
used only if the means used for straightening and rebending be such as shall not, in the
opinion of ENGINEER, injure the material. No reinforcement shall be bent when in position
in the work without approval, Whether or not it is partially embedded in hardened
concrete. Bars having kinks or ends other than those required by designed shall not be
used.

8.5

FIXING:
Reinforcement shall be accurately fixed by any approved means and maintained in the
correct position shown in the drawings by the use of blocks, spacers and chairs as per IS

Page 29 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

2502 to prevent displacement during placing and compaction of concrete. Bars intended to
be in contact at crossing points shall be securely bound together at all such points with 16
gauge annealed soft iron wire. The vertical distances required between successive layers of
bar in beams or similar members shall be maintained by the provisions of mild steel spacer
bars at such intervals that the main bars do not perceptibly sag between adjacent spacer
bars.
8.6

COVER:
Clear concrete cover for reinforcement shall be as stated on drawings.
The correct cover shall be maintained by cement mortar blocks or other approved means.
Reinforcement for footings, grade beams and slabs on subgrade shall be supported on
precast concrete blocks as approved by ENGINEER. The use of pebbles or stones will not be
permitted.
The 28 days crushing strength of cement mortar cubes/precast cover blocks shall be at least
equal of the specified strength of concrete in which these cubes/blocks are embedded.
The minimum clear distance between reinforcing bars shall be in accordance with IS
456:2000, or as shown in drawings.

8.7

INSPECTON:
Erected and secured reinforcement shall be inspected and approved by ENGNEER prior to
placement of concrete.

8.8

PAYMENT:
For payment of work done under this item shall be made as per Special Terms & conditions.,
The unit rate for reinforcement shall include all wastage, binding wire, etc. for which no
separate payment shall be made. Laps as shown on drawings or as approved by ENGINEER
and minimum number of chairs and spacer bars to keep the reinforcement in place and
approved by ENGINEER shall be measured and paid for.

9.0

STEEL SHAPES ENCASED IN CONCRETE:


Structural steel columns, beams, girders and bracings to be encased in concrete shall be
unpainted. The encasing shall be done in concrete with 10 mm maximum size aggregate.
The steel member will have a minimum cover of 50 mm unless otherwise indicated on the
drawings. Where the clean cover to steel is more than 75 mm, mild steel bar and concrete
with 20 mm coarse aggregate shall be used.

Page 30 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

10.0

MIXING:
Concrete shall be mixed in mechanical mixer ( with hopper) . The mixer should comply with
IS 1791 and IS 12119 . The mixer shall be fitted with water measuring devices. The mixing
shall be continued until there is a uniform distribution of the material and the mass is
uniform in colour. If there is segregation after unloading from the mixer, the concrete
should be remixed. For guidance, the mixing time shall be at least 2 minutes. For concrete
of grades M 20 or lower , "Nominal Mix Concrete" as specified in IS: 456:2000 is to be used.
Whether reinforced or otherwise, all concrete to works to be carried out under this
specification shall be divided into the following classification.
Minimum Compressive Strength Of 15 Cm Cubes At 7 And 28 Days After Mixing, Conducted
In Accordance With IS: 516
The grades of concrete unless otherwise specified shall be in accordance with the following
table. The grade of concrete to be used in each section of work will be shown in the
drawings or in the schedule of items :
Grade of
Concrete

Characteristic Strength i.e.

Nominal Maximum

Compressive Strength of 15
cm cubes at 25 days (N/mm2)

Aggregate Size (mm)

M-5A

40-63

M-7.5A

7.5

40-63

M-10A

10

12-63

M-15A

15

12-63

M-20A

20

12-63

M-25C

25

12-20

M-30C

30

12-20

M-35

35

12-20

M-40

40

12-20

Mix Proportioning and Cement Consumption For Concrete:

Page 31 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Min and Max cement content will be as per IS 456: 2000.


11.0

SAMPLING AND TESTING CONCRETE IN THE FIELD:

11.1

Facilities required for sampling materials and concrete in the field, shall be provided by
CONTRACTOR at no extra cost.

11.2

SAMPLING AND TESTING CONCRETE IN THE FIELD:


Test cubes of each grade of concrete shall be made as specified in IS: 456:2000. Such
samples shall be drawn on each day, for each grade of concrete & during each concreting
operations. Of each set of 6 cubes, three shall be tested at 7 days age and three at 28 days
age. The laboratory test results shall be tabulated and furnished to ENGINEER. ENGINEER
will accept the concrete according to `Acceptance Criteria' specified in the IS:456:2000.

11.3

CONSISTENCY:
Slump tests shall be carried out as often as demanded by ENGINEER invariably from the
same batch of concrete from which the test cubes are made. Slump test shall be done
immediately after sampling.

12.0

ADMIXTURE:

12.1

WATERPROOFING COMPOUND:
Where specified and approved by ENGINEER, waterproofing compound conforming to IS:
2645, shall be added in quantities recommended by manufacturer and specified by
ENGINEER.

13.0

PREPARATION PRIOR TO CONCRETE PLACEMENT, FINAL, INSPECTION AND APPROVAL.

13.1

Before the concrete is actually placed in position, the inside of the formwork shall be
inspected to see that they have been cleaned and oiled. Non-staining oil shall be used as
approved by ENGINEER. Temporary opening shall be provided to facilitate inspection,
especially at bottom of columns and wall forms, to permit removal of say dust, wood
shavings, binding wire, rubbish, dirt, etc. Openings shall be placed or holes drilled so that
these materials and water can be removed easily. Such openings/holes shall be later
suitably plugged.

13.2

The various trades shall be permitted ample time to install drainage and plumbing lines,
floor and trench, drains, conduits, hangers, anchors, inserts, sleeves, bolts, frames and
other miscellaneous embedments to be cast in the concrete as indicated on the drawings or
as is necessary for the proper execution of the work. CONTRACTOR shall co-operate fully

Page 32 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

with all such agencies and shall permit the use of scaffolding, formwork, etc. by other trades
at no extra cost.
13.3

All embedded parts, inserts, etc. supplied by OWNER or CONTRCATOR shall be correctly
positioned and securely held in the forms to prevent displacement during placing and
vibrating of concrete.

13.4

All anchor bolts shall be positioned and kept in place with the help of properly
manufactured templates unless specifically waived in writing by ENGINEER. The use of all
such templates, fixtures shall be deemed to be included in CONTRACTOR's rates.

13.5

Reinforcement and other items to be cast in concrete shall have clean surfaces that will not
impair bond.

13.6

Prior to concrete placement all work shall be inspected and approved by ENGINEER and, if
found unsatisfactory, concrete shall not be poured until after all defects have been rectified
at CONTRACTOR's cost.

13.7

Approval by ENGINEER of any all materials and work as required herein shall not relieve
CONTRACTOR from his obligation to produce finished concrete in accordance with the
drawings and specifications.

13.8

RAIN OR WASH WATER:


No concrete shall be placed in wet weather or on a water covered surface. Any concrete
that has been washed by heavy rains shall be entirely removed, if there is any sign of
cement and sand having been washed away from the concrete placed. To guard against
damage which may be caused by rains, the works shall be covered with tarpaulins
immediately after the concrete has been placed and compacted before leaving the work
unattended. Any water accumulated on the surface the newly placed concrete shall be
removed by approved means and no further concrete shall be placed thereon on until such
water is removed. To avoid flow of water over/around freshly placed concrete, suitable
drains and sumps shall be provided.

13.9

BONDING MORTAR:
Immediately before concrete placement begins, prepared surfaces except formwork, which
will come in contact with the concrete to be placed, shall be covered with the bonding
mortar.

Page 33 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

14.0

CLEANING OF EQUIPMENT:
All equipment used for mixing, transporting and placing of concrete shall be maintained in
clean condition. All pans, buckets, hoppers, chutes, pipelines & other equipment shall be
thoroughly cleaned after each period of placement.

15.0

PROCEDURE FOR PLACING OF CONCRETE:

15.1

ENGINEER'S APPROVAL OF EQUIPMENT & METHOD:


Before any concrete is placed, the entire placing program consisting of equipment, layout,
proposed procedures and methods shall be submitted to ENGINEER for approval, if so
demanded by ENGINEER and no concrete shall be placed until ENGINEER's approval has
been received. Equipment for conveying concrete shall be of such size and design as to
ensure a practically continuous flow of concrete during depositing without segregation of
materials, considering the size of the job and placement location.

15.2

TIME INTERVAL BETWEEN MIXING AND PLACING:


Concrete shall be placed in its final position before the cement reaches its initial set and
concrete shall normally be compacted in its final position within thirty minutes of leaving
the mixer, and once compacted, it shall not be disturbed.

15.3

AVOIDING SEGREGATION:
Concrete shall, in all cases, be placed as near as practicable directly in its final position, and
shall not be rehandled or caused to flow in a manner which will cause segregation loss of
materials, displacement of reinforcement, shuttering or embedded inserts or impair its
strength. For locations where direct placement is not possible, and in narrow forms,
CONTRACTOR shall provide suitable drop and "Elephant Trunks" to confine the movement
of concrete. Special care shall be excercised when concrete is dropped from a height,
especially if reinforcement is in the way, particularly in columns and thin members.

15.4

PLACING BY MANUAL LABOUR:


Except when otherwise approved by ENGINEER, concrete shall be placed in the shuttering
by shovels or other approved equipment. It should be handled in a manner to preclude
segregation. Care should be taken to avoid displacement of reinforcement or movement of
form work. As a general guidance, the maximum permissible free fall of concrete may be
taken as 1.5 m.

Page 34 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

16.0

COMPACTION:

16.1

Concrete shall be compacted during placing, with approved vibrating equipment until the
concrete has been consolidated to the maximum practicable density, is free of pockets of
coarse aggregates and fits tightly against all form surfaces, reinforcement and embedded
fixtures. Particular care shall be taken to ensure that all concrete placed against the form
faces and into corners of forms or against hardened concrete at joints is free from voids or
cavities. The use of vibrators shall be consistent with the concrete mix and caution
exercised not to over vibrate the concrete to the point that segregation results, and water
appears on the top surface.

16.2

USE OF VIBRATORS:
The exact manner of application and the most suitable machines for the purpose must be
carefully considered and operated by experienced men. Immersion vibrators shall be
inserted vertically at points not more than 450 mm apart and withdrawn when air bubbles
cease to come to the surface. Immersion vibrators shall be withdrawn very slowly. In no
case shall immersion vibrators be used to transport concrete inside the forms. Particular
attention shall be paid to vibration at the top of a lift e.g. in a column or wall.

16.3

PENETRATION OF VIBRATOR:
The immersion vibrator shall penetrate the layer being placed and also penetrate the layer
below while the under layer is still plastic, to ensure good bond and homogeneity between
the two layer sand prevent the formation of cold joints.

16.3.1 VIBRATION AGAINST REINFORCEMENT:


Care shall be taken to prevent contact of immersion vibrator with reinforcement steel
and/or embedded parts. Immersion vibrators shall not be allowed to come in contact with
reinforcement steel after start of initial set. They shall also not be allowed to come in
contact with forms of finished surfaces.
16.4

STONE POCKETS AND MORTAR PONDAGES:


The formation of stone pockets or mortar pondages in corners and against faces of forms
shall not be permitted. Should these occur, they shall be dug out, reformed and refilled to
sufficient depth and shape for thorough bonding, as directed by ENGINEER.

16.5

PLACING CONCRETE THROUGH REINFORCING STEEL:


When placing concrete through reinforcing steel, care shall be taken to prevent segregation
of the coarse aggregate. Where the congestion of steel makes placing difficult, it may be

Page 35 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

necessary to temporarily move the top steel aside to get proper placement and restore
reinforcing steel to design position.
16.6

BLEEDING:
Should bleeding of free water on top of concrete being placed into the form occur, the
conditions causing this defect shall be corrected before further concreting is resumed.

17.0

CONSTRUCTION JOINTS AND KEYS:

17.1

Concrete shall be placed without interruption until completion of the part of the work
between predetermined construction joints, as specified hereinafter. Time lapse between
the pouring of adjoining units shall be as specified on the drawings or as directed by
ENGINEER.

17.2

If stopping of concreting become unavoidable anywhere, a properly formed construction


joint shall be made where the work is stopped. Joint shall be either vertical or horizontal
unless otherwise shown on drawings. In case of an inclined or curved member, the joint
shall be at the right angles to the axis of the member. Vertical joints in walls shall be kept to
a minimum. Vertical joints shall be formed against a stop board; horizontal joints shall be
level and wherever possible, arranged so that the joint lines coincide with the architectural
features of the finished work. Battens shall be nailed to the form work to ensure a
horizontal line, and if directed, shall also be used to form a grooved joint. For water storage
tank walls and similar work, joints shall be formed as per IS: 3370. Concrete that is in the
process of setting shall not be disturbed or shaken by traffic either on the concrete itself or
upon the shuttering. Horizontal and vertical construction joints and shear keys shall be
located and shall conform in detail to the requirements of plans, unless otherwise directed
by ENGINEER. Where not described, the joint shall be in accordance with the following:

17.2.1 COLUMN JOINTS:


In a column, the joint shall be formed 75 mm below the lowest soffit of the beams including
haunches, if any. In flat slab construction, the joint shall be 75 mm below the soffit of
column capital. At least 2 hours shall elapse after depositing concrete in columns, piers or
walls, before depositing in beams, girders or slabs supported thereon.
17.2.2 BEAM AND SLAB JOINTS:
Concrete in a beam/girder shall be placed throughout without a joint, however, if provision
of a joint is unavoidable, the joint shall be vertical and between quarter and third points of
the spans unless otherwise shown on drawings. Where a beam intersects a girder, the joint
in the girder shall be offset a distance equal to twice the width of the beam and additional
reinforcement provided for shear, if required. the joints shall be vertical throughout the full
Page 36 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

thickness of the concrete member. A joint in a slab shall be vertical and parallel to the
principal reinforcement. Where it is unavoidable at right angles to the principal
reinforcement, the joint shall be vertical and at the middle of the span.
17.3

JOINTS IN LIQUID RETAINING STRUCTURE:


Vertical construction joints in watertight construction will not be permitted unless indicated
on the drawings. Where a horizontal construction joint is required to resist water pressure,
special care shall be taken in all phases of its construction to ensure water-tightness.

17.4

DOWELS:
Dowels for concrete work, not likely to be taken up in the near future, shall be encased in
concrete as per drawings and as directed by the ENGINEER.

18.0

TREATMENT OF CONSTRUCTION JOINTS ON RESUMING CONCRETING:


A stiffer mix shall be used for the top lift of horizontal pours to avoid laitance. All laitance
and loose stones shall be thoroughly and carefully removed by wire brushing/hacking and
surface washed. Just before concreting is resumed, the roughened joint surface shall be
thoroughly cleaned and loose matter removed and then treated with a thin layer of cement
grout of proportion specified by ENGINEER and worked well into the surface. The new
concrete shall be well worked against the prepared surface before the grout mortar sets.
Special care shall be taken to obtain thorough compaction and to avoid segregation of the
concrete along the joints/plane.

19.0

CURING, PROTECTING, REPAIRING AND FINISHING:

19.1

CURING:
All concrete shall be cured by keeping it continuously damp for the period of time required
for complete hydration and hardening to take place. Preference shall be given to the use of
continuous sprays, or ponded water, continuously saturated covering of sacking, canvas,
hessians or other absorbent materials, or approved effective curing compounds applied
with spraying equipment capable of producing a smooth, even-textured coat. Extra
precautions shall be excercised in curing concrete during cold and hot weather as outlined
hereinafter. The quality of curing water shall be the same as that used for mixing concrete.

19.2

CURING WITH WATER:


Fresh concrete shall be kept continuously wet for a minimum period of 10 days from the
date of placing of concrete, following a lapse of 12 to 14 hours after laying concrete. The

Page 37 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

curing of horizontal surface exposed to the drying winds shall however begin immediately
after the concrete surface within 1 hour after concrete has set. Water shall be applied to
formed surface immediately upon the removal of forms. Quantity of water applied shall be
controlled so as the prevent erosion of freshly placed concrete.
19.3

CONTINUOUS SPRAYING:
Curing shall be assured by use of an ample water supply under pressure in pipes, with all
necessary appliance of hose, sprinkle and spraying devices. Continuous fine mist spraying or
sprinkling shall be used, unless otherwise specified or approved by ENGINEER.

19.4

CURING EQUIPMENT:
All equipment and materials required for curing shall be on hand and ready for use before
concrete is placed.

20.0

PROTECTING FRESH CONCRETE:


Fresh concrete shall be protected from the element, from defacement & damage due to
construction operations by leaving forms in place for an ample period as specified later in
this specification. Newly placed concrete shall be protected by approved means such as
tarpaulins from rain, sun & winds. Steps as approved by ENGINEER shall also taken to
protect green concrete from damage by debris, excessive loading, vibration abrasion or
contact with other materials, etc. that may impair the strength and/or durability of the
concrete. Workmen shall be warned against and prevented from disturbing green concrete
during its setting period. If it is necessary that workman enter the area of freshly placed
concrete, ENGINEER may required that bridges be placed over the area.

21.0

REPAIR AND REPLACEMENT OF UNSATISFACTORY CONCRETE:

21.1

Immediately after the shuttering is removed, the surface of concrete shall be very carefully
gone over and all defective areas called to the attention of ENGINEER who may permit
patching of the defective areas, by CONTRACTOR, or also reject the concrete unit, either
partially or in its entirety, at no additional expenses to OWNER. Holes left by form bolts, etc.
shall be filled up and made good with mortar composed of one part of cement to one and
half parts of sand passing 2.36 mm I.S. sieve after removing any loose stones adhering to
the concrete. Mortar filling shall be struck off flush at the face of the concrete. Concrete
surfaces shall be finished as described under the relevant items of work.

21.2

Superficial honeycombed surfaces and rough patches shall similarly be made good
immediately after removal on shuttering, in the presence of ENGINEER and superficial water
and air holes shall be filled in. The mortar shall be well worked into the surface with a
wooden float. Excess water shall be well worked into the surface with a wooden float.

Page 38 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Excess water shall be avoided. Unless instructed otherwise by ENGINEER, the surface of the
exposed concrete placed against shuttering shall be rubbed down immediately removal of
shuttering to remove the fine or other irregularities, care being taken to avoid damage to
the surface. Surface irregularities shall be removed by grinding.
21.3

If reinforcement is exposed or honeycombing occurs at vulnerable positions, e.g. ends of


beams or columns, it may be necessary to cut out the member completely or in part and
reconstruct. The decision of ENGINEER shall be final in this regard. If only patching is
necessary, the defective concrete shall cut out till sound concrete is reached (or to a
minimum depth of 25 mm) the edges being cut perpendicular to the affected surface or
with small undercut, if possible. Anchors, tees or dovetail slots shall be provided, whenever
necessary, to attach the new concrete securely in place. An area extending several
centimetres beyond the edges and the surface of the repaired voids shall be saturated with
water for 24 hours immediately before the patching material is placed.

21.4

USE OF EPOXY:
The use of epoxy for bonding fresh concrete used for repairs will be permitted upon written
approval of ENGINEER. Epoxies shall be applied in strict accordance with the instructions of
the manufacturer.

21.5

METHOD OF REPAIR:
Small size holes having surface dimensions about equal to the depth of hole, holes left after
removal of form bolts, grout insert holds and slots cut for repair of cracks shall be repaired
as follows. The hole to be patched shall be roughened and thoroughly soaked with clean
water until absorption stops.
A 5 mm thick layer of grout of equal parts of cement and sand shall be well brushed into the
surface to be patched, followed immediately by the patching concrete which shall be well
consolidated with a wooden float & felt slightly protruding of the surrounding surface. The
concrete shall be built up in 10 mm thick layers. After an hour or more, depending upon
weather conditions, it shall be worked off flush with a wooden float and a smooth finish
obtained by wiping with hessian, using a steel trowel for this purpose. The mix for patching
shall be of the same materials and in the same proportion as that used in the concrete
being repaired although reduction in the maximum size of the coarse aggregates may be
necessary and the mix shall be kept as dry as possible, as directed by ENGINEER.
Mortar filling by air pressure (grouting) shall be used for repair of areas too large and/or too
shallow for patching with mortar. Patched surfaces shall be given a final treatment to match
the colour and textures of the surrounding concrete. White cement shall be substituted for
ordinary cement, if so directed by ENGINEER, so match the shade of patch with the original

Page 39 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

concrete. No payment whatsoever shall be made to the CONTRACTOR on account of repair


work.
21.6

CURING OF PATCHED/REPAIR WORK:


The patched areas shall be covered immediately/with an approved non-staining, water
saturated material such as gunny bags, etc. as stated earlier which shall be kept
continuously wet and protected against sun and wind for a period of 24 hours. Thereafter
the patched area shall be kept wet continuously by fine spray or sprinkling for not less than
14 days.

22.0

FORMWORK:

22.1

The formwork shall consist of shores, bracings sides of beams and column, bottom of slabs,
etc. including ties, anchors, hangers, inserts, etc. complete which shall be properly designed
and planned for the work. False work shall be so constructed that vertical adjustments can
be made to compensate for take up and settlements. Wedges may be used at the top or
bottom of timber props, but not at both ends, to facilitate vertical adjustment or
dismantling of the formwork.

22.2

DESIGN OF FORMWORK:
The design and engineering of the formwork as well as its construction shall be the
responsibility of CONTRACTOR. If so instructed, the drawings and/or calculations for the
design of the formwork shall be submitted to ENGINEER for approval before proceeding
with work, at no extra cost to OWNER. ENGINEER's approval shall not, however, absolve the
CONTRACTOR of his full responsibility for the design and construction of the formwork. The
design shall take into account all the loads, vertical as well as lateral, that the form would be
carrying, including live and vibration loadings.

22.3

TOLERANCES:
Tolerance is a specified permissible variation from lines, grades or dimensions given on
drawings. no tolerances specified for horizontal or vertical building lines or footings shall be
construed to permit encroachment beyond the legal boundaries. Unless otherwise
specified, the following tolerance will be permitted.
Tolerance for R.C. Buildings:
Variation from the plumb:
a) In the lines and surfaces of columns, piers, walls and in arises 5 mm per 2.5 m or 25 mm
whichever is less:

Page 40 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

b) For exposed corner columns and other conspicuous lines:


In any bay of 5 m maximum

- 5 mm

In 10 m or more

- 10 mm

Variation from the level or from the grades indicated on the drawings:
a) In slab soffits, ceilings, beam soffit, and in arises:
In 2.5 m

- 5 mm

In any bay or 5 m maximum

- 8 mm

In 10 m or more

- 15 mm

For exposed lintels, sills, parapets, horizontal grooves and other conspicuous lines:
In any bay or 5 m maximum

- 5 mm

In 10 m or more

- 10 mm

Variation of the linear building lines form established position in plan and related position of
columns, walls and partitions.
In any bay or 5 m maximum

- 10 mm

In 10 m or more

- 20 mm

Variation in the sizes and locations of sleeves, openings in walls and floors. except in the
case of and for anchor bolts.
Variation in cross-sectional dimensions of columns and beams and in the thickness of slab
and walls.
Minus

- 5 mm

Plus

- 10 mm

Footings:
a) Variation in dimensions in plan
Minus

- 5 mm

Plus

- 50 mm

Page 41 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

b) Misplacement or eccentricity:
2% of footing width in the direction of misplacement but not more than 50 mm.
c) Reduction in thickness
Minus - 5% of specified thickness subject to a maximum of 50 mm.
Tolerances in other Concrete Structures:
a) All structures
Variation of the constructed linear outline from established position in plan.
In 5 m

- 10 mm

In 10 m or more

- 15 mm

Variation of dimensions to individual structure features from established positions.


In 20 m or more

- 25 mm

In buried construction

- 50 mm

Variation from level or grade indicated on drawings in slab, beams, soffits, horizontal
grooves and visible arrises.
In 2.5 m

- 5 mm

In 7.5 m or more

- 10 mm

In buried construction

- Twice the above amounts.

Variation in cross-sectional dimensions of columns beams, but tresses, piers and similar
members.
Minus - 5 mm;

Plus - 10 mm

a) Variation in the thickness of slabs, walls, arch sections and similar members
Minus - 5 mm;

Plus - 10 mm

b) Footing for columns, piers, walls, but- tresses and similar members
Variation of dimensions in plan
Minus - 10 mm;

Page 42 of 185

Plus - 50 mm

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Misplacement or eccentricity:
2% of footing width in the direction of misplacement but not more than 50 mm.
Reduction in thickness : 5% of specified thickness subject to a max. of 50 mm.
Tolerances in fixing bolts shall be as follows:
Anchor bolts without sleeves Plus/Minus 1.5 mm in plan.
Anchor bolts with sleeves Plus/minus 5.0 mm in elevation.
For bolts upto and including 28 mm dia plus/minus 5 mm in all directions.
For bolts 32 mm dia and above plus/minus 3 mm in all directions.
Embedded parts plus/minus 5 mm in all directions.
22.4

TYPE OF FORMWORK:
Formwork may be of timber, plywood, metal, plastic or concrete. For special finishes the
formwork may be lined with plywood, steel sheets, oil tempered hard board, etc. Sliding
forms and slip forms may be used with the approval of ENGINEER.

22.5

FORMWORK REQUIREMENTS:
Forms shall conform to the shapes, lines, grades and dimensions, including camber of the
concrete as called for on the drawings. Ample studs, walers, braces, ties, straps, shores, etc.
shall be used to hold the Forms in proper position without any distortion whatsoever until
the concrete has set sufficiently to permit the removal of forms. Forms shall be strong
enough to permit the use of immersion vibrators. The shuttering shall be close boarded.
Timber shall be well seasoned free from sap shakes, loose knots, worm holes, warps or
other surface defects in contact with concrete. Faces coming in contact with the concrete
shall be free from adhering grout, plaster, paint projecting nails, splits or other defects.
joints shall be sufficiently tight to prevent loss of water and fine material from concrete.
Plywood shall be used for Exposed Concrete surfaces, where called for Sawn and wrought
timber may be used for unexposed surfaces. Inside faces of forms for concrete surfaces
which are to be rubbed finished shall be planed to remove irregularities or unevenness in
the face. Formwork with linings will be permitted.
All new and used material for lumber shall be maintained in a good condition with respect
to shape, strength, rigidity, water tightness, smoothness and cleanliness of surfaces. Form
lumber unsatisfactory in any respect shall not be used and, if rejected by ENGINEER, shall be
removed from the site.

Page 43 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Formwork, during any stage of construction showing signs of distortion or distorted to such
a degree that the intended concrete work will not conform to the exact contours shown on
the drawings, shall be repositioned and strengthened. poured concrete affected by the
faulty formwork, shall be removed in its entirety and the formwork corrected, as directed
by ENGINEER, prior to placing new concrete.
Excessive provision of camber to compensate for shrinkage settlement, etc. that may impair
the structural strength of members will not be permitted.
Forms for substructure concrete may be omitted when, in the opinion of ENGINEER, the
open excavation is firm enough to act as the form. Such excavation shall be slightly larger
than that required by the drawings to compensate for irregularities in excavation and to
ensure concrete cover and the design requirements.
Forms shall be so designed and constructed that their removal will not damage the
concrete. Face formwork shall provide true vertical and horizontal joints, conform to the
architectural features of the structure as to location of joints and be as directed by
ENGINEER.
When exposed smooth or rubbed concrete finishes are required, the forms shall be
constructed with special care so that the resulting concrete surfaces require a minimum
finish.
22.6

BRACINGS, STRUTS AND PROPS:


Shuttering shall be braced, strutted, propped and so supported that it shall not deform
under weight and pressure of the concrete and also due to the movement of men,
equipment and other materials. Bamboos shall not be used as props or cross bearers.
The shuttering for beams and slabs shall be so erected that the shuttering on the sides of
the beams and under the soffit of slabs can be removed without disturbing the beam
bottoms. Reproping of beams shall not be done except when props have to be reinstated to
take care of construction loads anticipated to be in excess of the design load. Vertical props
shall be supported on wedges or other measures shall be taken whereby the props can be
gently lowered vertically while striking the shuttering.
If the shuttering for a column is erected for the full height of the columns, one side shall be
left open and built up in sections as placing of concrete proceeds, or windows may be left
for pouring concrete from the sides to limit the drop of concrete to 1.0 m or, as directed by
ENGINEER.

Page 44 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

22.7

MOULD OIL:
Care shall be taken to see that the faces of formwork coming in contact with concrete are
perfectly cleaned and two coats of mould oil or any other approved material applied before
fixing reinforcement and placing concrete. ( Burnt lube oil will not be allowed). Such coating
shall be insoluble in water, non-staining and not injurious to the concrete. it shall not
become flaky or be removed by rain or wash water. Reinforcement and/or other items to
be cast in the concrete shall not be placed until coating of the forms is complete. Adjoining
concrete surfaces shall also be protected against contamination from the coating material.

22.8

CHAMFERS AND FILLETS:


All corners and angles exposed in the finished structure shall be formed with mouldings to
form chamfers or fillets on the finished concrete. The standard dimensions of chamfers and
fillets, unless otherwise specified, shall be 20 mm x 20 mm. Care shall be excercised to
ensure accurate moulding. The diagonal face of the moulding shall be planed or surfaced to
the same texture as to form to which it is attached.

22.9

VERTICAL CONSTRUCTION JOINT CHAMFERS:


Vertical construction joints on faces which will be exposed at the complication of the work
shall be chamfered as above except where not permitted by ENGINEER for structural or
hydraulic reasons.

22.10 WALL TIES:


Wire ties passing the walls shall not be allowed. in their place bolts passing through sleeves
shall be used.
22.11 REUSE OF FORMS:
Before reuse, all forms shall be thoroughly scrapped, cleaned, nails removed, holes, that
may leak, suitably plugged and joint examined and when necessary, repaired and the inside
retreated to prevent adhesion to the satisfaction of ENGINEER. Warped lumber shall be
resized. CONTRACTOR shall equip himself with enough shuttering to complete the job in the
stipulated time.
22.12 REMOVAL OF FORMS:
22.12.1 CONTRACTOR shall record on the drawing or a special register, the date upon which the
concrete is placed in each part of the work and the date on which the shuttering is removed
therefrom.

Page 45 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

22.12.2 Under no circumstances shall forms be struck until the concrete reaches a strength of at
least twice the stress due to self-weight and any construction/erection loading to which the
concrete may be subjected at the time of striking formwork, as directed by ENGINEER.
22.12.3 In normal circumstances (generally where temperatures are above 20 deg. C), forms may
be struck after expiry of the following periods, where ordinary Portland cement is used and
adequate curing is done:
TYPE OF FORMWORK

MIN. PERIOD BEFORE STRIKING FORMWORK

a) Walls columns and vertical sides of beams.

16 to 24 hours as directed by the ENGINEER.

b) Slabs (Props left under)

3 days

c) Beam soffits (Props left under)

7 days

d) Removal of props under slabs:


i) Spanning upto 4.5 m.

7 days

ii) Spanning over 4.5 m.

14 days

e) Removal of props under beams:


i) Spanning upto 6 m.

14 days

ii) Spanning over 6 m.

21 days

Striking shall be done slowly with utmost care so to avoid damage to arrises and projections
and without shock or vibration, by gently easing the wedges. If after removing the form
work, it is found that timber ahs been embedded in the concrete, it shall be removed and
made good as specified earlier.
22.12.4 Reinforced temporary openings shall be provided as directed by ENGINEER to facilitate
removal of formwork which otherwise may be inaccessible.
22.12. Tie rods, clamps, form bolts, etc. which must be entirely removed from walls or similar
structures, shall be loosened not sooner than 24 hours nor later than 48 hours after the
concrete has been deposited. Tiles, except those required to hold forms in place, may be
removed at the time. Ties withdrawn from walls and grade beams shall be pulled towards
the inside face. Cutting ties back from the faces of walls and grade beams shall not be
permitted.
22.12.6 For liquid retaining structures, to sleeves for through bolts shall be used, nor shall through
bolts be removed as indicated in 24.12.5. The bolts, in this case, shall be cut at 25 mm depth

Page 46 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

from the surface and then the hole shall be made good by sand cement mortar of the same
proportion of the concrete, just after striking the formwork.
23.0

FOUNDATION BEDDING, BONDING AND JOINTS:

23.1

All surfaces upon or against which concrete will be placed shall be suitably prepared by
thoroughly cleaning, washing and dewatering, as indicated on the plans or as directed by
the ENGINEER, to meet the various situations encountered in the work.

23.2

Soft or spongy areas shall be cleaned out and backfilled with either a soil-cement mixture,
lean concrete or clean sand, till compacted to a minimum density of 90% Modified Proctor,
unless otherwise mentioned in Schedule of Quantities.

23.3

PREPARATION OF EARTH STRATA OF FOUNDATIONS:


All earth surfaces upon or against which concrete is to be placed, shall be well compacted
and free from standing water, mud or debris. Soft, yielding soil shall be removed and
replaced with suitable earth, sand or murrum well compacted as directed by ENGINEER.
Where specified, lean concrete shall be provided on the earth stratum for receiving
concrete. The surface of absorptive soils against which concrete is to be placed shall be
moistened thoroughly so that no moisture will be drawn from the freshly placed concrete,
and later shall help to cure the concrete.

23.4

PREPARATION OF CONCRETE SURFACES:


The preparation of concrete surfaces upon which additional concrete is to be placed later,
shall preferably be done by scarifying and cleaning, while the concrete is between its initial
and final set. This method shall be used wherever practicable and shall consist of cutting the
surface with picks and stiff brooms and by use of an approved combination of air and water
jet as directed by ENGINEER. Utmost care shall be excercised in performing this work to
avoid removal of too much mortar and the weakening of the surface by loosening of
aggregates.
When it is not practicable to follow the above method, it will be necessary to employ
compressed air to remove laitance and roughen the surface.
The final required result shall be a pitted surface from which all dirt, unsound concrete,
laitance and glazed mortar have been removed.

23.5

BONDING TREATMENT (MORTAR):

23.5.1 After rock or concrete surface upon which new concrete is to be placed have been scarified,
cleaned and wetted, as specified herein, they shall receive a bonding treatment,
immediately before placement of the concrete.

Page 47 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

23.5.2 The bonding medium shall be a coat of cement-sand mortar. The mortar shall have the
same cement-sand proportions as the concrete which shall be placed thereon. The watercement ratio shall be determined by site conditions and as approved by ENGINEER.
23.5.3 Bonding mortar shall be placed in sufficient quantity to completely cover the surface about
5 mm thick for concrete surfaces. It shall be brushed or broomed over the surface and
worked thoroughly into all cracks, crevices and depressions. Accumulations or puddles if
mortar shall not be allowed to settle in depressions and shall be brushed out to a
satisfactory degree, as approved by ENGINEER.
23.5.4 Mortar shall be placed at such a rate that it can be brushed over the surface just in advance
of placement of concrete. only as much areas shall be covered with mortar as can be
covered with concrete before initial set in the mortar takes place. The amount of mortar
that will be permitted to be placed at any one time, or the area which it is required to cover,
shall be in accordance with ENGINEER's directions.
23.6

CLEANING AND BONDING FORMED CONSTRUCTION JOINTS:


Vertical construction joints shall be cleaned as specified above or by other methods as
approved by ENGINEER. in placing concrete against formed construction joints, the surfaces
of the joints, where accessible, shall be coated thoroughly with the specified bed-joint
bonding mortar immediately before they are covered with concrete, or by scrubbing with
wire brooms dipped into the fresh concrete. Where it is impracticable to apply such a
mortar coating, special precautions shall be taken to ensure that the new concrete is
brought into intimate contact with the surface of the joint, by careful pudding and spading
with aid of vibrators and suitable tools.

23.7

EXPANSIION AND CONTRACTION JOINTS:


Provision shall be made for expansion and contraction of concrete by use of special type
joints located as shown on the drawings. Construction joint surfaces shall be treated as per
specifications, drawings or as directed by ENGINEER.

24.0

HOT WEATHER REQUIREMENT:

24.1

All concrete work performed in hot weather shall be in accordance with IS: 456:2000,
except as herein modified.

24.2

Admixture may be used only when approved by ENGINEER.

24.3

Adequate provisions shall be made to lower concrete temperatures by cool ingredients,


eliminating excessive mixing, preventing exposure of mixers and conveyors to direct sun-

Page 48 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

light, the use of reflective paint on mixers, etc. The temperature of the freshly placed
concrete shall not be permitted to exceed 38 deg.C.
24.4

Consideration shall be given to providing shade aggregate stockpiles from direct rays of the
sun and spraying stockpiles with water, use of cold water when available and burying,
insulating shading and/or painting white the pipe lines & water storage tanks.

24.5

In order to reduce loss of mixing water, the aggregates, wooden forms, subgrade, adjacent
concrete and other moisture absorbing surfaces shall be well wetted prior to concreting.
placement and finishing shall be done as quickly as possible.

24.6

Extra precautions shall be taken for the protection and curing of concrete. Consideration
shall be given to continuous water curing and protection against high temperatures and
drying hot winds for a period of at least 12 days immediately after concrete has set and
after which normal curing procedures may be resumed.

25.0

PRECAST CONCRETE:

25.1

Precast concrete shall comply with IS: 456:2000 and also with following:
All precast units shall be cast on a suitable bed or platform with firm foundation and free
from wind. CONTRACTOR shall be responsible for the accuracy of the level or shape of the
bed or platform. A suitable serial number and the date of casting shall be impressed or
painted on each unit.

25.2

STRIKING FORMS:
Side shutters shall not be struck in less than 24 hours after placing concrete and no precast
unit shall be lifted until the concrete reaches a strength of at least twice the stress to which
the concrete may be subjected to at the time of lifting, as directed by ENGINEER.

25.3

PRECAST UNITS:
The lifting and removal of precast units shall be undertaken without causing shock,
vibration or undue bending stresses to or in the units. before, lifting and removal takes
place, CONTRACTOR shall satisfy ENGINEER or his representative that the methods he
proposes to adopt for these operations will not overstress or otherwise affect the strength
of the precast units. The reinforced side of the units shall be distinctly marked.

25.4

CURING:
All precast work shall be protected from the direct rays of sun for at least 14 days after
casting and during that period each unit shall be kept constantly watered or preferably be

Page 49 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

completely immersed in water if the size of the unit so permits. Otherwise curing practice as
given earlier shall be followed.

26.0

SLOTS, OPENINGS ETC.:


Slots, openings or holes, pockets, etc., shall be provided in the concrete work in the
positions indicated in the drawings or as directed by ENGINEER. Any deviation from the
approved drawings shall be made good by CONTRACTOR at his own expense without
damaging any other work. Sleeves, bolts, inserts, etc. shall also be provided in concrete
work where so specified.

27.0

GROUTING:

27.1

STANDARD GROUT:
The proportions of grout shall be such as to produce a flowable mixture consistent with
minimum water content and shrinkage. The grout proportions shall be as specified on
drawings and as directed by ENGINEER.
a) Sand shall be such as to produce a flowable grout without any tendency to segregate.
b) Sand, for general grouting purposes, shall be graded within the following limits:
Passings IS: 2.36 mm sieve 95 to 100%
Passing IS: 1.18 mm sieve 65 to 95%
Passing IS: 300 micron sieve 10 to 30%
Passing IS: 150 micron sieve 3 to 10%
c) Surface to be grouted shall be thoroughly roughened and cleaned of all foreign matter
and laitance.
d) Prior to grouting, the hardened concrete surfaces to be grouted shall be saturated with
water.
Forms around base plates shall be reasonably tight to prevent leakage of the grout.
Adequate clearance shall be provided between forms and base plate to permit grout to be
worked into place properly.
Grouting, once started, shall be done quickly and continuously to prevent segregation,
bleeding and breakdown of initial set. Grout shall be worked from one side of one end to

Page 50 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

the other to prevent entrapment of air. To distribute the grout and to ensure more
complete contact between base plate & foundation and to help release entrapped air, link
chains can be used to work the grout into plate.
Grouting through holes in base plats shall be by pressure grouting, variations in grout mixes
and procedures shall be permitted if approved by ENGINEER.
27.2

SPECIAL GROUT:
Special grout, where specified on the drawings, shall be provided in strict accordance with
the manufacturers instructions/specifications on the drawings.

28.0

INSPECTION:
All materials, workmanship and finished construction shall be subject to the continuous
inspection and approval of ENGINEER.
All materials supplied by CONTRACTOR and all work or construction performed by
CONTRACTOR and rejected as not in conformity with the specifications and drawings, shall
be immediately replaced at no additional expense to the OWNER, and to the entire
satisfaction of the ENGINEER.
Approval of any preliminary materials or phase of work shall in no way absolve the
CONTRACTOR from his responsibility of supplying concrete and/or producing finished
concrete in accordance with the specifications and drawings.
All concrete shall be protected by the CONTRACTOR against damage until finally accepted
by the OWNER or his representative.

29.0

CLEAN UP:
Upon the completion of concrete work, all forms, equipment, construction tools, protective
coverings and any debris resulting from the work shall be removed from the premises.
All the debris i.e. empty containers, scrap wood, etc, shall be removed daily, as directed by
ENGINEER.
The finished concrete surfaces shall be left in a clean condition to the entire satisfaction of
the ENGINEER.

30.0

PAYMENT:

30.1

The unit rate for concrete work under various categories shall be all inclusive of all related
work and no claims for extra payment on account of such items as leaving holes,
embedding, inserts, etc., shall be entertained. no extra claim shall also be entertained due

Page 51 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

to change in the number, position and/or dimensions of holes, slots or openings, sleeves,
inserts or on account of any increased lift or scaffolding, etc. All these factors shall be taken
into consideration while quoting the unit rates.
30.2

Payment of concrete will be made on the basis of unit rates quoted for the respective items
in the Schedule of Quantities. No deduction in the concrete quantity will be made for
reinforcements, inserts, etc. and opening less than 1/20 of a sq.m. in area where concrete is
measured in sq.m. & 1/50 OF Cu.M. where concrete is measured in cu.m. Similarly the unit
rates for concrete work shall be inclusive or exclusive of shuttering as provided for in the
Schedule of Quantities. Where formwork is paid for separately, it shall be very clearly
understood that payment for formwork is inclusive of formwork, shuttering, shoring,
propping, scaffolding, etc. complete.

30.3

PAYMENT for beams will be made for the quantity based on the depth being reckoned from
the underside of the slabs and length measured as the clear distance between supports.
payments for columns shall be made for the quantity based on height reckoned upto the
underside of slabs.

30.4

The unit rate for precast concrete members shall include formwork, mouldings, finishings,
hoisting and setting in position including setting mortar, provision of lifting arrangements,
etc. complete.
Reinforcement shall be measured and paid for separately as per Schedule of Quantities.

Page 52 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

GROUP - 3
BRICK WORK
1.0

BRICKS:

1.1

Bricks used in works shall conform to the relevant Indian Standards. They shall be sound,
hard, homogenous in texture, well burnt in kiln without being vitrified, table moulded, deep
red, cherry or copper coloured, of regular shape and size and shall have sharp & square
edges and parallel faces. The bricks shall be free from pores, chips, flaws or humps of any
kind. Bricks containing unground particles and/or which absorb water more than 1/6th of
their weight when soaked in water for twenty-four hours shall be rejected. Over burnt or
under-burnt bricks shall be liable to rejection. The bricks shall give a clear ringing sound
when struck and shall have a minimum crushing strength of 35 Kg/sq.cm., unless otherwise
noted on drawing/BOQ. The classes and quality requirements of bricks shall be as laid down
in IS : 3102.

1.2

The size of the brick shall be approx. 230 x 115 x 75/100 mm unless otherwise specified, but
tolerance upto plus 3 mm in each direction shall be permitted. However, bricks conforming
in size to IS : 1077 could be used. Bricks shall be provided with frogs. Only full size bricks
shall be used for masonry work. Brickbats shall be used only with the permission of the
ENGINEER to make up required wall length or for bonding. Sample bricks shall be submitted
to the ENGINEER for approval and bricks supplied and used in works shall conform to the
approved samples. Brick samples shall be got tested as per IS - 3495 by the CONTRACTOR at
no extra cost to OWNER. Bricks rejected by ENGINEER shall be removed from the site of
works within 24 hours.

1.3

Specification of sand used for brick work shall be the same as that specified for concrete
work and shall belong to Grading ZONE-II.

1.4

MORTAR:

1.4.1 Mortar for brick masonry shall be prepared as per IS: 2250. Mix for cement mortar shall be
as specified in the respective items of work. Gauge boxes for sand shall be of such
dimensions that one complete bag of cement containing 50 kgs. of cement forms one unit.
The sand shall be free from clay, shale, loam, alkali and organic matter and shall be of
sound, hard, clean and durable particles. Sand shall be approved by ENGINEER. If so
directed by the ENGINEER, it shall be thoroughly washed till it is free of any contamination.
1.4.2 For preparing cement mortar, the ingredients shall first be mixed thoroughly in dry
condition. Water shall then be added and mixing continued to give a uniform mix of
required consistency. The mortar shall be thoroughly mixed of required consistency. The
mortar shall be thoroughly mixed and the same shall be used within 25 minutes of mixing.
Mortar left unused in the above specified period shall be rejected.

Page 53 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

1.4.3 The CONTRACTOR shall arrange for test on mortar samples if so directed by the ENGINEER.
Retempering of mortar will not be permitted.
1.4.4 Quantity of mortar required for brick work shall be calculated assuming consumption rate
of 0.24 Cu.M. per Cu.M. of brick work.
CEMENT CONSUMPTION FOR MORTAR:
No.

Mortar Proportion
(Kgs./Cu.M.)

Cement Consumption

1.
2.
3.
4.

1:1
1:2
1:3
1:4

1020 (20.4 Bags)


680 (13.6 Bags)
510 (10.2 Bags)
380 ( 7.6 Bags)

5.

1:5

310 ( 6.2 Bags)

6.

1:6

250 ( 5.0 Bags)

7.

1:1:6

250 ( 5.0 Bags)

(Cement: Lime: Sand)


Note: The above table is applicable for mortars used in all items of work.
1.5

WORKMANSHIP:

1.5.1 All bricks shall be thoroughly soaked in clean water for at least one hour immediately before
being laid. The cement mortar for brick masonry work shall be as specified in the respective
item of work. Brick work 230 mm thick and over shall be laid in English Bond unless
otherwise specified. The work of 115 mm thickness shall be laid with stretchers. For laying
bricks a layer of mortar shall be spread over the full width of the length of the lower course.
Each brick shall be pressed into the mortar and shoved into final position so as to embed
the brick fully in mortar. Bricks shall be laid with frogs uppermost.
1.5.2 All brickwork shall be plumb, square and true to dimensions shown. Vertical joints in
alternate courses shall come directly one over the other and shall be in line. Horizontal
courses shall be levelled. The thickness greater than 230 mm both faces shall be kept in
vertical planes. All interconnected brickwork shall be carried out at nearly one level and no
portion of the work shall be left more than one course lower than the adjacent work.
Where this is not possible, the work shall be raked back according to bond (and not saw
toothed) at an angle not exceeding 45 deg. But in no case the level difference between
adjoining walls shall exceed 1.25 M. Workmanship shall conform to IS: 2212.

Page 54 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

1.5.3 Bricks shall be so laid that all joints are well filled with mortar. The thickness of joints shall
not be less than 6 mm. and not more than 12 mm. The face joints shall be raked to a
minimum depth of 12 mm by raking tools daily during the progress of work when the
mortar is still green, so as to provide a proper key for the plaster or pointing to be done.
When plastering or pointing is not required to be done, the joints shall be uniform in
thickness and be struck flush and finished at the time of laying. The face of brickwork shall
be cleaned daily and all mortar droppings removed. The surface of each course shall be
thoroughly cleaned of all dirt before another course is laid on top. If the mortar in the lower
course has begun to set, the joints shall be raked out to depth of 12 mm before another
course laid.
1.5.4 All brickwork shall be built tightly against columns, floor slabs or other structural members.
1.6

Miscellaneous inserts in masonry e.g. sleeves, walls ties, anchors, conduits, structural steel,
etc. shall be installed by the CONTRACTOR at no extra cost to the OWNER. Furnishing of any
of these inserts by the CONTRACTOR will be paid for separately. Openings, arches, etc. shall
be provided as shown on the drawings to receive windows, louvers, door frames, etc. Wall
ties and flashings shall be built into the brickwork in accordance with the drawings and
specifications. It shall be clearly understood that the rates quoted by the CONTRACTOR
include for fixing of inserts, leaving openings, cutting chases in brickwork for various trades,
etc.

1.7

FACING BRICKWORK:

1.7.1 Facing bricks of the type specified shall be laid in the positions indicated on the drawings
and all facing brickwork shall be well bounded to the backing bricks. No facing brickwork
shall at any time be more than 600 mm above the backing brickwork.
1.7.2 All facing brickwork shall be pointed as the work proceeds and internal faces of the
brickwork shall be pointed with neat flush joint to give a fair face.
1.7.3 Faced work shall be kept clean and free from damage, discolouration, etc. at all times. The
CONTRACTOR shall fill carefully all holes with bricks similar to the surrounding brickwork,
point brick work, as required.
1.7.4 For facing brickwork, double scaffolding shall be used and no holes in brickwork for
scaffolding shall be permitted.

1.7.5 The green work shall be protected from rain by suitable coverings. Bricks shall be kept
constantly moist on all the faces for a minimum period of ten days. Brick work shall not be
raised more than one metre per day.
Page 55 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

1.7.6 The rates quoted by the CONTRACTOR shall be exclusive of transomes and mullions.
CONTRACTOR shall provide the same as shown or indicated on the drawings. These shall
generally be provided only in half and full brick walls. Dimensions of the transomes and
mullions shall conform to the specifications for concrete and shall be gradeM15.
1.8

MEASUREMENT :
Brickwork of all thickness shall unless otherwise stated in the Schedule of Quantities, be
paid in units of cu.m. In all cases, the quantities measured and paid for shall be those
actually executed after making necessary deductions for openings, etc. Brick masonry for
steps and such other mass works and encasement shall be paid on the basis of rates quoted
per cu.m.

1.9

INSERTS, BOLTS, ETC.


Inserts, bolts, etc. shall be provided in masonry works as indicated on the drawings. It is
imperative that all inserts bolts, fixtures and fittings shall be provided in their position very
accurately. If the ENGINEER directs that such inserts and bolts be fixed by use of templates,
the CONTRACTOR shall make arrangements for providing such templates. If as a
consequence of negligence on the part of the CONTRACTOR, the inserts, bolts, fixtures,
fittings, etc. are out of alignment, the CONTRACTOR shall make arrangements to have the
inserts and bolts removed and refixed in their proper position as directed by the ENGINEER
at no extra cost to the OWNER.

1.9.1 MEASUREMENT :
Inserts, bolts, etc. shall be measured and paid for as per the Schedule of Quantities.
2.0

BRICK ON EDGE PAVING/PITCHING

2.1

Bricks :
Bricks of the specified strength shall be used. These shall conform to the specifications
described in Group 3. Broken bricks shall not be used in flooring except for closing the line.
The bricks shall be laid on edge.

2.2

Mortar :
The mortar used shall be as specified. In case of dry brick flooring fine sand shall be filled in
the joints.

2.3

Sub-Grade :

Page 56 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

2.3.1 Flooring shall be laid on concrete sub-grade, where so provided. The sub-grade shall be
provided with the slope required for the flooring. Floors in verandahs, kitchens, bath,
water-closets and courtyards shall in variably be provided with suitable slopes to drain off
washing and rain water. Plinth masonry off-set shall be depressed so as to allow the subgrade concrete to rest on it.
2.3.2 Where sub-grade is not provided, the earth below shall be properly sloped, watered, ramm
ed and consolidated. Before laying the flooring, it shall be moistened.
2.4

Laying :

2.4.1 The bricks shall be laid on edge in plain, diagonal herring bone bond, or other pattern as
specified or directed by the Engineer-in-Charge.
2.4.2 Bricks shall be laid on edge on 12 mm thick mortar bed, and each brick shall be properly
bedded and set home by gentle tapping with handle trowel or wooden mallet. Its inside
faces shall be buttered with mortar, before the next brick is laid and pressed against it.
2.4.3 On completion of a portion of flooring the vetical joints shall be fully filled from the top with
mortar. The surface of the flooring during laying, shall be frequently checked with a straight
edge at least 2 M long, so as to obtain a true plain surface with the required slope.
2.4.4 Dry brick flooring shall be laid on a bed of 12 mm thick mud mortar laid to required slope.
2.5

Joints :
Brick shall be so laid that all joints are full of mortar. The thickness of joints shall not exceed
1.0 cm for brick work with bricks of any class designation. All face joints shall be raked to a
minimum depth of 15 mm by raking tool during the progress of work when the mortar is
still green so as to provide proper key for the plaster or pointing to be done. Where
plastering or pointing is not required to be done, the joints shall be struck flush and finished
at the time of laying. The face of brick work shall be cleaned on the same day on which
brick work is laid and all mortar droppings removed promptly.

2.6

Measurements :
The measurement of Brick on edge flooring/paving will be done on Cu.m basis or as
specified otherwise. The actual measurements of length, breadth and height will be taken
for calculations.

2.7

Rate :

Page 57 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

The rate shall include the cost of all materials and labour involved in all the operations
described above, including application of cement slurry on sub-grade or R.C.C. slab and
leveling, cleaning of sub-grade. However excavation/filling of sub grade, if any will be paid
for separately.

Page 58 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

GROUP - 4
DOORS & WINDOWS /WINDOW / TOP HUNG VENTILATORS
Providing and fixing Windows, Top Hung Ventilators fabricated from roll formed sections made of
Galvanized Steel Colour Coated powder Coated (Base Steel) as per IS 513 D quality, Galvanized
as per IS 277 with Zinc of 120 grams/ Sq. Mtr.) with total coated thickness of 0.60 mm.
Paint Specifications:
Coated Sections should be with Primer Coat of Epoxy Primer of 5-7 microns thick, finish painted
with a Polyester Paint of 12-16 microns thick and back coated with Alkyd backer of 5-7 microns, or
Powder Coated with pure Polyester Powder up to 50-60 microns thick.
Dimensions of Sections:
Section for Shutter should be of 46mm x 46mm and External Frame should be of 46mm x 52 mm.
Section for Glass Beading should be of 18mm x 25mm and center mullion should be of 46mm x
70mm.
Fixing Details:
The Frame & Shutter Sections should be cut to length and mitre jointed with Corner Bracket made
of CRCA electroplated. Mullion Sections should be jointed with Frame/ Mullion using Nylon
Mullion Cap Ethyl Propylene Diamine Monomer (EPDM) Gasket should be used all around glass in
shutter, between frame and glazed shutter and both sides of fixed glass.
Accessories:
Handle made of high grade Aluminium powder coated and with nylon receiver. Gaskets made of
Ethyl Propylene Diamine Monomer (EPDM). Corner brackets made of CRCA with zinc phosphating.
Mullion caps made of Glass filled nylon.
Glass:
Glass shutter and fixed glass portions should be provided with a glass of 5mm Plain Float Glass.
Window Frame should be fixed to brick/concrete masonry by using Nylon self-expanding caps and
driving MS electroplated 80mm long screws into the cops through frames.
SPECIFICATIONS FOR DOORS
Providing and fixing Doors fabricated from roll formed sections made of Galvanized Steel Colour
Coated / Powder Coated (Base Steel as per IS 513 D quality, galvanized as per IS 277 with Zinc of
120 grams/Sq. Mtr.) with total coated thickness of 0.60 mm.

Page 59 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Paint Specifications:
Coated Sections should be with Primer Coat of Epoxy Primer of 5-7 microns thick, finish painted
with a Polyester paint of 12-16 microns thick and back coated with Alkyd backer of 5-7 microns, or
Powder Coated with pure polyester Powder up to 50-60 microns thick.
Dimensions of Sections:
Sections for shutter should be of 46x46mm and external frame should be of 46x52mm, middle and
bottom rail (Lack Rail and Kick Rail) of size should be 23x130mm.
Fixing Details:
The Frame & Shutter Sections should be cut to length and mitre joined with Corner Bracket made
of CRCA electroplated. Ethyl Propylene Diamine Monomer (EPDM) Gasket should be used all
around glass in shutter, between frame and glazed shutter and both sides of fixed glass.
Accessories:
Handle and lack of approved quality. Hinges made of 2.5mm thick CRCA powder coated. Gasket
made of Ethyl Propylene Diamine Monomer.
Glass/Board:
Shutter should be provided party with glass of 5mm Plain Float Glass and partly board of 9mm
thickness.
The above Frame should be fixed to brick / concrete masonry by using Nylon self- expanding caps
and driving MS electroplated 80mm long screws into the caps through frames.
SPECIFICATIONS FOR OPERATABLE LOUVERED VENTILATOR:
Providing and fixing Louvered Ventilator Fabricated from roll formed sections made of Galvanized
Steel Colour Coated / Powder Coated (Base Steel as per IS 513 D quality, Galvanized as per IS 277
with Zinc of 120 grams / Sq. Mtr.) with total coated thickness of 0.60 mm.
Paint Specifications :
Coated Sections should be with Primer Coat of Epoxy Primer of 5-7 microns thick, finish painted
with a Polyester paint of 12-16 microns thick and back coated with Alkyd backer of 5-7 microns, or
Powder Coated with pure polyester Powder up to 50-60 microns thick.
Dimensions of Sections:
The Sections for external frame should be of 18x40mm.
Fixing Details:
The Sections should be cut to length and mitre joined with Corner Bracket made of CRCA
electroplated.

Page 60 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Accessories:
Glass holding flanges mode of glass filled nylon. Gasket made of ethyl Propylene Diamine
Monomer. Handle made of nylon. Connecting Rod made of S.S. plate.
Glass:
Louvers should be provided with a glass of 5mm Plain Float Glass.
The above frames should be fixed to the concrete/masonry walls and floor by means of self
expanding screws.
SPECIFICATIONS FOR SLIDING SYSTEMS
Providing and fixing Sliding Systems fabricated from roll formed sections made of Galvanized Steel
Colour Coated / Powder Coated (Base Steel as per IS 513 D quality, Galvanized as per IS 277 with
Zinc of 120 grams/Sq. Mtr.) with total coated thickness of 0.60mm.
Paint Specifications:
Coated Sections should be with Primer Coat of Epoxy Primer of 5-7 microns thick, finish painted
with a Polyester paint of 12-16 microns thick and back coated with Alkyd backer of 5-7 microns, or
Powder Coated with pure polyester Powder up to 50-60 microns thick.
Dimensions of Sections:
Section for external frame bottom and top should be of 79x44mm. External frame sides should be
of 69x26mm, guide for top and bottom should be of 69x26mm (stainless steel). Section for shutter
should be of 26x30mm.
Fixing Details:
The Frame & Shutter Sections should be cut to length and joined with Corner Bracket made of
Nylon Ethyl Propylene Diamine Monomer (EPDM) Gasket should be used all around glass in
shutter.
Accessories:
Corner bracket for internal and external frame made of glass filled nylon. Gasket made of Ethyl
Propylene Diamine Monomer.
Glass:
Glass shutter should be provided with a glass of 5mm Plain Float Glass.
Window Frame should be fixed to brick/concrete masonry by using Nylon self-expanding caps and
driving MS electroplated 80mm long screws into the caps through frames.

Page 61 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

SPECIFICATIONS FOR SWING DOORS


Providing and fixing Swing Door fabricated from roll formed sections made of Galvanized Steel
Colour Coated / Powder Coated (Base Steel as per IS 513 D quality, Galvanized as per IS 277
WITH zinc of 120 grams/Sq. Mtr.) with total coated thickness of 0.60mm.
Paint Specifications:
Coated Sections should be with Primer Coat of Epoxy Primer of 5-7 microns thick, finish painted
with a Polyester paint of 12-16 microns thick and back coated with Alkyd backer of 5-7 microns, or
Powder Coated with pure polyester Powder up to 50-60 microns thick.
Dimensions of Sections:
The sections are to be of 33x58mm for external frame, shutter should be with sections of
46x52mm and 46x46mm and lock rail should be of 23x130mm.
Fixing Details:
The Frame & Shutter Sections should be cut to length and joined with Corner Bracket made of
CRCA electroplated. Ethyl Propylene Diamine Monomer (EPDM) Gasket should be used all around
glass in shutter.
Accessories:
Handle/lock, floor spring should be of approved quality, Gasket made of Ethyl Propylene Diamine
Monomer.
Glass/Board:
Shutter should be provided with party glass of 5mm Plain Float Glass and partly Board of 9mm
thickness.
The above Frame should be fixed to brick / concrete masonry by using Nylon self- expanding caps
and driving MS electroplated 80mm long screws into the caps through frames.

Page 62 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

GROUP: 5
FLOORING WORKS
1.0

SCOPE:
This specification covers requirements for providing and laying flooring inside the buildings.

2.0

SOLING:
Specification for laying soling under the floor shall be similar to that for roadwork except
that 10 T rollers will not be used for compaction. Thickness of soling shall be as specified on
drawings.

3.0

MOSAIC, TERRAZZO, SHAABAD AND PLAIN CEMENT TILING WORK IN FLOORING:

3.1

The type, quality, size, thickness, colour, etc. of the tiles for flooring and skirting work shall
be of quality approved by the ENGINEER. Size of chips used in tiles shall range from 6 mm to
1.5 mm, according to the approved pattern. For this purpose, the CONTRACTOR shall
provide the ENGINEER with necessary samples for his selection.

3.2

Before the tiling work is commenced, the subsurface shall be thoroughly cleaned and
washed of all loose materials, dirt, and scum or laitance and then well wetted without
forming water pools on the surface.

3.3

The tiles shall be laid on lime concrete mortar of 1:3 ( 1 cement: 3 Coarse Sand) bedding of
25 mm thick. The proportion of mortar shall be one part of lime and three parts of sand.
Sand used for preparing mortar shall belong to Grading Zone-II. The mortar shall be evenly
spread on the sub-floor. The mortar shall be allowed to harden for a day before the tiles are
set. Over this mortar bed, 4.4 kg. of cement per sq.m. of floor area shall be spread. The tiles
shall be fixed on this bed one after another, each tile being gently tapped the adjoining tiles.
The joints shall be laid perfectly in level, unless otherwise specified or required or desired
by the ENGINEER. After laying the tiles the joints shall be finished with white cement or
cement of approved colour.

3.4

For lime mortar, lime from burnt stone shall be used. It shall be free from ash and impurities
and be in the form of lumps and not powder, when brought to site. Lime which is damaged
due to rain, soaking, moisture absorption or air slaking shall not be used.

3.5

Floor tiles laid adjoining the wall shall project 12 mm under the plaster, skirting or dado, as
may be required by the ENGINEER. Tile pieces shall not be used. After laying, the flooring
shall be allowed to cure undisturbed for 7 days. Design traffic shall not be allowed on the
floor for at least 14 days after laying the tiles.

Page 63 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

3.6

About a week after laying the tiles, each and every tile shall be lightly tapped with a small
wooden mallet to find out if it gives a hollow sound; if it does, such tiles along with any
other cracked or broken, tiles shall be removed and replaced with new tiles to proper line
and level. The same procedure shall be followed again after ensuring the such replaced tiles
match with those laid earlier. It is necessary that the CONTRACTOR orders enough extra
tiles to meet this contingency. The tiles shall finally be cleaned and polished by using dilute
oxalic acid, or any other method recommended by the manufacturer and approved by the
ENGINEER.

3.7

After the joints have developed sufficient strength the floors shall be machine polished to
the desired to the desired finish as approved by the ENGINEER. Sufficient quantity of water
shall always be used during polishing to prevent scratching.

3.8

For dado and skirting work, the vertical surface shall be thoroughly cleaned and wetted. The
minimum thickness of tiles shall be 12 mm. The joints shall be raked out to a depth of at
least 15 mm in masonry walls, while the masonry is being laid. Thereafter, it shall be evenly
and uniformly covered with apprx. 12 mm thick 1:2 cement mortar. For this work the tiles
as obtained from the factory shall be of the size required and practically fully polished. The
back of each tile to be fixed shall be covered with a thin layer of neat cement paste and the
tile shall then be gently tapped against the wall with a wooden mallet. This shall be done
from the bottom of the surface upwards. The joints shall be as close as possible and shall be
filled with cement of approved make. The work shall be truly vertical and flush.
After the work has set, hand polishing with carborandum stones shall be done so that the
surface attains a high glossy finish. Corners and junctions shall be finished true. The
workmanship shall conform to IS: 1443.

3.9

The work is subject to the approval of the ENGINEER. If any portion of the work is rejected
by the ENGINEER, the same shall be removed and redone by the CONTRACTOR to the entire
satisfaction of the ENGINEER at no extra cost to the OWNER.

3.10

The procedure for laying and finishing cement or other tiles in floor and dado shall be as for
mosaic tiles, except that in this case the tiles shall be cement or other instead of
mosaic/terrazzo tiles.

3.11

MEASUREMENT
Unit of measurement for floor tiling, and dado shall be sq.m. or part thereof of the
superficial area. Actual quantity of tiling work carried out will be measured and paid for
after making deductions for openings, etc.For skirting, unit of measurement shall be linear
metre for the specified width, or area tiled as specified in the Schedule of Quantities.

Page 64 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

4.0

SEMI-GLAZED TILE WORK :


The semi-glazed tiles in flooring and dado shall be of quality approved by the ENGINEER and
they shall be laid on a base 12 mm thick in CM 1:3. Over this mortar, cement slurry shall be
spread at 3.3 kg/sqm. The tiles shall be of standard size without warp and with straight
edges true and even in shape & size of uniform colour. They shall be laid truly vertical on
walls and truly horizontal on floors, or to slopes as directed. The joints shall be thin, uniform
and perfectly straight. The joints shall be floated with white cement as directed by the
ENGINEER. The rate quoted for flooring and dado work shall be inclusive of angles and
corner pieces. Glazed tiles shall conform to IS : 777.

5.0

CEMENT CONCRETE FLOOR FINISH:

5.1

Cement Concrete :
Cement concrete of specified mix shall be used and it shall generally conform to the
specifications described in Group-2.

5.2

Sub-Grade :

1.

Flooring shall be laid on concrete sub-grade where so provided. The sub-grade shall be
provided with the slopes required for the flooring. Flooring in verandah, kitchens, baths,
water-closets and courtyards shall invariably be provided with suitable slope to drain off
washing and rain water. Plinth masonry off-set shall be depressed so as to allow the subgrade concrete to rest on it.

2.

If the sub-grade consists of lime concrete it shall be allowed to set for seven days and the
flooring shall be laid in the next three days.

3.

If the sub-grade is of lean cement concrete, the flooring shall be commenced preferably
within 48 hours of the laying of sub-grade. The surface of the sub-grade shall be roughened
with steel wire brushes without disturbing the concrete. Before laying the flooring the subgrade shall be wetted and smeared with a coat of cement slurry at 2 kg of cement spread
over an area of one sq. m so as to get a good bond between the sub-grade and concrete
floor.

4.

If the cement concrete flooring is to be laid directly on the R.C.C. slab the surface of R.C.C.
slab shall be cleaned and the laltance shall be removed and a coat of cement slurry at 2 kg
of cement per sq m shall be applied, so as to get a good bond between R.C.C. slab and
concrete floor.

Page 65 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

5.3

Thickness :
The thickness of floor shall be as specified in the description of the item.

5.4.1

Laying :
Panels : Flooring of specified thickness shall be laid in the pattern as given in the drawings
or as directed by the Engineer-in-Charge. The border shall have mitred joints at the corners
of the room and intermediate joints shall be in straight line with the panel joints. The
panels shall be of uniform size and no dimension of a panel shall exceed 2 m and the area of
a panel shall not be more than 2 sq m.
Laying with Strips : Normally cement concrete flooring shall be laid in one operation using
glass/plain asbestos sheet strips at the junction of two panels. This method ensures
uniformity in colour of all the panels and straightness at the junction of the panels.
Strips Fixing : 4 mm thick glass strips or 5 mm thick plain asbestos sheet/strips shall be fixed
with their top at proper level, giving required slopes.
Concreting : Cement concrete shall be placed in position, in one operation, in the panels. It
shall then be levelled with the help of straight edge and trowel and beaten with a wooden
"Thappy" or mason's trowel. The blows shall be fairly heavy in the begining but as
consolidation takes place, light rapid strokes shall be given. Beating shall cease as soon as
the surface is found covered with cream of mortar. The surface shall be tested with straight
edge and made true to required slopes. While laying concrete care shall be taken to see
that the strips are not damaged disturbed by the labourers. The top of strips shall be visible
clearly after finishing with cement slurry.

5.4.

Laying without Strips:


Laying of cement concrete flooring in alternate panels may be allowed by Engineer-inCharge in case strips are not to be provide.
Shuttering : The panels shall be bounded by wooden angle iron battens. The battens shall
have the same depth as the concrete flooring. These shall be fixed in position, with their
top at proper level, giving required slopes. The surface of the battens of flats, to come in
contact with concrete shall be smeared with soap solution or non-sticking oil (Foam oil or
raw linseed oil) before concreting. The flooring shall be against the masonry wall, which
shall not be plastered.
Concreting The concreting shall be done in the manner described under Group - 2. The
battens used for shuttering, shall be removed on the next day of the laying of cement
concrete. The ends thus exposed shall be repaired, if damaged, with cement mortar 1:2 (1

Page 66 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

cement : 2 coarse sand), and allowed to set for minimum period of 24 hours. The alternate
panels shall then be cleaned of dust, mortar droppings etc. and concrete laid. While laying
concrete, care shall be taken to see that the edges of the previously laid panels are not
damaged and fresh mortar is not splashed over them. The points between the panels
should come out as fine and as straight lines.
5.5

Finishing :
The finishing of the surface shall follow immediately after the cessation of beating. The
surface shall be left for some time, till moisture disappears from it. Excessive trowelling
shall be avoided. Use of dry cement or cement and sand mixture sprinkled on the surface
to stiffen the concrete or absorb excessive moisture, shall not be permitted.
Fresh quantity of cement at 2.0 Kg of cement shall be mixed with water to form a thick
slurry and spread over an area of one sq m of flooring while the concrete still green. The
cement slurry shall then be properly pressed and finished smooth.
The edge of sunk floors shall be finished and rounded with cement mortar 1:2 (1 cement : 2
coarse sand) and finished with a floating coat of neat cement.
The junctions of floor with wall plaster, dado, skirting shall be rounded off where so
specified.3.5.5The men engaged on finishing operations shall be provided with raised
wooden platform to sit on, so as to prevent damage to new work.

5.6

Curing :
The curing shall be done for a minimum period of ten days. Curing shall not be commenced
until the top layer has hardened. Covering with empty cement gunnies shall be avoided as
the colour is likely to be bleached with the remnants of cement matter from the bags.

5.7

Precautions :
Flooring in lavatories and bath rooms shall be laid after living of water closet and squatting
pans and floor traps. Traps shall be plugged, while laying the floors and opened after the
floors are cured and cleaned. Any damage done to W.C's squatting pans and floor traps
during the execution of work shall be made good.
During cold weather, concreting shall not be done when the temperature falls below 4
Deg.C. The concrete placed shall be protected against frost by suitable coverings. Concrete
damaged by frost shall be removed and work redone. During hot weather, precautions
shall be taken to see that the temperature of wet concrete does not exceed 38 Deg.C. No
concreting shall be laid within half an hour of the closing time of the day, unless permitted

Page 67 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

by the Engineer-in-Charge. The floor shall be protected from any damage during the
execution of work.

5.8

Measurements:
Length and breadth shall be measured correct to a cm and its area as laid shall be calculated
in sq. m. correct to two places of decimal. Length and breadth shall be measured before
laying skirting dado or wall plaster. No deduction shall be made nor extra paid for any
opening in the floor of area upto 0.10 sq m. The flooring done with strips (in one operation)
and without strips (in alternate panels) shall be measured together.

5.9

Rate :
The rate shall include the cost of all materials and labour involved involved in all the
operations described above including application of cement slurry on R.C.C. slab or on subgrade including roughening and cleaning the surface and cost of 4 mm thick glass sheets or
5 mm thick asbestos sheet strips. Nosing of steps where provided shall be paid for
separately in running metre.
Nothing extra shall be paid for laying the floor at different levels in the same room or
courtyard and rounding of edges of sunk floors.
In case the flooring is laid in alternate panels, it includes the cost of shuttering.

6.

MARBLE/GRANITE/OTHER NATURAL STONES :

1.

Marble :
Marble shall be minimum 20mm in thickness and shall be of required Length and Width and
preferably in not less than 1800 mm in lengths and in required Widths upto 900mm.
Marble for Staircase steps shall be in One length and width including 12 mm nosing.
The marble shall be from specified/approved quarry only. The marble used in a particular
Area shall be preferably from the same lot and shall be stable to the maximum extent
possible in Colour, Grains and Thickness. All exposed edges of marble finish shall be
polished and shaped as required. Flat surfaces of marble shall be machine polished and
finished with Tine Oxide powder. Wax polishing shall be done only on approval. Unless
otherwise specified all joints shall be Butted and the flooring shall be to absolute dead level.
All undulations in the base concrete shall be made up and levelled with lean concrete using
10 mm and below granite chips before application of base mortar. All marble flooring shall

Page 68 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

be laid over cement mortar bed of 1:4 & the average thickness of bed shall be 20 mm. Over
the mortar cement slurry of honey like consistency at the rate of 4.4 kg/sqm shall be
spread.

Granite :
All granite slabs shall be minimum 20 mm thick and of approved Design & Colour. Only first
quality material shall be used. The granite used in a Particular Area shall be preferably from
the same lot and shall be stable to the maximum extent, possible in Colour, Grains and
Thickness. All exposed edges of granite finish shall be polished and shaped as required. Top
surface of granite shall be machine polished to mirror finish.
If the granite tiles are specified and used, the same shall be from one lot. Granite slabs used
for vertical cladding shall be provided with Brass/Stainless Steel lugs and fixed to the mortar
backing. All joints shall be neatly pointed with water proof colour cement/oxide.
2.

Natural Stone :
Natural Stones like Shahabad, Kota, Batemcharla, Tandoor, Sand Stone, Dholpur,
Cuddapah, etc. , shall be polished, semi/fully dressed as per approved sample. Sizes
required depending upon location of use. Joints are to be fully Butted and pointed with
waterproof Colour/Oxide.
All Stones, Marble, Granite etc., shall be laid for Flooring and Cladding as per specified
patterns, colour combinations as required.

3.

Precautions :
Doors, windows, floors etc. shall be protected from splashes and droppings if any shall be
removed immediately.

4.

Measurements :
Length and breadth shall be measured correct to a cm and area shall be calculated in square
meters upto two decimal places. The measurement of plaster shall be made or extra paid
for openings less than 0.5 Sqm shall be deducted but additional measurements shall be
taken for jambs, sills and soffits. Skirting of the wall shall not be measured (if the skirting is
of different finish.)
MORTAR CONSUMPTION FOR VARIOUS ITEMS OF WORK:
No.

Page 69 of 185

Description

Motar Consumption

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

1. 20 mm thk. M.M. Tiles


(a) For floor (25 thk. Floorin bedding)

0.0255CU.M/SQ.M of

(b) For skirting of (12 thk. bedding) Skirting

0.014 CU.M/SQ.M

2. 6mm thk. Glazed tiles.


a) for flooring (12 thk. bedding) of flooring.

0.014 CU.M./SQ.M.

b) For dado (12 thk. Bedding)

0.014 CU.M/SQ.M.

3. 32 mm thk. Shahabad tiles


a) For flooring (25 thk. bedding)

0.028 CU.M/SQ.M.

b) For skirting (12 thk. bedding)

0.014 CU.M/SQ.M.

CEMENT CONSUMPTION FOR FILLING JOINTS IN TILING:


No.

Description

Cement Consumption

1. 20 mm thk. M.M. Tiles


a) For flooring

0.088 bag/SQ.M. of flooring

b) For skirting

0.044 Bag/SQ.M. of skirting

2. 32 mm thk. Shahabad tiles


a) For flooring

0.052 Bag/SQ.M. of flooring

b) For skirting

0.052 Bag/SQ.M. of skirting

5. Grooves in RCC Flooring


Grooves shall be provided by forming 10 mm wide x 25 mm deep grove at the junction of two
adjacent panels. Size of each panel shall not exceed 4M x 3M. Grooves shall be cleaned of all
dirt and greasy matters and dried before filling with Hot sealing compound grade A, conforming
to IS-1834/1984.
6. Rubble Soling
Rubble soling shall not be constructed on a wet subgrade. The finished compacted thickness of
the soling course shall be 230 mm/150 mm as specified. The soling stone shall be laid with the
largest face downwards. The stones shall break joint as far no possible.
As the laying of rubble advances, the soling shall be packed by wedging and packing with 40
mm down grade/20 mm downgrade stone aggregate to fill the voids as completely as possible.

Page 70 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

The soling after it is properly laid and hand packed including filling voids with stone aggregate
as specified rolled dry with 10-12 MT power roller till refusal i.e. till the soling course to move
under the roller and no more compaction can be achieved. Rolling shall start at the edges and
move towards the centre. The roller shall run over the same surface of rolling for at least a
times till the soling course is consolidated.

GROUP - 6
WATER PROOFING & DAMP PROOFING WORKS
I.

WATER PROOFING WORK


All surfaces to be water proofed shall be dry, clean,smooth and free from dust and loose
particles.

1.1

TAR FELT TYPE


For a five layer treatment, bitumen primer conforming to IS:3384 shall be applied. Over
this primer cost, hot bitumen conforming to IS:1580 shall be applied at the rate of 1.2
kg/m.sq. Hessian based felt type 3 grade 2 conforming to IS :1322 shall be spread and
embedded in the previously laid bitumen while hot. Hot bitumen will again be applied over
the felt at the rate of 1.2 Kg/m.sqPea size gravel or grit shall be uniformly spread at the
rate of 0.008 cu.m./sq.m. The end and side laps of each sheet shall not be less than 100150 mm along parapet wall and embedded in chases made in the wall and brick masonry
and made good in plaster. The standard of water proofing shall comply with IS:1346. For
seven layer treatment, one traditional layer of bitumen shall be laid before gravel layer in a
manner, described above for five layer treatment.

II

DAMP PROOF COURSE ( D.P.C. )


CEMENT CONCRETE LAYER :- This shall consist of cement concrete of specified proportions
and thickness. The surface of brick work or stone work masonry shall be levelled and
prepared before laying the cement concrete. Edges of damp proof course shall be straight,
even and vertical. Side shuttering shall consist of wooden forms and shall be strong and
properly fixed so that it does not get disturbed during compaction and the mortar does not
leak through. The concrete mix shall be of workable consistency and shall be tamped
thoroughly to make a dense mass. When the sides are removed, the surface should come
out smooth without any honey-combing.

Page 71 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

CURING :- Damp proof course shall be cured for at least seven days, after which it shall be
allowed to dry.
APPLICATION OF HOT BITUMEN :- Where so directed hot bitumen in specified quantity
shall be applied over the dried up surface of cement concrete, properly cleaned with
brushes and finally with a piece of cloth soaked in kerosene oil. The bitumen shall be
applied uniformly all over, so that no blank spaces are left any where. It will be paid for
separately.
WATER - PROOFINGMATERIALS :- Where so specified, water proofing material of approved
quality shall be added to the concrete mixture in accordance with the manufacturer's
specifications starting the quantity of water proofing material in litres or Kg per 50 Kg of
cement and will be paid for separately.
MEASUREMENTS :- The length and breadth shall be measured correct to a cm and its area
shall be calculated in square metres correct to two places of decimal. The depth shall not
be less than the specified thickness at any section.
RATE :- The rate is inclusive of the cost of materials shuttering and labour involved in all
the operations described above.
PROVIDING WATER PROOFING FOR RCC BUILDING
It is proposed to provide water proofing for the completed RCC roof of office building,
Amenity block, Security block, MCC room, DG room, Gate cabin, Weigh bridge cabin and
Plant toilet.
The system consist of one layer of primer, three coats of Polyurethane of total DFT 450
microns and screed cement concrete 25mm min. thickness. The detail schedule and
application procedure is as given below.
Specification for roofing treatment :
Material
The material shall consist of 2 pack clear/pigmented Aliphatic Polyurethane using Polyether
polyols (Polyster or Castrol oilbased Polyols not acceptable), with Iso cynorate for rendering
flame resistant characteristic. The 2 pack system, consisting of pigment and the solvent
(Xylene/Toulene, no filler) shall be mixed in definite ratio by weight strictly as per approved
manufacturer's specification, for preparing the coating for application. The coating shall
have physical features like
Workmanship

Page 72 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Preparation of surface :
The roof surface shall be thoroughly cleaned with a wire brush and all foreign matter etc
shall be removed. Well defined cracks on the surface shall be cut to `V' section, cleaned
and filled up flush with a paste component Polyuthene based crack filling compound and
white cement in ratio 1:2.

Primer coat :
It shall consist of 2 pack Polyurethane. Primer coat shall be mixed in the ratio as per
manufacturer's specification. A single coat of this primer shall be applied by brush over the
prepared bed as an adhesion coat.
The primer shall be allowed to dry for a min of 8 hrs. time before the successive finishing
coats of P.U. applied.
Finishing Coats :
The finishing coats shall consist of three successive pigmented sealing coats of 2 pack
Polyurethane mixed in the ratio as per manufacturer's spec. Application shall be with
brush, to a smooth and even finish. The overall dry film thickness shall be 450 microns or
min. covering capacity shall be 200 gms/sqm. per coat.
Each coat shall be allowed to dry for min. 12 hours before applying next coat. Care shall be
taken for quick application after mixing the 2 pack primer in view of short pot life of the mix
and shall be fully consumed within the stipulated period as per manufacturer's spec. (Max
60 minutes at 30 degree C).
The P.U. coating shall be continued up to the parapets/walls for a min. of 150mm over the
finished roof surface. It shall be continued into rain water pipes by atleast 100 mm.
Cement Screed :
The final coat of P.U. when tacky shall be sprinkled with 300 micron layer of clean sand.
Plain cement concrete (1:2:4) of 25 mm min. thickness with 24 SWG chicken wire mesh shall
be laid to slope in panels not exceeding 6 SQM. area per panel over this. The joints
between panels shall be raked out neatly (after stipulated curing period) to a min.6mm x
600 V-groove and filled up with an approved quality elastomeric compound sealant. Drain
outlet shall be provided for all spouts/rain water pipes by suitable rounding, filling and

Page 73 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

sloping of PCC as per drawing. At the junction of the roof and parapet or any other vertical
surface, a fillet of 75mm radius shall be formed in cement mortar5 (1cem: 4 coarse sand).
The finished work shall be measured in SQM. of area for the purpose of payment.
APPROVED MAKES OF MATERIALS FOR WATERPROOFING
EZECOAT, EZEFIL etc. from Industrial Products Mfg. Co.
Beck bond PU Excoat 25 etc. from dr. beck + co. (India) Ltd.
Epoxy Polyamide primer, Apcothane CF 674 etc. of Asian Paints
Nitoflor FC 110, theoflex 600 etc. of Fosroc Chemicals Ltd.
Any other similar product of PIDILITE brand or any other equivalent make/brand approved
by HPCL

Page 74 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

GROUP - 7
FINISHING WORKS
1.0

CEMENT PLASTER WORK :

1.1

All joints in masonry shall be raked to a depth of 12mm. with a hooked tool made for the
purpose when the mortar is still green and in any case within 48 hours of its laying. The
surface to be rendered shall be washed with fresh clean water free from all dirt, loose
material grease, etc. and thoroughly wetted for 6 hours before plastering work is
commenced. Concrete surfaces to be rendered will however be kept dry. The wall shall not
be too wet but not damp at the time of plastering. The damping shall be uniform to get
uniform bond between the plaster and the wall. Prior to plastering necessary treatment etc.
shall be done to remove efflorescence ,at no extra cost to HPCL.

1.2

The proportion of the mortar shall be as specified under the respective items of work.
Cement shall be mixed thoroughly in dry condition and then just enough water added to
obtain a workable consistency. The quality of water, sand and cement shall be a s per I.S.
Standards. The mortar thus mixed shall be used immediately and in no case shall the mortar
be allowed to stand for more than 25 minutes after mixing with water. Sand used for
plastering work shall belong to Grading Zone II specified in Group 2.

1.3

Curing of plaster shall be started as soon as the applied plaster has hardened enough so as
to be damaged. The decision as to when the plaster has hardened, will be given by the
ENGINEER. Curing shall be done by continuous applying water in a fine spray and shall be
carried out for at least 7 days.

1.4

Whenever the specification or the item of work calls for water-proofing, the CONTRACTOR
shall provide the percentage of water-proofing compound as specified in the items of work,
or as per the recommendations made by the manufacturer.

1.5

Where lath plaster is specified, it shall be paid for at the same rate as for plaster work
without metal lath except that separate payment for metal lath will be made.

1.6

Ceiling plaster shall be applied before wall plaster and wall plaster shall commence at top
and work downwards.

1.7

INTERIOR PLASTER:

1.7.1 Interior plaster shall be laid in a single coat of specified thickness. The mortar shall be
dashed on the prepared surface with a trowel and finished smooth by trawling on the
surface with neeru (lime cream). Neeru shall be properly slaked fat lime. The standard of
finish expected shall conform to IS: 2394. Interior plaster shall be carried out on jambs,
lintel and still faces, top, undersides, etc. as shown on the drawings or as directed by the

Page 75 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

ENGINEER. Rate quoted for plaster work shall be deemed to include plastering of all those
surfaces. However, if the item of work includes plaster finish, no separate payment would
be made under `plastering work'. Sand used for interior plastering work shall be fine sand
obtained from Grading Zone-III & shall pass through 1 mm sieve.
1.8

EXTERIOR SAND FACED PLASTER:


Exterior plaster work shall be carried out in two layers, the first layer being 12 mm. thick
and the second layer being 8 mm. thick. The first layer, or scratch coat, as described above,
shall be dashed against the prepared surface with a trowel to obtain an even surface. the
second layer shall then be applied and finished leaving an even and uniform surface, trowel
finished unless otherwise directed by the ENGINEER. the scratch coat shall be cured for at
least 7 days.
The second coat shall be 8 mm. thick and it shall not be applied until at least 10 days have
elapsed after the application of the scratch coat. Before application of the second coat, the
scratch coat, shall be evenly damped. This coat shall be applied from top bottom in one
operation and without joints, finish shall be straight, true and even. the mortar proportions
of this coat shall be as specified under the respective item of work. Only approved white
sand shall be used for the second coat and for finishing work. Sand for finish work shall be
the second coat and for finishing work. Sand for finish work shall be obtained from Grading
Zone-III & passing through 1 mm sieve and shall be dashed on surface and sponged,
thoroughly over the plastered surface.

1.9

EXTERIOR ROUGH CAST PLASTER:


The external rough cast plaster shall be applied in two coats. The coat, or the scratch coat
shall be approximately 12 mm. and shall be continuously carried out without break to the
full length of wall or natural breaking points such as doors, windows, etc. The scratch coat
shall be dashed on the prepared surface with heavy pressure, brought to true and even
surface and then lightly roughened by cross scratch lines, to provide bond for the finishing
coat. The mortar proportion for this scratch coat shall be as specified in the respective item
of work. The scratch coat shall be cured for at least 7 days. Coarse sand conforming to
Grading Zone-II shall be used for first coat.
The second coat shall be 8 mm, thick and shall consist of one part of cement, one part of
well graded sand conforming to Grading Zone-II & one part of gravel of size varying from 3
mm to 6 mm, and it shall not be applied until at least 10 days have elapsed after the
application of the scratch coat. Before application of the second coat, the scratch coat, shall
be evenly damped. This coat shall be applied from top to bottom in one operation and
without joints; finish shall be straight, true and even.

Page 76 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

1.10

MEASUREMENT:
The quantity of work to be paid for under this item shall be calculated by taking the
projected surface of the area plastered after making necessary deductions for openings,
door, windows, fan openings, etc. as per IS: 1200 (Part XII). The actual plaster work carried
out on jambs of doors, windows, openings, etc. shall be measured as per IS: 1200 (Part XII)
and added. However, for purposes of payment under this category of work, plaster work
carried on surfaces for the items of work, which calls for plaster finish, shall not be taken,
measured and paid for.

2.0

WHITE/COLOUR WASHING, PAINTING AND DISTEMPERING OF WALLS, WHITE WASH:

2.1.1

Walls to be thoroughly cleaned before white wash is applied. Whitewash shall be of


ordinary fat lime and of good quality. It shall be slaked with a excess water with cream like
consistency and allowed to remain under water for 2 days. It shall then be screened through
a cloth and 2 kg. of clean gum added for every cubic metre of lime ready for white washing.

2.1.2 Each coat shall be applied with a brush. It shall be laid with a stroke of the brush from the
top downwards, another form bottom upwards over the first stroke and similarly, one
stroke from the right and another from the left over the first brush before it dries. Three
such coats shall be applied.
2.2

COLOUR WASH:
Colour wash shall be applied in the same way as white wash. Necessary and approved
coloring matter shall be added to the white wash which has been stained. Only wash
sufficient for the day's work shall be prepared each morning. If the finished surface is
powdery and comes off easily or the general appearance is streaky, the work shall be
rejected and work repeated to the entire satisfaction of the ENGINEER and at no extra cost
to the OWNER.

2.3

PAINTING:

2.3.1 Paint to be used for the various items of work should be of approved make and colour. It is
imperative that the CONTRACTOR shall obtain ENGINEER's permission in regard to the make
and colour of paint that he proposes to the use for the various items of work. The painting
work shall be carried out as directed by the ENGINEER, keeping however, in view the
recommendations of the manufacturer.
2.4

DISTEMPERING:

Page 77 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

2.4.1 Distemper shall be of well-known brands of approved make. It shall be applied with broad
stiff brush in 2 coats over a coat of primer. The first and second coats shall be applied only
after the primer coat has thoroughly dried. the first coat shall be of lighter tint. The shade of
the distemper shall be got approved by the ENGINEER. Water bound and oil bound
distemper shall conform to the requirements of IS 427 and IS 428 respectively.
3.0

CEMENT PAINTING :

3.1

Materials :
The cement paint shall conform to IS: 5410 of approved brand and colour.

3.2

Scaffolding :
Same as detailed in Whitewash.

3.3

Preparation of Surface :
The surface shall be thoroughly cleaned of all mortar droppings, dirt, dust, algae, grease and
other foreign matter. The surface shall be thoroughly wetted with clean water just before
the painting is commenced.

3.4

Preparation of Mix :
Cement paint shall be mixed with water in two stages. In the first stage, two parts of
cement paint and one part of water stirred thoroughly shall be allowed to stand for five
minutes (Cement paint shall be gradually added to water and not vice versa). In the second
stage, further one part of water shall be added to obtain a liquid of workable and uniform
consistency. Cement paint which can be used within an hour of its mixing shall be
prepared.

3.5.

Application :
The cement paint shall be applied on wetted surface with brushed on spraying machine.
The solution shall be kept well stirred during application, Care shall be taken that the direct
heat from the sun of the surface is avoided. The completed surface shall be watered after
the days work. The second coat shall be applied only after the first coat has set for at least
24 hours. Before application of second or subsequent coats, the surface of the previous
coat shall not be wetted.

3.4.1 Precautions :
The cement paint shall not be applied on surfaces already treated with whitewash, colour
wash, distemper, varnish, etc.

Page 78 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 79 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

GROUP -8
SUPPLY AND FABRICATION OF STRUCTURAL STEEL
1.0

SCOPE:
This specification covers the general requirements for supply of steel material, where
specified, fabrication and delivery at site of structural and miscellaneous steel work.

2.0

APPLICABLE CODES AND SPECIFICATIONS:


a) MATERIALS:
1. IS: 226/2062 - Structural Steel (Standard Quality).
2. IS: 808 - Rolled Steel Beam, Channel and Angle Sections.
3. IS:814 - Specifications for Covered Electrodes for Metal Arc Welding for Structural Steel.
4. IS: 1161 - Specification for Steel Tubes for structural purpose.
5. IS: 2074 - Ready Mixed Paint, Red Oxide Zinc Chromate And Priming.
6. IS: 823 - Code of Procedure for manual metal arc welding of mild steel.
7. IS: 919 - Recommendations for limits & fits for engineering (Part I & II).
b) CODES OF PRACTICE:

3.0

1 IS: 800 - Code of Practice for Construction In Steel).


2 IS: 816 - Code of Practice for use of Metal Arc Welding for General Construction in mild
steel.
STEEL SUPPLIED BY THE CONTRACTOR:

3.1.1 The CONTRACTOR shall furnish to the ENGINEER duplicate copies of all mill orders
covering the material ordered by him for this project and the test reports received from
the Mills for the ENGINEER's check and information.

Page 80 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

3.1.2 It is not the intention of the OWNER that all the steel materials to be supplied by the
CONTRACTOR for the work shall be specifically purchased from the rolling mills. The
CONTRACTOR's stock material may be used, provided he satisfactorily demonstrates, the
specified grade and quality by furnishing test certificates. The OWNER shall have the right
to test random samples from the steel materials proposed to be used for work, by the
CONTRACTOR at the CONTRACTOR's cost. All steel materials supplied by the CONTRACTOR
shall be in sound condition, of recent manufacture, free from defects, loose mill scale, slag
intrusions laminations, pitting, flaky rust, etc. and be of full weight and/or thickness
specified. The lengths/sizes of steel sections and plates shall be as supplied by the steel
mills.
3.1.3 Unidentified stock material may be used, only with the prior permission from the ENGINEER
in writing, for short sections of minor importance or for small unimportant works and
connections where, in the opinion of the ENGNEER, the quality of such materials would not
adversely affect the strength and/or durability of the structure. The ENGINEER may also
permit use of such materials for other works, if adequate random samples taken out and
tested demonstrate conformity with specification and requirement for the work for which
these materials are proposed to be carried out to the requirement for this work. He is,
however, not to commence plumbing, water supply and drainage work unless drawings for
such work or parts thereof are officially released as "Released for Construction". revisions to
drawings and any new drawings made to include additional work by the CONTRACTOR shall
be considered a part of this specification and contract. CONTRACT shall be responsible for
obtaining approval of the drawings from local authorities, if required, and he shall not be
entitled for any extra payment on this account.
4.0

SUBSTITUTIONS:

4.1

Wherever the CONTRACTOR, in order to accommodate his/other materials in stock, desires


to substitute structural steel or plates for the sizes shown on drawings, such substitutions
shall be made only after authorisation in writing is given by the ENGINEER.

4.2

The ENGINEER may also direct the substitution to be made, when he considers that such
substitutions are necessary.

5.0

DRAWINGS PREPARED BY THE ENGINEER:

5.1

Checked and approved design drawings will be furnished to the CONTRACTOR for execution
of the work and these shall form a part of this specification. The CONTRACTOR shall study
these drawings, when made available, in detail for all information contained therein, which
pertains to, and is required for his work. Contractor shall also prepare fabrication drawings
showing all details as required for fabrication work & submit the same to HPCL for approval
prior to starting the work. The drawings shall be approved & returned to the contractor

Page 81 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

within 20 days from the day of receipt of the same. Discrepancies, if any, shall be brought
to the notice of the ENGINEER.
5.2

The ENGINEER reserves the right to make changes. Revisions to drawings, even after release
of shop drawings, are very likely to be made to reflect additional data/details received and
more updated requirements. Revisions to drawings and any new drawings made which
include additional work required to be carried out by the CONTRACTOR shall be considered
part of this specification and contract and the OWNER shall entertain no extra claims on this
account.

5.3

Unless otherwise specified, the drawings and specifications are intended to include
everything obviously requisite and necessary for the proper and entire completion of the
work and the job shall be carried out accordingly for completeness as required and as
directed by the ENGINEER.

6.0

FABRICATION:

6.1

GENERAL:
All workmanship and finish shall conform to IS: 800. All materials shall be finished straight
as per the tolerance limits as specified. All holes and edges shall be free of burrs. Shearing
and chipping shall be neatly and accurately done and all portion of work exposed to view
shall be neatly and accurately done and finished. Material in the shop shall be kept clean
and shall be protected from weather.

6.2

CONNECTIONS:

6.2.1 Shop connections shall be effected either by welding, or bolting, as specified on the
drawings. Bolts shall be in accordance with specifications.
6.2.2 However standard M.S. bolts conforming to IS:1363 may be used for field connections for
light members such as purlins, girts, staircase stringers, hand railings, landings beams, etc.
6.2.3 Where necessary, tapered washers or flat washers or spring washers shall be used with
bolts. The length of the bolt shall be such that at least one thread of the bolt project beyond
the nut.
6.2.4 In all cases where bearing is critical, the unthreaded bolt shall bear on the members
assembled. A washer of required thickness may be provided to exclude the threads from
the bearing thickness, if a longer grip bolt has to be used for this purpose.

Page 82 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

6.2.5 All connections and splices shall be designed for full strength of members or loads
indicated, unless otherwise approved. Column splices shall be designed for the full tensile
strength of the minimum cross section at the splice.
6.2.6 All members likely to collect rain water shall have drain holes provided.
6.2.7 Not more than one shop splice shall be provided to make up the full length of a member.
6.3

STRAIGHTENING:
Rolled material, before being worked, shall be straightened. If straightening or flattening is
necessary, it shall be done by methods that will not injure the material. Long plates shall be
straightened by passing through a mangle or levelling rolls and structural shapes by the use
of mechanical or hydraulic bar/section straightening machines. Heating and/or forging shall
not be resorted to without the prior approval of the ENGINEER in writing.

6.4

CUTTING:

6.4.1 Cutting may be carried out by shearing, cropping, sawing or machine flame cutting, if
permitted by the ENGINEER. All re-entrant corners shall be shaped notch free to a radius of
at least 12 mm. Sheared or cropped edges shall be dressed to a neat workman like finish
flame and shall be free from distortion and burrs. The kert on machine flame cut edges shall
be removed.
6.4. 2 Hand flame cutting shall be undertaken only if so permitted by the ENGINEER and shall be
carried out by an expert in such work. Hand flame out edges shall be ground smooth and
straight.
6.4.3 Edge planning of sheared, cropped or gas cut edges is not intended unless the sheared,
cropped or gas cut edges are such as to warrant it or is specifically called for.
6.5

PUNCHING AND DRILLING:

6.5.1 Holes in secondary members such as purlins, girts, lacing bars, etc, may be punched full size
through material not over 12 mm thick. Holes must be clean cut, without burr or ragged
edges. Holes for all other connections shall be drilled accurately and the burrs removed
effectively. Where several parts are to be connected to very close tolerance, such parts shall
first be assembled tightly clamped together and drilled through.
6.5.2 Sub-punching may be permitted before assembly, provided the holes are punched 3 mm
smaller in diameter than the required size and reamed after assembly to the full diameter.
The thickness of materials punched shall not exceed 16 mm.

Page 83 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

6.5.3 When batch-drilling is carried out in one operation through two or more separable parts,
these parts shall be separated after drilling and the burrs removed.
6.5.4 Holes for turned and fitted bolts shall be drilled to slightly smaller diameter and reamed to a
diameter of the shank or barrel subject to H 8 tolerance specified in IS : 919.
6.5.5 Where reamed members are taken apart for shipping or handling, the respective pieces
reamed together shall be so marked that they may be reassembled in the same position in
the final setting up. No interchange of reamed parts will be permitted. Poor matching, overdrilling, and ovality in holes shall be a cause for rejection. Burning holes with gas is strictly
prohibited.
6.6

WELDING:

6.6.1 Electrodes for shielded-are manual welds shall comply with the requirement of IS : 814 and
shall be off approved make only. Approved makes are Advani Oerlikon, D&H & ESAB.
6.6.2 The Electrodes for manual arc welding shall be suitable for use in the position and type of
work, as laid down in the above specifications and type of work, and as recommended by
the manufacturers. Electrodes classification group 1 and 2 as given in IS:814 shall be used
for welding steel conforming to IS : 226.
6.6.3 Welding plant and accessories shall have capacity adequate for the welding procedures laid
down and shall satisfy appropriate standards and be of approved make and quality. The
CONTRACTOR shall maintain all welding plants in working order. All the electrical plant in
connection with the welding operation shall be properly and adequately earthed and
adequate means of measuring the current shall be provided.
6.6.4 All weld shall be made only by welders and welding operators who have been properly
trained and previously qualified by tests and to perform the type of work required as
prescribed in the relevant applicable standards.
6.6.5 All welds shall be free from defects like blow holes, slag inclusions, lack of penetration,
undercutting, cracks etc. All welds shall be cleaned of slag or flix and show uniform sections,
smoothness of weld metal, feather edges without overlap and freedom from porosity.
6.6.6 Fusion faces and surfaces adjacent to the joint for a distance of at least 50 mm on either
side shall be absolutely free from grease, paint, loose scales, moisture or any other
substance which might interfere with welding or adversely affect the quality of the weld.
Joint surfaces shall be smooth, uniform and from fins, tears, laminations, etc. Preparations
of fusion faces shall be done in accordance with the approved fabrication drawings by
shearing, chipping, machining or machine flame cutting except that shearing shall not be
used for thickness over 8mm.
Page 84 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

6.6.7 Members to be joined by fillet welding shall be brought and held as close together as
possible and in no event shall be separated by more than 6 mm. If the separation is 1.5mm
or greater, the fillet weld size shall be increased by the amount of separation. This shall only
apply in the case of continuous welds. The fit-up of joints at contact surfaces which are not
completely sealed by welds shall be close enough to exclude water after painting.
6.6.8 The separation between facing surfaces of lap joints and butt joints with backing plate shall
not exceed 1.5 mm. Abutting parts to be butt welded shall be carefully aligned and the
correct root gap maintained throughout the welding operation. Misalignments greater than
25 percent of the thickness of the thinner plate, or 3 mm, whichever is smaller shall be
corrected and in making the correction the parts shall not be drawn into a slope sharper
than 2 degrees ( 1 in 27.5)
6.6.9 Prequalified welding procedures recommended by appropriate welding standards and know
to provide satisfactory weld shall be followed. For non-standards procedures, qualifications
tests as prescribed in IS : 823 shall be made to verify the adequacy of the procedures.
Welding procedures shall be prepared by the CONTRACTOR and submitted to the ENGINEER
for approval before start of welding. This shall include all details of welding procedure with
reference to provisions of IS : 823 and IS:4353.
Approval of the welding procedure by the ENGINEER shall not absolve the CONTRACTOR of
his responsibility for correct and sound welding without undue distortion in the finished
structure.
6.6.10 No welding shall be done when the surface of the member is wet nor during periods of high
wind, unless the welding operator and work are properly protected.
6.6.11 In joints connected by fillet welds, the minimum sizes of single fillet welds or first runs and
minimum full sizes of fillet welds shall conform to the requirements of IS : 816 and IS : 823.
6.6.12 Fillet weld larger than 8 mm shall be made with two or more passes.
6.6.13 All complete penetration butt weld made by manual are welding, except when produced
with the air of backing material or welding in flat position, from both sides in square-edge
material not over 8 mm. thick with root opening not less than one-half the thickness of the
thinner part joined, shall have the root of the initial layer gouged out on the back side
before welding is started from that side, and shall be so welded as to secure sound metal
and complete fusion throughout the entire cross section.

Page 85 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

6.6.14 Each layer of a multiple layer welds, except root and surface runs, may be moderately
peened with light blows from a blunt tool. Care shall be exercised to prevent scaling or
flaking of weld and base metal from overpeening.
6.6.15 Inspection of welds : All welds shall be inspected for flaws by any of the methods described
under clause "TEST OF WELDS" the choice of the method adopted shall be determined by
the ENGINEER.
6.6.16 The CONTRACTOR shall quote separately for carrying out each test as called for in the
Schedule of Qualities. The CONTRACTOR shall be paid only for tests which establish
soundness of welds. In case the tests uncover defective work, such test will be carried out at
the CONTRACTOR's cost and the CONTRACTOR shall correct such defects at his own cost,
and prove the soundness of rectified work.
6.6.17 The correction of defective welds shall be carried out as directed by ENGINEER without
damaging the parent metal. When a crack in the weld is removed, magnetic particle
inspection or any other equally positive means as prescribed by the ENGINEER shall be used
to ensure that the whole of the crack and material upto 25mm. beyond each end of the
crack has been removed. Cost of all such test and operations incidental to correction shall
be to the CONTRACTOR's account.
6.7

TOLERANCES:
The dimensional and weight tolerance for rolled shaped shall be in accordance with IS : 852.
The acceptable limits for straightness (slope and camber) for rolled or fabricated members
are :Struts and columns - L/1000 or 10 mm. whichever is smaller.
For all other members not primarily L/500 or 15mm in compression such as purlins,
whichever is girts, bracing and the web members of smaller. trusses and latticed girders.
Where `L' is the length of finished members of such lesser length as the ENGINEER may
specify.

6.8

MATERIAL TESTING :
Even if mill tests reports are available for any steel materials the same shall be got tested by
the CONTRACTOR to the ENGINEER's satisfaction to demonstrate conformity with the
relevant specification at a lab approved by HPCL..

6.9

DIMENSIONS, WORKMANSHIP & CLEANLINESS :

Page 86 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Members shall be inspected at all stages of fabrication and assembly to verify that
dimensions, tolerances, alignment, surface finish and painting are in accordance with the
requirements shown on the approved shop drawings.
6.10

DRILLING HOLES FOR OTHER WORKS :


Holes in members required for installing equipment or steel furnished by other
manufactures or other contractors shall be drilled at not extra cost to OWNER, in the
CONTRACTOR's shop as part of this contract, the information for which will be supplied by
the OWNER/ENGINEER before fabrication of the steel.

6.11

HANDRAILS :

6.11.1 Handrails shall be provided on open sides of platform, stairways and around all opening as
shown on drawings. Handrails shall be of standard weight mild steel pipe of flush welded
construction, ground smooth, provided with double rail, top rail about 1 metre above
platform level and pipe posts spaced as shown on drawings.
6.11.2 Smooth uniform curves and bends shall be provided at stair return and also wherever
required/specified. Posts connected to curb plates shall have a neat closure at the bottom
and 6 mm. thick plate neatly welded to posts for attachments to curb plate. All necessary
fittings including inner dowels at splices, brackets, bolts, bends, flanges and chains, where
required shall be furnished by the CONTRCTOR. Open ends of the pipe posts shall be
plugged and welded. A minimum radius of 3 times the pipe diameter shall be provided at all
points of direction change in the handrail.
6.11.3 The rate quoted for handrails shall be per running metre of complete handrails including
posts, fitting, etc. It shall be clearly understood that individual lengths of runners, posts, etc.
will not be measured for purposes of payment.
7.0

CHEQUERED PLATE :
Chequered plates used shall be as shown on drawings. Chequered plate shall be fixed by 8
mm. diameter cadmium plated MS. screws with counter sunk heads at a maximum spacing
of 400 mm. Members supporting the chequered plate shall have matching holes tapped in
them . The chequered plate pattern shall be approved by the ENGINEER. Chequered plates
may also be required to be welded to the structural steel framing. The decision in this
regard will be given by the OWNER/ENGINEER.

8.0

MARKING OF MEMBERS :

8.1

After checking and inspection, all members shall be marked for identification during
erection. This mark shall correspond to distinguishing marks on approved erection drawings
and shall legibly be painted and stamped there on. The erection mark shall be stamped with
metal dye with figures at least 20 mm high and to such optimum depth to be clearly visible,
even after a member is galvanised.

Page 87 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

8.2

All erection marks shall be on the outer surface of all sections and near one end, but clear of
bolt hole. The markings shall be so stamped that they are easily discernible when sorting
out members. The stamped marking shall be encircled boldly by a distinguishable paint to
facilitate easy identification.

8.3

Erection marks on like pieces shall be at identical locations. Members having lengths of 7.0
M or more shall have the erection mark at both ends.

8.4

In addition, colour code marking, wherever specified, shall be clearly painted on the
member in the manner specified.

8.5

Separate colour code or identification marks, shall be adopted for members fabricated from
steel supplied by the OWNER and the CONTRACTOR.

9.0

ERRORS:
Any error in shop work which prevents proper assembling and fitting up of parts in the field
by moderate use of drift pins or moderate amount of reaming will be classified by the
ENGINEER as defective workmanship. All charges incurred by the ENGINEER either directly
or indirectly because of the poor workmanship will be deducted from the amount due to
the CONTRACTOR before payments made. The amount of such deduction will consist of the
sum total of the costs of labour direct or indirect, material, plant, transportation, equipment
rental and overhead expenses. In case the ENGINEER choose to reject the material because
of poor workmanship, the cost of all handling and returning of the material to the
CONTRACTOR, if he so desires, shall entirely be to CONTRACTOR's account. All the
replacement materials shall conform to the same specification as for the original materials,
& shall be supplied free and in all such cases, the cost of handling, transport and delivery to
site shall be borne by the CONTRACTOR.

10.0

PAINTING :

10.1

All fabricated steel material, except those galvanised, shall receive protective paint coating.

10.2

The surface of steelwork to be painted shall be thoroughly cleaned of all loose mill scale,
rust, grease, dirt and other foreign matter by hand tool cleaning, power tool cleaning, flame
cleaning or sand/shot blasting as specified and as directed. In power brushing, sufficient
care shall be exercised not to burnish mill scale to a slick finish to which paint may not
adhere properly.

10.3

The paint treatment specified shall be applied either by brushing or spraying on the
thoroughly cleaned and dry surface. Airless spraying shall be done if so specified. Surfaces
inaccessible after assembly shall receive an additional coat of the specified paint prior to
assembly.

Page 88 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

10.4

Paint shall be stirred frequently to keep the pigment in suspension. All paint delivered to
the fabrication shop shall be ready mixed in original sealed containers as packed by the
paint manufacturers and no thinners shall be permitted. No painting shall be done in
frosty/foggy weather or when the humidity is high enough to cause condensation on the
surface to be painted. Paint shall not be applied when the temperature of the surface to be
painted is 50 deg centigrade. or higher.

11.0

METHOD OF MEASUREMENT :

11.1

For the purpose of payment, the weight of the actual, completed structures shall be
calculated from the approved drawings for different items of work. The CONTRACTOR shall
submit to the OWNER relevant material list containing weight of each item.

11.2

Bolts, washers & nuts shall not be taken into account in calculating the weight of the
completed structure. The rates of structural to include the weight of Nuts, bolts & washers
etc. No allowances will be permitted for galvanizing, welding or for rolling margins. One ton
for the purpose of payment shall mean ONE METRIC TONNE i.e. 1000 kg.

11.3

The weight of a member made out of standard rolled sections such as beam, channels,
angles, etc. shall be based on the standard IS book weight of the member, without
deducting for holes, notches, bevel cuts, etc. Where a component consist of a cut joint or
channels, the full weight of the rolled section shall be considered, only if more than half the
depth of the section is used. Otherwise only half the section unit weight shall be considered
for calculation of the weight of the component. Deductions shall be made in the weight of
gussets/plates for skew cuts and notches of 900 sq.cm. or larger.

11.4

For gussets/plates used in trusses, bracings columns, beams, etc. the area shall be that of
the minimum circumscribing rectangle, except as stated in 11.3 above.

11.5

The weight of any built-up member shall be separated into the weight of each component.

12.0

STRUCTURAL STEELWORK IN TUBES :

12.1

SCOPE :
This specification covers the specific technical requirements for the following.
a) Supply, inspection, and testing at site of tubular structural steelwork.
b) Fabrication, erection and testing at steelwork.

12.1.1 SUPPLY, ERRECTION AND TESTING OF MATERIALS :

Page 89 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Materials for tubular steelwork supplied by CONTRACTOR shall conform to IS : 1161. The
class of tubes shall be as specified on drawing / BOQ. All materials shall be free from
injurious defects.
12.1.2 FABRICATION ERECTION AND TESTING OF TUBULAR STEELWORK :
12.1.2.1 The supply and erection of tubular steel work shall include inspection, delivery at site,
cleaning, cutting, aligning welding connecting and installing all tubular steel work in position
as shown on drawing and as directed by ENGINEEER.
12.1.2.2 Wherever tubes of different thickness are to be butt welded the necessary bevelling shall
be carried out by the CONTRACTOR at no extra cost to the OWNER.
12.1.2.3 The CONTRACTOR shall be supplied with the drawings for tubular steel work connections.
The tubes shall be cut to the exact shape and welded properly. The thickness of the weld
shall be as specified on drawing. Welded joint shall be ground smooth.
12.2

WELDING:

12.2.1 Tack welds used in assembling tubes shall be made by qualified welder, or shall be
removed. Tack welds which are not to be removed shall be made with an electrode which is
the same as or equivalent to the electrode be used for the first pass.
12.2.2 All welds shall be full penetration, homogenous with no voids. Any cracks or blowholes that
appear on the surface of joint shall be removed by chipping
12.2.3 All stipulations for welding work as mentioned in this specification (para 6.6) shall apply for
the welding of tubular steelwork, in addition to that mentioned above.
12.2.4 Prior to commencement of welding, welder qualification test shall be taken After the
welder is approved than & than he can proceed with the welding.
12.2.5 When the end of a tube is not automatically sealed by virtue of its connection by welding to
another member, the end shall be properly and completely sealed. Before sealing, the
inside of the tubes should be dry and free from loose scale.

Page 90 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

GROUP -9
ROOFING WORK
1.0

SCOPE
This specification covers the requirements for supply, delivery and erection of all Asbestosfree sheeting for roofing and side cladding including corner and ridge pieces, eaves filler
pieces, north light curves, flashing, gutters, eaves board, skylight and all necessary screws,
bolts, nuts and washers for a complete installation in accordance with Engineer's drawings,
contract documents and this specifications.

2.0

MATERIAL AND ERECTION PROCEDURE ;

2.1

The Asbestos-free Poly propylene reinforced sheet, 6 mm thick, shall conform to BIS :
14871:2000 & ISO 9933:1995(e) specifications.

2.2

The rate quoted shall be inclusive of handling the sheets, special such as cutting sheets,
providing and fixing with Self-drilling & tapping screw and washer etc. complete. The scope
of work includes fixing sheets on roof and sides, complete with openings for doors,
windows, roof lights, ventilators, etc. either on steel framework or on timber framework.
Any staging or other temporary structure required for the purpose of installing the roof and
side sheeting shall be deemed to have been included in rates quoted by the CONTRACTOR.

2.2

The sheets shall be laid with a side lap of half corrugation. The end lap of sheets shall always
fall over a purlin and shall be 150 mm minimum. Holes for fixing shall always be drilled and
not punched. For the side sheeting, corrugations shall be vertical. The workmanship shall be
of a high order and shall conform to IS : 3007 (part I & II).

2.3

It is needless to emphasise that CONTRACTOR should exercise great care in handling the
sheets and accessories and in case of any breakage and or damage, CONTRACTOR will have
to make good the same at no cost to OWNER.

2.4

Sheeting shall be fastened to the structural steel by SELF-DRILLING & TAPPING SCREW AND
WASHER as per the manufacturers specifications.

Page 91 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

2.5

Sheeting shall be laid by either the staggered joint method or the straight or the straight
mitred corner method.

2.6

Sheeting shall be fastened to supporting structural steel members with fasteners placed
approximately 730 mm centres.

2.7

Side laps of roofing and siding shall be laid away from the prevailing winds and fastened
together between supports on span of more than 1 metre when span exceeds 1.2 meters.

2.8

Corners of buildings shall be properly closed with standard corner roll, but jointed and
battened. Corner roll shall be fastened directly to the siding with fasteners spaced 600 mm
centres maximum.

2.9

Roof ridge shall be properly closed with standard fitting.

2.10

Flashing shall be as specified on the drawings. CONTRACTOR shall furnish all fasteners
necessary for the complete installation of the flashing.

2.11

Details at window and door openings shall be as shown on OWNER's design drawings.

2.12

The corrugated sheets and specials shall be applied with two coats of white washing on
inner surface before fixing in position and to touch up scratches, if any, after erection. Rate
quoted by the party shall include the cost of white washing also.

2.13

Fittings like Ridge pieces, north light curves, barge boards etc shall be of approved
manufacture and shall be installed as per the manufacturers specifications.

3.0

MEASUREMENT :
For the purpose of measurement the superficial area of roof covering & cladding as laid
shall be measured in units of sq.m.or part thereof without allowance for laps & corrugations
and payment shall be effected based on the rates quoted by CONTRACTOR for the
respective items of work after making necessary deductions for openings such as for doors,
windows, ventilators, skylights and air extractors,etc. and areas covered by North light
curves, redge pieces, barge board, etc. The portion of roof coverings with ridge or hip, etc.
shall be included in the measurement of roof. No deduction shall be made for openings
having area less than 0.4 Sq.M.

Page 92 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

TESTING OF BUILDING MATERIALS


The contractor shall carry out the following tests, unless otherwise mentioned and as directed by
the engineer in charge at his own expense. The Engineer in charge reserves the right to ask the
contractor to carry out any further tests on the materials which is being used in the project.
For particle size test, it is recommended that the set of sieves and weighing machines be arranged
by the contractor at site. Necessary manpower for conduction of the tests also to be arranged by
the contractor.
For crushing strength of concrete, it is recommended that the contractor arrange the compression
testing machine at the site along with the calibration certificate for gauge.
In case, if any of the machine comes to repairs and tests could not be carried out at the site,
contractor shall arrange to transport the material to an approved laboratory to carry out the tests.
All transports and labour costs also are to borne by contractor.

Sl.
No.

Material

Tests

Test
procedure

Acceptance
criteria

Periodicity

Water

a)
b)
c)
d)
e)
f)
g)
h)
i)

I.S. 3025

I.S. 456

From the
source at the
beginning of
work / change
of source.

Cement

a) Fineness
b) Soundness
c) Setting time ( Initial &
Final )

Page 93 of 185

PH value
Limits of Acidity
Limits of Alkalinity
Percentage of solids
Chlorides
Suspended matter
Sulphates
Inorganic solids
Organic solids

I.S. 4031

I.S. 8112 /

Manufacturers
test certificate

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

d) Compressive strength
e) Consistency

Sand

For
concreting

4.

Coarse
aggregate

For
concreting

6.

Reinforcem
ent steel

Cement
Concrete

12269

and Lab test for


each batch
brought to site.

IS 2386

IS 383

Every 40 Cum
or part thereof.

a) Percentage of soft /
deleterious material
b) Particle Size distribution
c) Organic impurities
d) Sp. Gravity
e) Bulk density
f) Aggregate crushing
strength
g) Aggregate impact value
h) Alkali Reactivity
i) Flakiness index

I.S. 2386

I.S. 383

a)
b)
c)
d)
e)
f)

I.S. 1608

a)
b)
c)
d)
e)
f)

Particle Size distribution


Sp. Gravity
Deleterious substance
Organic impurities
Water absorption
Fineness modulus

Physical properties
Chemical test
Bend & rebend test
Elongation test
0.2% Proof stress
Tensile strength

One test for


each source

Every 40 cum or
part thereof

I.S. 1786

Each lot from


each source for
each dia.
Min. Qty 10
MT. Test to be
repeated for
every 10 MT or
part there of.

a) Slump test

I.S. 1199

I.S. 456

15 Cum or part
thereof

a) Slump test

I.S. 1199

I.S. 456

Every 5 cum

(For PCC)
7

Cement
concrete

b) Cube test ( three cubes


for 7 days strength and 3

Page 94 of 185

Qty.

No. of

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

cubes for 28 days strength


for every sample )

Samples

(For RCC)

1-5

M3 : 1

6-15 M3 : 2
16-30 M3 : 3
31-50 M3

51 & above: 4
plus one
additional
sample for each
additional 50
M3 or part
thereof.
8

Sand
filling

for a) Particle size distribution


I.S. 2386
b) Organic content
c) Silt content
d) Uniformity
coefficient
(D60/D10)
e) Max. Dry density
f) Optimum
Moisture
content
I.S. 2720

Max.
One lab test for
organic
each source.
content 3%
Field
by wt.
compaction
Silt content test:
10%
by
1 test for 500
weight
M2 area of
Particle size each
layer.
max. 5mm
There shall be
min. 10 density
Uniformity
measurements
coefficient
for each test.
2.0 to 8.0
Compaction
as per PO
specs.

Bricks

a) Compressive strength
b) Water absorption
c) Efflorescence

IS 3495
IS 5454

IS 1077

1 no. per lot of


2000 nos
5 nos. per lot of
2001-10000

Page 95 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

10nos per lot of


10001- 35000
15nos per lot of
35001- 50000
10

11

Structural
Steel

a) Tensile strength
b) Bend Test

Tubular
steel

a) Tensile test
b) Bend test

Page 96 of 185

IS 1599

IS 226

1 Test per every


20 Tonne or part
thereof.

IS 1161

1 Test per every


20 Tonne or part
thereof.

IS 1894

IS 1599
IS 1894

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

LIST OF APPROVED BRANDS OF MATERIALS


(Only approved brand of materials as mentioned below shall be used in the work.
Equivalent brands are applicable only in the case non-availability of the approved brands.)

1.

Portland Cement

: BIRLA / ACC / Ultra Tech/RAMCO/Ambuja or


equivalent Brands with prior approval of Engineer incharge

2.

Tor / Mild Steel

: SAIL / RINL / TISCO or any equivalent brand


with TSRI approval with prior approval of
Engineer-in-charge.

3.

Roofing sheets

: EVEREST or equivalent brand with prior approval


of Engineer-in-charge.

4.

Structural steel

: SAIL / TISCO or equivalent brand with


prior approval of Engineer-in-charge

5.

Paint :
a) Water Proof Cement Paint

: 'SNOWCEM' / 'SUPERCEM or equivalent brand


with prior approval of Engineer-in-charge

b) Synthetic Enamel Paint

: ICI / 'ASIAN' / 'NEROLAC' or equivalent


brand with prior approval of Engineer-in-charge

c) Red-oxide

: 'SHALIMAR' or equivalent brand with prior


approval of Engineer-in-charge

NOTE : In the absence of availability of Brands of Materials in total mentioned above, any
Equivalent to be used shall be got approved from Consultant / Engineer-In-Charge before
procurement.

Page 97 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

JOB SPECIFICATION FOR MECHANICAL ERECTION & PRE-COMMISSIONING


ERECTION OF ROTATING EQUIPMENT
1

SCOPE

1.1

This specification defines the minimum requirements for mechanical erection and precommissioning work related to Rotating Equipment.

CONTRACTOR'S SCOPE OF WORK


The work shall consist of transportation of Rotating Equipment from stores to
site, assembly of sub-assemblies/parts, placing of Rotating Equipment on foundation,
leveling, aligning and grouting, cleanup and pre-commissioning work, return of any unused
material to owner and handing over of the equipment in fit condition for the start-up of the
plant, as per instructions of Engineer-in-Charge (of Owner).
Defects due to Contractor's fault noticed during plant startup / commissioning shall be
rectified by him. Schedule of Quantities given, indicate estimated numbers, dimensions and
weights of the Rotating Equipment. The actual data on dimensions and weights will be in
the vendor data manuals.
For DG Sets, following activities shall also be there in the contractors scope:
- Installation of connected piping from & to diesel engine and its fuel tank
- Installation of exhaust / silencer piping, provision of safety insulation (material supplied by
purchaser)
- Installation of local control panel (AMF Panel), battery charger
- Minor civil works

APPLICABLE DRAWINGS, SPECIFICATIONS AND CODES:


The following documents, for free issue items, will be provided by the Owner, which are to
be followed for mechanical erection of each Rotating Equipment.
i) General Arrangement drawings with outline dimensions including layout and foundation
details.
ii) Manufacturer's instruction manuals/erection drawings as available from them. For items
procured by contractor the relevant vendor drawing shall be followed.

PREPARATION FOR MECHANICAL ERECTION OF ROTATING EQUIPMENT:

Page 98 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

4.1
4.2

The Contractor shall carefully study the vendor drawings, manuals and other data before
start of the job to ensure correct erection, alignment and commissioning.
Mechanical erection of all Rotating Equipment shall be done by experienced
fitters. For
this purpose the Contractor shall employ experienced and suitably qualified erection
supervisor and crew who have done similar jobs.

4.3

Shims & wedges as required for alignment shall be supplied by the Contractor. The
Contractor's quoted rates shall be deemed to be inclusive of these works/supplies.

MECHANICAL ERECTION OF ROTATING EQUIPMENT:

5.1

In case the Rotating Equipment is received in knocked down condition, the various parts
shall be assembled as per the instructions of the Engineer-inCharge and as per
manufacturer's instructions. All parts of the equipment shall be thoroughly cleaned with
solvents to remove protective compounds if any, before assembly.

5.2

In case of electrical drives, the motor shall be decoupled and turned over to other agencies
doing electrical work for testing and no load running of motors. If same contractor is doing
the electrical woks, the above shall be done by that contractor only. The driven equipment
shall be rotated by barring & its freeness checked. After these checks/tests are completed
satisfactorily the Contractor shall re-couple the motors to the Rotating Equipment and
recheck the alignment. For drivers other than electric motors, both driven equipment &
the driver shall be rotated by manual barring and their freeness checked. After these
checks are completed satisfactorily the Contractor shall re-couple the driver-driven
equipment and recheck the alignment.

5.3

For all Rotating Equipment, the Contractor shall follow the proper sequence for assembly
and erection. Couplings of Rotating Equipment received along with driver in assembled
condition, shall be dismantled by the Contractor, and alignment shall be rechecked.
Realignment, if required, shall be done before re-coupling.

5.4

All process(such as seal purging, flushing etc.) and utility (such as lubricating oil etc.)
connections connected with Rotating Equipment and its auxiliaries shall be fabricated
and/or installed by the Mechanical Contractor from materials supplied by the vendor as
per drawings, specifications and instructions of the Engineer-in-Charge.

5.5

After initial alignment, the Rotating Equipment shall be properly grouted. Grouting shall be
carried out as per the specifications and instructions of Engineer-in-Charge. The special
grouting materials used i.e. whether nonshrinking grout or epoxy grout shall be as per the

Page 99 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

equipment manufacturer's specifications. Wherever grout holes are provided in the base
plates, grout shall be filled through these also. The type of grout to be filled in the
baseplate shall be non-shrinking grout and the cost of the same shall be included in the
SOR. Unless otherwise specified by the equipment manufacturer, the grouting material
shall be non-shrinking grout of pre-mix type with a minimum compressive strength (28
days) of 40 N/mm. The grout material shall be supplied and applied by the Contractor and
deemed to be included in the quoted rates in the Schedule of Rates (SOR). Makes for Non
Shrink Grout Mix are SHRINKKOMP-30 & FOSROC CONBEXTRA-GP2.Where the equipment
manufacturer recommends epoxy grout, the same shall be supplied and applied by the
Contractor. Extra cost for the same shall be applicable as quoted by the contractor in the
Schedule of Rates (SOR).
5.6

Final alignment shall be done after all the piping connections such as drains and
connection to coolers etc. are made. Tolerances for alignment shall be maintained as
specified in the Manufacturer's Instruction Manual. To ensure that piping connections do
not induce any undue stresses on the Rotating Equipment, the alignment shall be checked
once again by the Contractor after the piping has been connected. Any correction
necessary for proper alignment shall be done by the Contractor.

5.7

All the instruments such as pressure gauges, tempertature gauges, sight glasses
temperature recorders etc. including instrument panels, if any, with necessary interconnections, shall be installed by the Contractor as part of Rotating Equipment mechanical
erection.

5.8

All protective and safety guards shall be installed and all foundation bolts shall be checked
before starting the trial runs.

PRE-COMMISSIONING WORK

6.1

All the piping main & auxiliaries (for utilities) shall be cleaned (water flushing) and then
connections completed.

6.2

All the lubricants/chemicals/additives as required for flushing, cleaning, first fill or


as
required for pre-commissioning/commissioning activities shall be supplied by contractor.

6.3

All temporary strainers shall be installed and their cleanliness checked.

HANDING OVER FOR COMMISSIONING

Page 100 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

7.1

After the mechanical completion while handing over to the client or to the commissioning
agency, the Contractor will provide a list of construction defects which are rectified by
them. The Owner or commissioning agency will check the Contractor's work before taking
over.

7.2

The Contractor shall also provide a team of skilled labor to client or to the commissioning
agency during their commissioning period if requisitioned by them.

7.3

If some defects are noticed during commissioning and are attributed to Contractor, he
shall arrange to rectify to the satisfaction of Engineer-inCharge.

Page 101 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

SPECIFICATION FOR FABRICATION AND ERECTION FOR PIPING


1

SCOPE
This specification covers general requirements of fabrication and erection of above ground
and trench piping systems at site. The specification covers the scope of work of contractor,
basis of work to be carried out by contractor and standards, specifications and normal
practice to be followed during fabrication and erection by the contractor.

1.1

ABBREVIATION AND DEFINITION

1.1.1 ABBREVIATION
ASME
P&ID

American Society of Mechanical Engineers


Process and Instrumentation Diagram

1.1.2 DEFINITIONS
The following terms are used in this specification:
Company/Purchaser Shall mean Hindustan Petroleum Corporation Ltd.
Contractor Shall mean Party to whom contract of pipeline/piping works is awarded.
Shall shall indicate a mandatory requirement
2

SCOPE OF WORK OF CONTRACTOR


Generally the scope of work of contractor shall include the following:

2.1

Supply and transportation of required piping materials (as described in Clause 2.1.1), pipe
support (material as described in Clause 2.3) and all other necessary piping materials from
Company's storage point or contractor's storage point (in case of contractor's scope of
supply) to work site/shop including raising store requisitions for issue of materials in the
prescribed format & maintaining an account of the materials received from Company's
stores.

2.1.1 Piping materials include the following but not limited to the same.
a.
b.
c.
d.
e.
f.
g.

Pipes (All sizes and schedule).


Flanges (All sizes, types & Pressure ratings).
Fittings (All sizes, types and schedule).
Valves (All sizes, types and Ratings).
Gaskets (All sizes, types & Ratings).
Bolts, Nuts or M/C Bolts (All types).
Expansion Joint/Bellows (All types).

Page 102 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

h.
i.

Speciality items like online filters, ejectors, sample coolers, strainers, flame arresters,
excess flow check valves, hoses, couplings, etc.
Online instruments like control valve, orifice flange, rotameter, safety valves etc.

2.2

Shop & field fabrication and erection of piping in accordance with documents listed under
Clause No 3.0 (BASIS OF WORK) including erection of all piping materials enumerated
above.

2.3

Fabrication and erection of pipe supports like shoe, saddle, guide, stops, anchors, clips,
cradles, hangers, turn buckles, supporting fixtures, bracket cantilevers, struts, tee-posts
including erection of spring supports and sway braces.

2.4

Fabrication of the following:

2.4.1 Fabrication of piping specials like special radius bends, reducers, miters etc.
2.4.2 Fabrication of plain and threaded nipples from pipes as required during erection.
2.4.3 Fabrication of swage nipples as and when required.
2.4.4 Fabrication of odd angle elbow like 60, 30 or any other angle from 90/45 elbows as and
when required.
2.4.5 Fabrication of flange, reducing flange, blind flange, spectacle blinds as and when required.
2.4.6 Fabrication of stub-in connection with or without reinforcement.
2.4.7 Fabrication of grinding of edges of pipes, fittings, flanges etc. to match mating edges of
uneven/different thickness wherever required.
2.5

Modifications like providing additional cleats, extension of stem of valve, locking


arrangement of valves etc. as and when required.

2.6

Preparation of Isometrics, bill of materials, supporting details of all NON-IBR lines upto
11/2" within the unit battery limit and get subsequent approval from Company Site
Representative as and when called for.

2.7

Obtaining approval for drawings prepared by Contractor from statutory authority, if


required.

2.8

Spun concrete lining of the inside of pipes 3 NPS and above including fittings and flanges as
required in accordance with specification.

2.9

Rubber lining inside pipes, fittings, flanges as and when required, in accordance with
specification.

Page 103 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

2.10

Radiography, stress relieving, dye penetration, magnetic particle test etc. as required in
specification.

2.11

Performing PMI using alloy analyzers as per technical specification attached along with bid.

2.12

Casting of concrete pedestals and fabrication & erection of small structures for pipe
supports including supply of necessary materials.

2.13

Providing insert plates from concrete structures and repair of platform gratings around pipe
openings.

2.14

Making material reconciliation statement and return of Companys left over free issue
materials to Companys storage.

2.15

Flushing and testing of all piping systems as per standard specification for inspection,
flushing and testing of piping systems in accordance with project specification.

2.16

Painting of all lines in accordance with the project painting specification.

2.17

Insulation work in accordance with the project insulation specification.

BASIS FOR WORK

3.1

The complete piping work shall be carried out in accordance with the following

3.1.1 "Approved for Construction" drawings and sketches issued to the Contractor - Plans and/or
Isometrics.
3.1.2 Approved standards and specifications.
3.1.3 Drawings, sketches and documents prepared by Contractor duly approved by Company Site
Representative (such as isometrics of small bore piping and offsite piping etc.)
3.1.4 Specifications/documents as below:
a.
b.

Process and Instrument Diagram.


Piping Materials Specification.

c.

Piping support standards.

d.
e.
f.
g.

Line list.
Piping support indices (only in offsite), if supports are not shown in plan.
Specification of Non-destructive Requirement of Piping.
Specification for Pressure Testing of Erected Piping System.

Page 104 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

h.
i.

j.

Welding specification for fabrication of piping.


Any OTHER specifications attached with Piping Material
Specification or special condition of contract (such as standard for cement lining of
pipe, standard of jacketed piping, standard for steam tracing, Dimensional
Tolerances etc.)
Procedures for storage, preservation and positive identification of materials at
Contractors works / stores.

3.1.5 Following codes, standards and regulations


ASME B31.3 (2012)
ASME Sec. VIII (2010)

Process Piping
Pipeline transportation System for Liquid Hydrocarbon Code
for unfired pressure vessel

3.2

DEVIATIONS
Where a deviation from the "Basis of Work" and approved job procedure described above is
required or where the basis of work does not cover a particular situation, the matter shall
be brought to the notice of Company Site Representative (CSR) and the work carried out
only after obtaining written approval from him in each case.

FABRICATION

4.1

PIPING MATERIAL
Pipe, pipe fittings, flanges, valves, gaskets, studs bolts etc. used in a given piping system
shall be strictly as per the "Piping Material Specification" for the "Pipe Class" specified for
that system. To ensure the above requirement, all piping material supplied by the
Company/Contractor shall have proper identification marks as per relevant standards
specifications. Contractor shall provide identification marks on left over pipe lengths
wherever marked up pipe lengths have been fabricated / erected. Material traceability is to
be maintained for all materials by way of transferring heat number, etc. (hard punching) as
per approved procedure. This shall be in addition to colour coding for all piping materials to
avoid mix-up.
For the purpose of common understanding the construction job procedure, to be submitted
by the contractor, shall include proposal for
Maximizing prefabrication, inspection and testing at fabrication shop with minimum
field joints.
Positive material identification, handling, storage and preservation.

4.2

DIMENSIONAL TOLERANCES
Dimensional tolerances for piping fabrication shall be as per the following drawing :

Page 105 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

LINEAR TOLERANCE
3.2 mm maximum upto 10 NPS, 4.8 mm maximum for 12 NPS through 36 NPS and
4.8 mm 0.8 mm through to 48 NPS
A = 3 mm maximum from indicated dimensions for face-to-face, centre- to-centre location
of attachments etc. Tolerances are not accumulative.
B = 1.5 mm maximum lateral translation in any direction from the indicated position
FLANGE ALIGNMENT

Page 106 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

C = 1.5 mm maximum rotation from the indicated position measured across as shown
D = 1 mm out of alignment from the indicated position measured across any diameter as
shown
BEND TOLERANCE
1. Bending radius R shall be as specified on the isometric in terms of multiple pipe diameters.
Tolerances on the radius shall be 6.4 mm for radii up to 24NPS and 2.8 mm bending
radii above 24 NPS
2. The angular dimensions of bends shall be within o
E = Flattening measured as difference between the maximum and minimum OD at any
cross-section - 3% maximum for pipe with external pressure & 8% maximum for pipe with
internal pressure.
The Contractor shall be responsible for working to the dimensions shown on the drawings.
However, the Contractor shall bear in mind that there may be variations between the
dimensions shown in the drawing and those actually existing at site due to minor variations
in the location of equipments, inserts, structures etc. To take care of these variations "Field
Welds" shall be provided during piping fabrication. An extra pipe length of 100 mm over and
above the dimensions indicated in the drawing may be left on one side of the pipe at each
of the field welds. During erection, the pipe end with extra length at each field weld, shall
be cut to obtain the actual dimension occurring at site. Isometrics, if supplied may have the
field welds marked on them. However, it is the responsibility of the Contractor to provide
adequate number of field welds. In any case no extra claims will be entertained from the
Contractor on this account. Wherever errors / omissions occur in drawings and Bills of
Materials it shall be the Contractor's responsibility to notify the Company Site
Representative prior to fabrication or erection.
4.3

PIPE JOINTS
The piping class of each line specifies the type of pipe joints to be adopted. In general,
joining of lines 2" and above in process and utility piping shall be accomplished by buttwelds. Joining of lines 1-1/2" and below shall be by socket welding/butt welding/threaded
joints as specified in "Piping Material Specifications". However, in piping 1-1/2" and below
where socket welding/ threaded joints are specified butt - welds may be used with the
approval of Company Site Representative for pipe to pipe joining in long runs of piping. This
is only applicable for non-galvanised piping without lining. Flange joints shall be used at
connections to Vessels, Equipments, Valves and where required for ease of erection and
maintenance as indicated in drawings.

4.4

BUTT WELDED AND SOCKET WELDED PIPING

Page 107 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

End preparation, alignment and fit-up of pipe pieces to be welded, welding, pre-heating,
post heating and heat treatment shall be as described in the welding specification and NDT
specification.
4.5

SCREWED PIPING
In general, Galvanized piping shall have threads as per ASME B1.20.1 NPT as required to
match threads on fittings, valves etc. All other piping shall have threads as per ASME
B1.20.1, tapered unless specified otherwise.
Threads shall be clean cut, without any burrs or stripping and the ends shall be reamed.
Threading of pipes shall be done preferably after bending, forging or heat treating
operations. If this is not possible, threads shall be gauge checked and chased after welding
heat treatment etc.
During assembly of threaded joints, all threads of pipes and fittings shall be thoroughly
cleaned of cuttings, dirt, oil or any other foreign matter. The male threads shall be coated
with thread sealant and the joint tightened sufficiently for the threads to seize and give a
leak-proof joint. Threaded joints to be seal-welded shall be cleaned of all foreign matter,
including sealant and made up to full thread engagement before seal welding.

4.6

FLANGE CONNECTIONS
All flange facings shall be true and perpendicular to the axis of pipe to which they are
attached. Flanged bolt holes shall straddle the normal centrelines unless different
orientation is shown in the drawing.
Wherever a spectacle blind is to be provided, drilling and tapping for the jack screws in the
flange, shall be done before welding it to the pipe.

4.7

BRANCH CONNECTIONS
Branch connections shall be as indicated in the piping material specifications. For end
preparation, alignment, spacing, fit-up and welding of branch connections refer welding
specifications. Templates shall be used wherever required to ensure accurate cutting and
proper fit-up.
For all branch connections accomplished either by pipe to pipe connections or by using
forged tees the rates quoted for piping shall be inclusive of this work.
Reinforcement pads shall be provided wherever indicated in drawings/ specifications etc.

4.8

BENDING
Bending shall be as per ASME B31.3 except that corrugated or creased bends shall not be
used. Cold bends for lines 1-1/2" and below, with a bend radius of 5 times the nominal

Page 108 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

diameter shall be used as required in place of elbows wherever allowed by piping


specifications.
The completed bend shall have a smooth surface, free from cracks, buckles, wrinkles,
bulges, flat spots and other serious defects. They shall be true to dimensions. The flattening
of a bend, as measured by the difference between the maximum and minimum diameters
at any cross-section, shall not exceed 8% and 3% of the nominal outside diameter, for
internal and external pressure respectively.
4.9

FORGING AND FORMING


Forging and forming of small bore fittings, like reducing nipples for piping 1-1/2" and below,
shall be as per ASME B 31.3.

4.10

CUTTING AND TRIMMING OF STANDARD FITTINGS & PIPES


Components like pipes, elbows, couplings, half-couplings etc. shall be cut / trimmed / edge
prepared wherever required to meet fabrication and erection requirements, as per
drawings and instructions of Company Site Representative. Nipples as required shall be
prepared from straight length piping.

4.11

GALVANISED PIPING
Galvanised carbon steel piping shall be completely cold worked, so as not to damage
galvanised surfaces. This piping involves only threaded joints and additional external
threading on pipes may be required to be done as per requirement.

4.12

SHOP FABRICATION / PREFABRICATION


The purpose of shop fabrication or pre-fabrication is to minimise work during erection to
the extent possible. Piping spool, after fabrication, shall be stacked with proper
identification marks, so as facilitate their withdrawal at any time during erection. During this
period all flange (gasket contact faces) and threads shall be adequately fabricated by
coating with removable rust preventive. Care shall also be taken to avoid any physical
damage to flange faces and threads.

4.13

MISCELLANEOUS
Contractor shall fabricate miscellaneous elements like flash pot, seal pot, sample cooler,
supporting elements like turn buckles, extension of spindles and interlocking arrangement
of valves, operating platforms as required by Company Site Representative.

ERECTION

5.1

CLEANING OF PIPING BEFORE ERECTION


Before erection all pre-fabricated spool pieces, pipes, fittings etc. shall be cleaned inside
and outside by suitable means. The cleaning process shall include removal of all foreign

Page 109 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

matter such as scale, sand, weld spatter chips etc. by wire brushes, cleaning tools etc. and
blowing with compressed air/or flushing out with water. Special cleaning requirements for
some services, if any shall be as specified in the piping material specification or isometric or
line list.
5.2

PIPING ROUTING
No deviations from the piping route indicated in drawings shall be permitted without the
consent of Company Site Representative.
Pipe to pipe, pipe to structure / equipments distances / clearances as shown in the drawings
shall be strictly followed as these clearances may be required for the free expansion of
piping / equipment. No deviations from these clearances shall be permissible without the
approval of Company Site Representative.
In case of fouling of a line with other piping, structure, equipment etc. the matter shall be
brought to the notice of Company Site Representative and corrective action shall be taken
as per his instructions.

5.3

SLOPES
Slopes specified for various lines in the drawings / P&ID shall be maintained by the
Contractor. Corrective action shall be taken by the Contractor in consultation with Company
Site Representative wherever the Contractor is not able to maintain the specified slope.

5.4

FLANGE CONNECTIONS
While fitting up mating flanges, care shall be exercised to properly align the pipes and to
check the flanges for trueness, so that faces of the flanges can be pulled together, without
inducing any stresses in the pipes and the equipment nozzles. Extra care shall be taken for
flange connections to pumps, turbines, compressors, cold boxes, air coolers etc. The flange
connections to these equipments shall be checked for misalignment, excessive gap etc. after
the final alignment of the equipment is over. The joint shall be made up after obtaining
approval of Company Site Representative.
Temporary protective covers shall be retained on all flange connections of pumps, turbines,
compressors and other similar equipments, until the piping is finally connected, so as to
avoid any foreign material from entering these equipments.

5.5

The assembly of a flange joint shall be done in such a way that the gasket between these
flange faces is uniformly compressed. To achieve this, the bolts shall be tightened in a
proper sequence. All bolts shall extend completely through their nuts but not more than
1/4". Steel to Cast iron flange joints, if any, shall be made up with extreme care, tightening
the bolts uniformly after bringing flange flush with gaskets with accurate pattern and lateral
alignment.
VENTS AND DRAINS

Page 110 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

High point vents and low point drains shall be provided as per the instructions of Company
Site Representative, even if these are not shown in the drawings. The details of vents and
drains shall be as per piping material specifications /job standards.
5.6

VALVES
Valves shall be installed with spindle / actuator orientation / position as shown in the layout
drawings. In case of any difficulty in doing this or if the spindle orientation / position is not
shown in the drawings, the Company Site Representative shall be consulted and work done
as per his instructions. Care shall be exercised to ensure that uni-directional valves bearing
"Flow direction arrow "on the valve body are installed with the arrow pointing in the correct
direction. If the direction of the arrow is not marked on such valves, this shall be done in the
presence of Company Site Representative before installation. Fabrication of stem
extensions, locking arrangements and interlocking arrangements of valves (if called for),
shall be carried out as per drawings/ instructions of Company Site Representative.

5.7

INSTRUMENTS
Installation of in-line instruments such as restriction orifices, control valves, safety valves,
relief valves, rota meters, orifice flange assembly, venturimeters, flow meters etc. shall form
a part of piping erection work.
Fabrication and erection of piping upto first block valve / nozzle / flange for installation of
offline Instruments for measurement of level, pressure, temperature, flow etc. shall also
form part of piping construction work. The limits of piping and instrumentation work will be
shown in drawings / standards / specifications. Orientations / locations of take-offs for
temperature, pressure, flow, level connections etc. shown in drawings shall be maintained.
Flushing and testing of piping systems which include instruments mentioned above and the
precautions to be taken are covered in Specification for flushing, testing and inspection of
piping. Care shall be exercised and adequate precautions taken to avoid damage and entry
foreign matter into instruments during transportation, installation, testing etc.

5.8

LINE MOUNTED EQUIPMENTS / ITEMS


Installation of line mounted items like filters, strainers, steam traps, air traps,
desuperheaters, ejectors, samples coolers, mixers, flame arrestors, excess flow check
valves; sight glasses etc. including their supporting arrangements shall form part of piping
erection work.

5.9

BOLTS AND NUTS


The Contractor shall apply molycoat grease mixed with graphite powder (unless otherwise
specified in piping classes) all bolts and nuts during storage, after erection and wherever

Page 111 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

flange connections are broken and made-up for any purpose whatsoever. The grease and
graphite powder shall be supplied by the Contractor within the rates for piping work.

5.10

PIPE SUPPORTS
Pipe supports are designed and located to effectively sustain the weight and thermal effects
of the piping system and to prevent its vibrations. Location and design of pipe supports will
be shown in drawings for lines 2 NPS and above, for lines 1 1/2 NPS & below, the
Contractor shall locate and design the pipe supports in line with Standards and obtain the
approval of Company Site Representative on drawings prepared by Contractor, prior to
erection. However, any extra supports desired by Company Site Representative shall also be
installed No pipe shoe/cradle shall be offset unless specifically shown in drawings.
Hanger rods shall be installed inclined in a direction opposite to the direction in which the
pipe moves during expansion.
Preset pins of all spring supports shall be removed only after hydrostatic testing and
insulation is over. Springs shall be checked for the range of movement and adjusted if
necessary to obtain the correct positioning in cold condition. These shall be subsequently
adjusted to hot setting in operation condition. The following points shall be checked after
installation, with the Company Site Representative and necessary confirmation shall be
obtained certifying that:
- All restraints have been installed correctly.
- Clearances have been maintained as per support drawings.
- Insulation does not restrict thermal expansion.
- All temporary tack welds provided during erection have been fully removed.
- All welded supports have been fully welded.

Page 112 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

SPECIFICATION FOR INSPECTION,FLUSHING AND TESTING OF PIPING


1

SCOPE
This specification covers the general requirements for inspection, flushing and testing of
piping systems. Flushing and testing of all piping systems shall be witnessed by the
Company Site Representative.

1.1

ABBREVIATION AND DEFINITION

1.1.1 ABBREVIATION
ASME
P&ID
PPM
S.S.

American Society of Mechanical Engineers


Process and Instrumentation Diagram
Parts Per Million
Stainless Steel

1.1.2 DEFINITIONS
The following terms are used in this specification:
Company/Purchaser Shall mean Hindustan Petroleum Corporation Ltd.
Contractor Shall mean Party to whom contract of pipeline/piping works is awarded.
Shall Shall indicate a mandatory requirement
2

REFERENCE CODES AND STANDARDS


ASME B31.3 (2012)

ASME Code for Pressure Piping

INSPECTION
During various stages and after completion of fabrication and erection, the piping system
shall be inspected by the Company Site Representative to ensure that:

Proper piping material has been used.

Piping has been erected as per drawings and instructions of Company Site
Representative.

All supports have been installed correctly.

Test preparations mentioned in this specification have been carried out.

FLUSHING
Flushing of all lines shall be done before pressure testing.
Flushing shall be done by fresh potable water or by dry compressed air, wherever water
flushing is not desirable, to clean the pipe of all dirt, debris or loose foreign material.

Page 113 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Required pressure for water flushing shall meet the fire hydrant pressure or utility water
pressure. For air flushing, the line / system will be pressurised by compressed air at the
required pressure which shall be 50 psi maximum. The pressure shall then be released by
quick opening of a valve, already in line or installed temporarily for this purpose. This
procedure shall be repeated as many times as required till the inside of the pipe is fully
cleaned.
In line instruments like control valves, orifice plates, rotameters, safety valves and other
instruments like thermowells which may interfere with flushing shall not be included in
flushing circuit.
The screens / meshes shall be removed from all permanent strainers before flushing.
Screens / meshes shall be reinstalled after flushing but before testing.
During flushing temporary strainers shall be retained. These shall be removed, cleaned and
reinstalled after flushing but before testing.
In case any equipment such as column, vessel, exchanger etc. form part of a piping circuit
during flushing, this shall be done with the approval of Company Site Representative.
However, equipments thus included in the circuit shall be completely drained and dried
with compressed air after flushing is completed.
During flushing discharged water/air shall be drained to the place directed by the Company
Site Representative. If necessary, proper temporary drainage shall be provided by the
contractor.
Care shall be taken during flushing so as not to damage/spoil work of other agencies.
Precautions shall also be taken to prevent entry of water/foreign matter into equipments,
electric motors, instruments, electrical installations etc. in the vicinity of lines being flushed.
The contractor shall carry out all the activities required before, during and after the flushing
operation, arising because of flushing requirements, such as but not limited to the
following:
Dropping of valves, specials, distance pieces, inline instruments and any other piping part
before flushing. The flanges to be disengaged for this purpose shall be envisaged by the
contractor and approved by the Company Site Representative. These flanges shall be
provided with temporary gaskets at the time of flushing.
After flushing is completed and approved, the valve distance pieces, piping specials etc.
shall be reinstalled by the contractor with permanent gaskets. However, flanges at
equipment nozzles and other places where isolation is required during testing, only
temporary gaskets shall be provided.

Page 114 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Records in triplicate shall be prepared and submitted by the contractor for each piping
system for the flushing done in the proforma provided/approved by the Company Site
Representative.
5

PRESSURE TESTING
Pressure testing, in general shall be as per Clause 345 of ASME B31.3, unless otherwise
specified, herein. Lines carrying highly hazardous/poisonous fluids must have a sensitive
leak test.

5.1

EXTENT OF TESTING
With the exclusion of instrumentation, piping systems fabricated or assembled in the field
shall be tested irrespective of whether or not they have been pressure tested prior to site
welding or fabrication.
To facilitate the testing of piping systems, vessels and other equipments may be included in
the system with the prior approval of Company Site Representative if the test pressure
specified is equal to or less than that for the vessels and other equipments.
Pumps, compressors and other rotary equipments shall not be subjected to field test
pressure. Lines which are directly open to atmosphere such as vents, drains, safety valves
discharge need not be tested, but all joints shall be visually inspected. Wherever necessary,
such lines shall be tested by continuous flow of fluid to eliminate the possibility of blockage.
However, such lines if provided with block valve shall be pressure tested up to the first block
valve.
Seats of all valves shall not be subjected to a pressure in excess of the maximum cold
working pressure of the valve. Test pressure applied to valves shall not be greater than the
manufacturer's recommendation nor less than that required by the applicable code. Where
allowable seat pressure is less than test pressure, test shall be made through an open valve.
Instruments in the system to be tested, shall be excluded from the test by isolation or
removals, unless approved otherwise by the Company Site Representative.
Restrictions which interfere with filling, venting and draining such as orifice plates etc. shall
not be installed unless testing is complete.
Control valves shall not be included in the test system. Where bypasses are provided test
shall be performed through the bypass and /or necessary spool shall be used in place of the
control valve.
Pressure gauges which are part of the finished system, but cannot withstand test pressure
shall not be installed until the system has been tested. Where piping systems to be tested
are directly connected at the battery limits to piping for which the responsibility rests with
other agencies, the piping to be tested shall be isolated from such piping by physical
disconnection such as valve or blinds.

Page 115 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

5.2

GENERAL REQUIREMENTS / TEST PREPARATION FOR TESTING


Testing shall be carried out with permanent gaskets installed unless specified otherwise or
instructed by the Company Site Representative.
No pressure test shall be carried out against closed valve unless approved by the
Company Site Representative.
The Company Site Representative shall be notified in advance by the Contractor, of the
testing sequence and programme, to enable him to be present for witnessing the test.
Before testing, all piping shall be cleaned by flushing to make it free from dirt, loose scale,
debris and other loose foreign materials.
All piping systems to be hydrostatically tested shall be vented at the high points and the
systems purged of air before the test pressure is applied.
Wherever in the line any void exists due to any reasons, like absence of control valves,
safety valves, check valves etc. it shall be filled with temporary spools.
All joints welded, screwed or flanged shall be left exposed for examination during the test.
Before pressuring the lines, each weld joint shall be cleaned by wire brush to free it from
rust and any other foreign matter.
Where a system is to be isolated at a pair of companion flanges, a blank shall be inserted
between the companion flanges. Minimum thickness of the blank shall be designed in
accordance with applicable design code.
Open ends of piping system where blanks cannot be used, such as pumps, compressors,
turbines or wherever equipment or pipe spools have been recovered or disconnected prior
to hydrostatic testing, shall be blinded off by using standard blind flanges of same rating as
the piping system being tested.
Pressure gauges used in testing shall be installed as close as possible to the lowest point in
the piping system to be tested, to avoid overstressing of any of the lower portions of the
system.
For longer lines and vertical lines, two or more pressure gauges shall be installed at
locations decided by the Company Site Representative.
For lines containing check valves any of the following alternatives shall be adopted for
pressure testing:

Page 116 of 185

Whenever possible pressurise up-stream side of valve.


Replace the valve by a temporary spool and reinstall the valve after testing.

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Provide blind on valve flanges and test the upstream and downstream of the
line separately and remove the blind after testing. At these flanges,
temporary gaskets shall be provided during testing and shall be replaced by
permanent gaskets subsequently.
For check valves in lines 1 1/2" and below flapper or seat shall be removed
during testing (if possible). After completion of testing the flapper / seat shall
be refitted.

Gas lines when hydrostatically tested shall be provided with additional temporary supports
during testing as directed by the Company Site Representative. Piping which is spring or
counter-weight supported shall be temporarily supported, where the weight of the fluid
would overload the support. Retaining pins for spring supports shall be removed only after
testing is completed and test fluid is completely drained. When testing any piping system,
air or steam of approximately 2 kg/cm2g may be used as preliminary test to detect missing
gaskets etc. as this avoids the necessity of draining the line to make repairs. However,
steam shall not be used for this purpose, if the steam temperature is more than the design
temperature of the line.
5.3

TESTING MEDIA, TEST PRESSURE AND TEST PRESSURE GAUGES

5.3.1 TESTING MEDIA


In general all pressure tests shall be hydrostatic using iron free water, which is clean and
free of silt. Maximum chlorine content in water for hydrostatic testing for S.S. piping shall
be 15- 20ppm.
Air shall be used for testing only if water would cause corrosion of the system or
overloading of supports etc. in special cases as directed by Company Site Representative.
Where air/water tests are undesirable, substitute fluids such as gas oil, kerosene, methanol
etc. shall be used as the testing medium, with due consideration to the hazards involved.
These test fluids shall be specified in the line list given to the contractor.
5.3.2 TEST PRESSURE
The hydrostatic/pneumatic test pressure shall be as indicated in the line list or as per the
instruction of Company Site Representative.
The selection of the piping system for one individual test shall be based on the following:
Test pressure required as per line list.
Maximum allowable pressure for the material of construction of piping.
Depending upon the above requirements and based on construction progress, maximum
length of piping shall be included in each test.

Page 117 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

5.3.3 TEST PRESSURE GAUGE


All gauges used for field testing shall have suitable range so that the test pressure of the
various systems falls in 35% to 65% of gauge scale range. Pressure gauge dial shall be a
minimum of 150mm. Size of Bourdon tube shall not be less than 75% of nominal diameter
of dial range. Gauge shall be of a good quality and in first class working condition.
Prior to the start of any test or periodically during the field test programme, all test gauges
shall be calibrated using a standard dead weight gauge tester or other suitable approved
testing apparatus. Any gauge showing an incorrect zero reading or error of more than 2%
of full scale range shall be discarded .The Company Site Representative shall check the
accuracy of master pressure gauge used for calibration.
5.4

TESTING PROCEDURE

5.4.1 HYDROSTATIC TEST


All vents and other connections used as vents shall be left open while filling the line with
test fluid for complete removal of air. In all lines for pressurising and depressurising the
system, temporary isolating valves shall be provided if valves, vents, drains do not exist in
the system.
Pressure shall be applied only after the system / line is ready and approved by the
Company Site Representative.
Pressure shall be applied by means of a suitable test pump or other pressure source which
shall be isolated from the system as soon as test pressure is reached and stabilised in the
system.
A pressure gauge shall be provided at the pump discharge for guidance in bringing the
system to the required pressure.
The pump shall be attended constantly during the test by an authorized person. The pump
shall be isolated from the system whenever the pump is to be left unattended.
Test pressure shall be maintained for a sufficient length of time to permit thorough
inspection of all joints for leakage or signs of failure. Any joint found leaking during a
pressure test shall be retested to the specified pressure after repair. Test period shall be
maintained for a minimum of three hours.
The pump and the piping system to be tested are to be provided with separate pressure
Indicating test gauges. These gauges are to be checked by the standard test gauge before
each pressure test.
Care shall be taken to avoid increase in the pressure due to temperature variation during
the test.

Page 118 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

5.4.2 PNEUMATIC TEST


When testing with air, pressure shall be supplied by means of a compressor. The
compressor shall be portable type with a receiver, after cooler and oil separator.
Piping to be tested by air shall have joints covered with a soap and water solution so that
the joints can be examined for leaks.
All other details shall be same as per hydrotesting procedure (specified above)
5.5

COMPLETION OF TESTING
After the hydrostatic test has been completed, pressure shall be released in a manner and
at a rate so as not to endanger personnel or damage equipments.
All vents and drains shall be opened before the system is to be drained and shall remain
open till all draining is complete, so as to prevent formation of vacuum in the system. After
draining, lines / systems shall be dried by air.
After testing is completed the test blinds shall be removed and equipment / piping isolated
during testing shall be connected using the specified gaskets, bolts and nuts. These
connections shall be checked for tightness in subsequent pneumatic tests to be carried out
by the contractor for complete loop / circuit including equipments (except rotary
equipments).
Pressure test shall be considered complete only after approved by the Company Site
Representative. Defects, if any, noticed during testing shall be rectified immediately and
retesting of the system / line shall be done by the contractor at his cost.

5.6

TEST RECORDS
Records in triplicate shall be prepared and submitted by the contractor for each piping
system, for the System Flushing Report/Certificate & for the pressure test done in the
proforma provided/approved by the Company Site Representative.

Page 119 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

SPECIFICATION FOR NONDESTRUCTION EXAMINATION


1

GENERAL

1.1

SCOPE
This specification covers the general requirements for the non-destructive examination of
shop & field fabricated piping.

ABBREVIATION AND DEFINITION

2.1

ABBREVIATION
ASME
ASNT
ASTM
CS
DP/LP
LTCS
MPE
NDT
PWHT
PMS

2.2

American Society for Mechanical Engineers


American Society for Non Destructive Testing
American Society for Testing & Materials
Carbon Steel
Dye/liquid Penetrant
Low Temperature Carbon Steel
Magnetic Particle Examination
Non Destructive Testing
Post Weld Heat Treatment
Piping Material Specification

DEFINITIONS
The following terms are used in this specification:
The following terms are used in this specification:
Company/Purchaser shall mean Hindustan Petroleum Corporation Ltd.
Contractor shall mean Party to whom contract of pipeline/piping works is awarded.
Shall Shall indicate a mandatory requirement

REFERENCE DOCUMENTS
Reference has also been made to the latest edition (edition enforce at the time of issue
of enquiry) of the following standards, codes and specifications:
OISD OIL INDUSTRY SAFETY DIRECTORATE
OISD STD-141 (July-2012)
OISD STD-214 (Oct-2006)

Design and Construction requirements for Cross


Country
Cross- Country LPG Pipelines

ASME - AMERICAN SOCIETY OF MECHANICAL ENGINEERS

Page 120 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

ASME B31.3 (2012)


ASME B31.4 (2009)

Process piping
Pipeline Transportation System for Liquid
Hydrocarbons and Other Liquids

ASME B16.5 (2009)

Pipe Flanges and Flanged Fittings (NPS 1/2 through


NPS 24)
Valves - Flanged, Threaded and Welding End

ASME B16.34 (2009)

ASME BOILER AND PRESSURE VESSEL CODE:


Section V (2010)
Section VIII, DIV I (2010)
Section IX (2011)

Non Destructive Examination


Boiler and Pressure Vessels Code
Qualification Procedure for Welding & Brazing
Procedures, Welders, Brazers and Welding & Brazing
Operators

VISUAL EXAMINATION

4.1

Weld shall be visually inspected wherever accessible in accordance with the following
requirements: (as applicable)
1. Internal misalignment

1.5 mm or less

2. Cracks or lack of fusion

Not permitted

3. Incomplete penetration
(for other than 100% radiography
welded end.)

Depth shall not exceed the lesser of 0.8


mm or 0.2 times thickness of thinner butt
Component joined by butt-weld. The total
length of such imperfections shall not exceed
38 mm in any 150 mm of weld length.

4. Surface porosity and exposed


slag inclusions (For nominal wall
thickness 4.7mm & less)

Not permitted

5. Concave root surface (suck up)

For single side welded joints concavity of the


root surface shall not reduce the total
Thickness of joint, including reinforcement to
less than the thickness of the thinner of the
components being joined.

6. Weld ripples irregularities


7. Lack of uniformity in bead width

2.5 mm or less
2.5 mm or less

Page 121 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

8. Lack of uniformity of leg length

2.5 mm or less

9. Unevenness of bead

2.0 mm or less

10. Weld undercutting

0.8 mm or thicknesses of thinner


components joined by butt weld, whichever is
less. (shall be smooth finished)

11. Overlap

1.5 mm or less

12. Bead deflection

2.5 mm or less

13. External weld reinforcement and internal weld protrusion (when backing rings are not
used) shall be fused with and shall merge smoothly into the component surfaces. The
height of the lesser projection of external weld reinforcement or internal weld
protrusion from the adjacent base material surface shall not exceed the following
limits;
Wall thickness of Thinner
component joined by butt weld
(mm)
6.4 and under
Over 6.4 12.7
Over 12.7 25.4
Over 25.4

14.

Weld reinforcement or internal weld


protrusion (mm) max
1.6
3.2
4.0
4.8

Throat thickness of fillet welds:


Nominal thickness of the thinner component x 0.7 or more.

15.

Flattening:
Flattening of a bend, as measured by difference between the nominal outside
diameter and minimum or maximum diameter at any cross section shall not exceed
5% of the nominal outside diameter.

16.

Reduction of wall thickness:


Reduction of wall thickness of a bend, as measured by difference between the
nominal thickness and minimum thickness shall not exceed 10% of the nominal wall
thickness of pipe.

4.2

Page 122 of 185

Welds having any of imperfections which exceed the limitations specified in various
clauses of 4.1 shall be repaired by welding, grinding or overlaying etc. Number of

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

times of repair welding for the same weld, however shall conform to Clause No. 8(b)
b.5.
5

GENERAL NOTES

5.1

The type and extent of weld examination shall be in accordance with Table 1. All
visual and supplementary methods of girth weld examination shall be in accordance
with ASME B31.3 and the requirements of this Specification.

5.2

Welds between dissimilar materials shall be examined by method & to the extent
required for the material having the more stringent examination.

5.3

For Carbon Steel (P.No.1,) materials NDT of welds shall be performed before & after
PWHT. In order to avoid any repair after PWHT it is recommended that for P.No 1
material NDT shall also be performed before PWHT. UT instead of RT is not
acceptable.

5.4

Internal weld protrusion for welded fittings shall not exceed 1.6 mm.

5.5

Branch welds shall consist of the welds between the pipe and reinforcing element (if
any), nozzles and reinforcing element, the pipe and nozzle under the reinforcing
element. Reinforcing element shall be interpreted as pads, saddles, weldolets,
sockolets, etc.

5.6

Seal welds of threaded joints shall be given the same examination as socket welds.

LIQUID PENETRANT & MAGNETIC PARTICLE EXAMINATION


The liquid penetrant & the magnetic particle method of examination shall be in accordance
with section V of the ASME Boiler and Pressure Vessel Code, Article 6 and 7 respectively.
The entire area of the accessible finished weld surface shall be examined. Selected root
runs, subject to a maximum of 10%, before finished weld may also be examined to the
discretion of the Company representative.

Wherever MPE/LP testing is specified, either MPE or LP test may be carried out. But
wherever only MPE test is specified LP method of examination may be used only if MP
examination is impracticable in the field.

Random 10%, 20% of liquid penetrant / magnetic particle test shall mean testing by
applicable test, one weld for each ten / five welds respectively or less made by the same
welding procedure or operator or both.

Page 123 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

When liquid penetrant examination is specified, the surface shall be free of peened
discontinuities. Abrasive blast cleaning shall be followed by light surface grinding prior to
liquid penetrant examination.

Inspection shall be performed in the welds excluding those for which radiography has been
done.
RADIOGRAPHY
a)

Random 10%, 20% radiography shall mean examining not less than one from each
ten / five welds respectively or less made by the same welding procedure or welder
or both. Irrespective of percentage, no. of welds to be radiographed shall be
minimum 1. However, first two welds made by each welder shall also be
radiographed in case of random radiography.
In process examination shall not be substituted for any required radiographic
examination.
Welds selected from examination shall not include flange welds and shall be
radiographed for their entire length. However, where it is impossible or
impracticable to examine the entire weld length of field welds for either random or
100% radiography, and if the same impossibility is agreeable to the Company Site
Representative, then a single 120 exposure of the weld length may be given
Magnetic Particle test or Liquid Penetrant test.

b)

In-process examination shall not be substituted for any required radiographic


examination.

c)

Number of radiograph per one circumferential weld shall be as per ASME SEC V
Article 2 and 22.Radiography acceptance standard shall be as per normal service
requirement of ASME B31.3
Type of source and films to be used for Radiographic Examination shall be in
accordance with Table-2.

REPAIRS OR DEFECTS / ACCEPTANCE CRITERIA:


When radiography or other non destructive inspection is specified, acceptance criteria for
repairs or defects shall be as follows:
a)
In case of 100% examination, any unacceptable weld shall be repaired and reinspected.
b)

In case random examination reveals a defect requiring repair, then;

b.1

Two additional examinations of same type shall be made of the same kind of item (if
welded joint, then by the same welding procedure or operator or both).

Page 124 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

b.2

If the group of items examined as required by b.1 above is acceptable, the items
requiring repair shall be repaired or replaced and re-examined as required and all
items represented by this additional examination shall be accepted.
If any of the items examined as required by b.1 above reveals a defect requiring
repair, two further comparable items shall be examined for each defective item
found by examination.

b.3

b.4

If all the items examined as required by b.3 are acceptable, the items requiring
repair shall be repaired or replaced and re-examined as required, and all it
represented by this further examination shall be accepted.

b.5

Number of times repair welding could be done for the same weld before
acceptance shall be as follows:
MATERIAL
C.S.
Killed Steel
Low alloy steel
Austenitic S.S.
Others

NO. OF TIMES REPAIR


WELDING IS ALLOWED
2 or less
2 or less
2 or less
2 or less
2 or less

b.6

Welds not found acceptable for allowed number of times of repair as per b.5 above
shall be replaced and re-examined.

b.7

If any of the items examined (as required by b.4) above reveals a defect requiring
repair, all items represented by these examinations shall be either: Repaired or
replaced and re-examined as required. Fully examined and repaired or replaced as
necessary, and re-examined as necessary.

HARDNESS TEST
Hardness test shall be in accordance with ASTM E10. Hardness tests of the heat affected
zone shall be made at a point as near as practicable to the edge of the weld. One test per
weld shall be performed.
All welds which are given heat treatment shall be hardness tested. Hardness test for each
weld (unless mentioned otherwise in NDT Table-1) shall be in accordance with ASME B31.3
para 331.1.7 and as called for in NDT table-1, and shall be made after final heat treatment
(wherever specified in welding specification).

Page 125 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

A minimum of 10% of welds of hot formed and hot bent materials in each heat treatment
batch which are furnace heat treated and 100% of those which are locally heat treated,
shall be hardness tested.
Following values shall be maintained.
Base metal
grou
CS

Nom.
Wall thickness
(mm)
All

Min. Specified
tensile strength
(MPa)
All

Max Brinell
hardness remarks
(BHN)
238

10

FABRICATED FITTINGS

10.1

Bevel edges shall be 100% Dye Penetrant / Magnetic Particle tested.

10.2

Internal weld protrusion shall not exceed 1.6 mm.

10.3

Visual examination, LP/ MP test shall be done on the Completed welds.

10.4

Circumferential & longitudinal pressure retaining butt welds shall be examined by 100%
radiography.

11

MITERS AND FABRICATED REDUCERS

11.1

Bevel edges shall be 100% Liquid Penetrant / Magnetic Particle tested.

11.2

LP/MP test shall be done on root pass in addition to radiography applicable to


circumferential joint of respective piping class.

11.3

Internal weld protrusion shall not exceed 1.6 mm.

11.4

Circumferential & longitudinal pressure retaining butt welds shall be examined by 100%
radiography.

12

BRANCH CONNECTIONS
LP / MP test shall be done on root pass and final pass.

13

EVALUATION
Evaluation shall be done by ASNT level II or higher qualified personnel.

14

TECHNIQUE

Page 126 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Radiography shall be X-ray or Gamma ray with 2-2T sensitivity.


15

ORDER OF PRECEDENCE
Specification
Codes and standards

16

ATTACHMENTS
Appendix A: Table 1

PENDIX - A

TABLE 1 : CLASS, TYPE & EXTENT OF WELD EXAMINATION


INSPECTION CLASS : I
Inspecti
Service
Materi Te Pressu
Type of

Page 127 of 185

Type of Weld Examined

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE
on Class

al

Category
D Fluid
Services

Carbon
Steel

mp
.
De
g.C
.

re
Class
B16.5
/
B16.34

0
to
65

150#
UPTO
20
KG/CM

Examinati
on
Girt
h
Butt
Wel
d

Sock
et
Weld

Attachme
nt
Weld

Fabricat
ed
Branch
Weld

Fabricated
Weld of
Miter/Red
uc
er/Fittings

a) Visual

100
%

100%

100%

100%

100%

b)
MPT/LPT

10%

100%

TABLE 1 : CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTD.)


INSPECTION CLASS : IV
Insp

Service

Mate

Page 128 of 185

Te

Press

Type of

Type of Weld Examined

Seal & Signature of Tenderer

Remar
ks

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE
ecti
on
Clas
s

rial

All
service
s

IV

Carb
on
Steel

mp.
Deg
.C.

All

ure
Class
B16.5
/
B16.3
4

Above
600#
Above
104.1
13
KG/C
M

Examinati
on
Girth
Butt
Weld

a) Visual

b)
MPT/LPT
c)
Radiograp
hy
d)
Hardness
after
PWHT

Socket
Weld

100%

100%

Attac
hmen
t
Weld

Fabrica
ted
Branch
Weld

100%

Fabrica
ted
Weld
of
Miter/
Reduc
er/Fitti
ngs

100%

100%

100%

100%

100%
Note 3

100%

Cl.No.9

Cl.No.1
0

Cl.No.
11

Cl.No.1
2

Cl.No.1
3

Remarks

Notes :
1) For non
pressure
parts to pressure
parts.
2)
Refer Cl. No. 8 &
9.
3)
Radiography
including
'T' joints.
4) All NDT shall
be carried
out before and
after PWHT for
No.1.(Ref.clause
no.5) 5)
Miters and
Fabricated
fittings are
permitted only if
specified in PMS.

SPECIFICATION FOR STRAINER


1

SCOPE
This specification covers the minimum requirements for design, manufacture, testing and
supply of Strainer to be installed in pump suction / pipeline systems handling liquid
hydrocarbons including Liquefied Petroleum Gas (LPG).

Page 129 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

ABBREVIATIONS

2.1

ABBREVIATIONS
ASME American Society of Mechanical Engineers
ASTM American Society for Testing and Materials
NPT (F) Nominal Pipe Thread (Female)
IS Indian Standards
HPCL Hindustan Petroleum Corporation Limited

2.2

DEFINITIONS
The following terms are used in this specification:

Manufacturer / Vendor

shall mean the manufacturer or supplier of the


materials covered by this Specification.

Purchaser / Company

shall mean Hindustan Petroleum Corporation Ltd.

Shall

shall mean a mandatory requirement

Should

indicates a strong recommendation to comply with the


requirements of this document based on sound
engineering judgement.

CODES AND STANDARDS


The Strainers shall conform to the applicable codes and standards besides the following:
ASME B16.5 (2009) Pipe flanges & flanged fittings
ASME Sec VIII Div 1 (2010) Rules for Construction of Pressure Vessels

MATERIAL

4.1

Material of construction of body, flanges, stud bolts & nuts, gaskets and internals shall be as
per data sheet.

4.2

The material composition, physical properties, mandatory tests, dimensions & tolerances
and marking for various components of strainers shall conform to the applicable
specifications / technical notes as specified herein below:
a) Specification for Pipeline Fittings,.
b) Specification for Gaskets.
c) Specification for Bolts and Nuts.
d) Strainer mesh as per Data Sheet.

Page 130 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

DESIGN & MANUFACTURE

5.1

Design and fabrication of strainers shall be in accordance with standard Drg for T-type
permanent strainers as indicated in attached data sheets.

5.2

Ends of body shall be Flanged / Butt welded as indicated in the Datasheets and shall be as
per applicable specifications.

5.3

Flange face finish and Type of Gaskets shall be as specified in data sheets.

5.4

The blind flange of strainer shall be drilled with a hole of specified size for connections to
piping to be used for draining of strainer. The location of hole shall be such that product
from the strainer can be completely drained off. A pipe nipple of size as indicated in
attached data sheet in place of plug shown in attached standard shall be welded for further
hook up of drain piping.
Nipple shall extend outside the blind flange for a length of 200 mm or diameter of drain
pipe whichever is more. Temporary cap shall be used during testing of strainer in
manufacturers works.

5.5

Construction of all strainers shall be such that filter element can be removed with strainer
installed in line.

5.6

Flow direction shall be marked on the body of strainer.

5.7

Threaded joints shall be minimized to the maximum extent possible. If used, the threaded
connections shall be seal welded.\

INSPECTION & TESTING

6.1

Visual & dimension checks on all strainers shall be carried out by manufacturer as per
Purchaser approved drawings.

6.2

Manufacturer shall review & check all materials test certificates & mandatory inspection &
test reports for the compliance to the requirements of applicable material
specifications/technical notes.

6.3

All strainers shall be hydrostatically tested at test pressure specified in data sheet.

6.4

All BW joints including those of parent material shall be 100% radiographed and fillet welds
shall be 100% DP/MP checked.

6.5

The bevel Ends of all Butt Welded strainers shall undergo 100% MP/DP test.

6.6

Pressure test to demonstrate the values indicated in offer for pressure drop across the
strainer at rated flow in clean and 50% clogged condition shall be carried out by vendor

Page 131 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

and proof of such records shall be submitted (or) depending on the discretion of client such
test shall be conducted in presence of client/his representative
6.7

Purchase reserves the right to carry out stage wise inspection of all strainers prior to
despatch. Manufacturer shall give reasonable access and facilities to purchasers inspector
for carrying out such inspection.
In no case shall any action of purchaser or his inspector shall relieve the Manufacturer of his
responsibility for material, design, quality or operation of strainers.
Inspection and tests performed/witnessed by the Purchasers inspector shall in no way
relieve the Manufacturers obligation to perform the required inspection and tests.

TEST CERTIFICATES

7.1

Manufacturer shall submit the following certificates:


a)
All material test certificates relevant chemical analysis & mechanical properties of
the materials used for fabrication of strainers.
b)
Test certificates of hydrostatic test carried out for strainers.

MARKING AND SHIPMENT

8.1

Each strainer shall be legibly and conspicuously marked on the body, in accordance with the
requirements of applicable standards.

8.2

SS Name Plate shall be provided for each strainer indicating Tag No., Material of
construction, Design conditions, Capacity, Size, Type and Weights of assembly & Screening
Element.

8.3

Paint or ink for marking shall not contain any harmful metal or metallic salts such as Zinc,
Lead or Copper which causes corrosive attack on heating.

8.4

All items shall be dry, clean and free from moisture, dirt and loose foreign material of any
kind.

8.5

All items shall be protected from rust, corrosion, and mechanical damage during
transportation, shipment and storage.

8.6

All open ends shall be provided with covers to prevent ingress of dust & other foreign
materials into the strainer assembly during shipment & storage.

DOCUMENTATION

9.1

After placement of order the manufacturer shall submit the four copies of following
documents:

Page 132 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

a)

b)
c)

Detailed fabrication drawing giving overall dimension, materials of various


components including internals, welding details, inspection & testing requirements,
etc.
Pressure drop calculation across the strainer under clean and 50% clogged condition.
Vendor shall also submit his Quality plan subsequent to award of contract for review
of Purchaser.
Approval on above documents shall be obtained from Purchaser. Any change in
design, material & method of manufacture shall not be allowed after Purchasers
approval.

9.2

Prior to shipment the manufacturer shall submit one reproducible and six copies of the
following documents:
a)
b)
c)

All tests certificates as per clause 7.0 of this specification


Installation instruction
All documents approved by Purchaser.

DATA SHEET FOR STRAINER

STANDARD FIELDS
STRAINER TYPE
PIPE CLASS
SERVICE
DESIGN PRESSURE (kg/cm2 g)

Page 133 of 185

DESCRIPTION
T- TYPE STRAINER
900#
MS/HSD/SKO
REFER PIPING MATERIAL SPECIFICATION
Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

DESIGN TEMPERATURE (C)


CLASS / PRESSURE RATING
SIZE
CORROSION ALLOWANCE (mm)
Construction Details
FLANGE (BOTTOM FLANGE)

900#
12
REFER PIPING MATERIAL SPECIFICATION

900# , RING TYPE JOINT, FINISH UPTO 63IN


AARH
STR.ELEMENT AREA (mm2)
3 TIMES PIPE SECTION (VENDOR TO
CONFIRM)
MESH NO.
REFER REFERNCE 2
MAX. PRESSURE DROP AT 50% CLOGGED (VENDOR TO INDICATE)
CONDITION (kg/cm2 g)
MAX. PRESSURE DROP AT - CLEAN (VENDOR TO INDICATE)
CONDITION (kg/cm2 g)
MANUFACTURER
(VENDOR TO INDICATE)
MANUFACTURER DRG. NO
(VENDOR TO INDICATE)
DIMENSION : FACE TO FACE
ASME B16.9,
& CENTRE LINE TO BOTTOM
BOTTOM FLANGE
TAPPED FLANGE WITH NPTF FOR DRAIN
END CONNECTION THICKNESS
MATCHING TO CONNECTING PIPE, REFER
PMS
Material of Construction
BODY
ASTM A234 GR WPB, SMLS
MESH
S304
PLUG ( )
ASTM A105
FLANGE ( BOTTOM FLANGE )
ASTM A105
GASKET
SOFT IRON OVAL RING
BOLTS
ASTM A 193 GR B7
NUTS
ASTM A 194 GR 2H
CONDITIONS
DESIGN STANDARD
ASME SECTION VIII DIV. 1
DESIGN FLOW RATE (m/hr)
790m3/Hr
DESIGN PR. (kg/cmg)
104
DESIGN TEMP. (C)
(-)29 / 65
OPTG. TEMP. (C)
10 - 45
SP. GR. AT OPTG. TEMP.
0.73-0.845
VISCOSITY AT OPTG TEMP (cP)
0.7-4.5
BODY HYD. TEST PR. (kg/cmg)
1.5 TIMES THE DESIGN PRESSURE
Standard
DESIGN STANDARD
ASME SECTION VIII DIV. 1
END CONNECTION STANDARD
ASME B16.25
GASKET
ASME B16.20

Page 134 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

WELDING SPECIFICATION FOR THE FABRICATION OF PIPING


1

GENERAL

1.1

SCOPE
This specification shall be followed for the fabrication of all types of welded piping joints of
piping system within the battery limits of the plant.

Page 135 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

The following welded pipe joints shall be included:


a)
b)
c)
d)
e)
f)

All pipe joints, longitudinal butt welds, circumferential butt welds, groove welds and
fillet welds.
Attachments for forging, flanges and other supports of pipes.
Welded manifold headers and other sub-assemblies.
Welded branch connections with or without reinforcing pads.
Joints in welded/fabricated piping components.
The attachments of smaller connections for vents, drain drips and other instrument
tapping.
Any approval granted by the Company / Site Representative or Company inspectors
shall not relieve the Contractor of his responsibilities and guarantee.
This specification shall be applicable for welding of pipelines for transportation of
liquid petroleum, gas and other similar products.
This specification shall be read in conjunction with the Welding Specification Charts.

ABBREVIATION AND DEFINITION

2.1

ABBREVIATION
ASME
ASNT
ASTM
AWS
BPVC
CS
DP/LP
DWDI
DWSI
GTAW
IQI
LTCS
MP
NDT
PWHT
PMS
RT
SMAW
SWSI
UTS

Page 136 of 185

American Society for Mechanical Engineers


American Society for Non Destructive Testing
American Society for Testing & Materials
American Welding Society
Boiler and Pressure Vessel Code
Carbon Steel
Dye/liquid Penetrant
Double Wall Double Image
Double Wall Single Image
Gas Tungsten Arc Welding
Image Quality Indicator
Low Temperature Carbon Steel
Magnetic Particle
Non Destructive Testing
Post Weld Heat Treatment
Piping Material Specification
Radiographic Testing
Shielded Metal Arc Welding
Single Wall Single Image
Ultimate Tensile Strength

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

2.2

DEFINITIONS
The following terms are used in this specification:

Company/Purchaser

Shall mean

Hindustan Petroleum Corporation Ltd.

Contractor

Shall
mean
Party
to
whom
pipeline/piping works is awarded.

Shall

Shall indicate a mandatory requirement

contract

of

REFERENCE DOCUMENTS
All welding work, equipments for welding, heat treatment, other auxiliary functions and the
welding personnel shall meet the requirements of the latest editions of the following
accepted standards and procedures unless otherwise specified in the Welding Specification
Chart and the Technical Notes attached thereof. In the case of conflicting requirements, the
requirements mentioned in Welding Specification Chart/Technical Notes shall be applicable.
Reference has also been made to the latest edition (edition enforce at the time of issue of
enquiry) of the following standards, codes and specifications:
OISD OIL INDUSTRY SAFETY DIRECTORATE
OISD STD-141 (July-2012)
OISD STD-214 (Oct-2006)

Design and Construction requirements for Cross


Country
Cross- Country LPG Pipelines

ASME - AMERICAN SOCIETY OF MECHANICAL ENGINEERS


ASME B31.3 (2012)
ASME B16.5 (2009)
ASME B16.34 (2009)

Process piping
Pipe Flanges and Flanged Fittings (NPS 1/2 through
NPS 24)
Valves - Flanged, Threaded and Welding End

ASME BOILER AND PRESSURE VESSEL CODE:


Section V (2010)
Section VIII, DIV I (2010)

Non Destructive Examination


Boiler and Pressure Vessels Code

Section IX (2011)

Qualification Procedure for Welding & Brazing


Procedures, Welders, Brazers and Welding & Brazing
Operators

Page 137 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Note: All codes/standards mentioned above shall be the latest at the time of awarding of
contract In the event of any differences due to additional requirements mentioned
in this specification, over and above those obligatory as per codes, this specification
shall be binding.

BASE METAL

4.1

In general, use of carbon steel is envisaged. The details of the material specifications are
given in the Welding Specification Chart.

4.2

The Contractor shall provide the manufacturers test certificates for every heat of the
materials supplied by him.

WELDING CONSUMABLES

5.1

The Contractor shall provide, at his own expense, all the welding consumables necessary for
the execution of the job such as electrodes, filler wires, argon etc. and these should bear
the approval of the Company Site Representative.

5.2

The welding electrodes and filler wires supplied by the Contractor shall conform to the class
specified in the Welding Specification Chart. The material shall be of the make approved by
the Company Site Representative

5.3

Electrode qualification test records should be submitted in accordance with Suggested


Format - A (Appendix A) in the respected of the electrodes tested by the Contractor, for
obtaining the approval of the Company Site Representative.

5.4

The Contractor shall submit batch test certificates, from the electrode manufactures, giving
details of physical and chemical tests carried out by them, for each batch of electrodes to be
used.

5.5

All electrodes shall be purchased in sealed containers and stored properly to prevent
deterioration. The electrodes removed from the containers shall be kept in holding ovens at
temperature. Out of the oven time of electrodes, before they are consumed, shall not
exceed the limits recommended by the electrode manufacturer. The electrodes shall be
handled with care to avoid any damage to the flux covering.

5.6

All low hydrogen type of electrodes shall be re-baked at 350C for 1 hour minimum and
stored in ovens kept at 80-100C before use. Recommendation of the electrode
manufacturer shall be followed if available.

Page 138 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

5.7

The electrodes, filler wires and flux used shall be free from rust, oil, grease, earth and other
foreign matter which affect the quality of welding.

5.8

Tungsten electrodes used shall conform to ASME Sec. II C SFA 5.12 specification.

SHIELDING & PURGING GAS

6.1

Argon gas used in GTA welding for shielding purposes shall be 99.995% pure. The purity of
the gas shall be certified by the manufacturer. The rate of flow for shielding purposes shall
be established through produced qualification tests. Normally this rate may be 12-20 CFH.

6.2

Argon gas with a purity level of 99.995% shall be used for purging.

6.3

When GTAW process alone or a combination of GTAW and SMAW processes is


recommended for the production of a particular joint, the purging shall be maintained
during the root pass and for the first filling pass to minimize oxidation on the inner side of
the pipe, unless otherwise specified in Welding Specification Chart.

6.4

Initial purging shall be maintained for sufficient period of time so that at least 4-5 times the
volume between the dams is displaced, in order to completely remove the entrapped air. In
no case should the initial purging period be less than 10minutes. High gas pressure should
be avoided.

6.5

After initial purging, the flow of the backing gas should be reduced to a point where only a
slight positive pressure prevails. For systems, which have a volume (up to 1/2 cubic foot) to
be purged, a gas flow rate of 6-CFH is usually adequate. Systems of larger volume may
require higher flow rates and these should be established during procedure qualification
tests.

6.6

Gas backing (purging) is not required for socket type of welded joints.

6.7

Dams, used for conserving inert gas during purging, shall be removed after completion of
the welding, and shall be accounted for. Wherever, removal of dams is not possible after
welding, use of water-soluble dams should be made.

EQUIPMENTS & ACCESSORIES

7.1

The Contractor should have the arrangement of sufficient number of welding and cutting
equipments, auxiliaries, and accessories of sufficient capacities so as to meet the
target/schedule.

7.2

All the equipments for performing the heat treatment, including transformers,
thermocouples, pyro-meters, automatic temperature recorders (with suitable calibration

Page 139 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

arrangement etc.) shall be provided by the Contractor at his own expenses and these should
bear the approval of the Company Site Representative.
7.3

Contractor shall make necessary arrangements at his own expense, for providing the
radiographic equipments, radiographic films, processing equipment all other darkroom
facilities and all the equipments/materials required for carrying out the liquid-penetrant /
magnetic particle test/ultrasonic testing for satisfactory and timely completion of the job.

7.4

Repair of any work, necessitated by faulty equipments or operation used by the Contractor,
will be done at his own expense.

WELDING PROCESS

8.1

Welding of various materials under this specification shall be carried out using one or more
of the following processes with the approval of the Company Site Representative.
a) Shielded Metal Arc Welding Process (SMAW).
b) Gas Tungsten Arc Welding Process (GTAW).

8.2

The welding processes to be employed are given in the Welding Specification Chart. Any
deviation desired by the Contractor shall be obtained through the express consent of the
Company Site Representative.

8.3

Automatic and semi-automatic welding processes shall be employed only with the express
approval of the Company Site Representative. The welding procedure adopted and
consumables used shall be specifically approved.

8.4

A combination of different welding processes could be employed for a particular joint only
after duly qualifying the welding procedure to be adopted and obtaining the approval of
Company Site Representative.

EDGE PREPARATION

9.1

GENERAL
The edges to be welded shall be prepared to meet the joint design requirements by any of
the following methods recommended:
a)

Carbon Steel

Gas cutting, machining or grinding methods shall be used. After gas cutting, oxides shall be
removed by chipping or grinding.
9.2

CLEANING

Page 140 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

a) The ends to be welded shall be properly cleaned to remove paint, oil, grease, rust,
oxides, sand, earth and other foreign matter. The ends shall be completely dry before
the welding commences.
`
b) On completion of each run, craters, welding irregularities, slag etc., shall be removed by
grinding and chiselling. Separate grinding wheels and brushes should be used for carbon
steels and other materials.
10

ALIGNMENT & SPACING

10.1

Components to be welded shall be aligned and spaced as per the requirements laid down in
applicable code. Special care must be taken to ensure proper fitting and alignment when
the welding is performed by GTAW process. Flame heating for adjustment and correction of
ends is not permitted unless specifically approved by the Company Site Representative.

10.2

A wire spacer of suitable diameter may be used for maintaining the weld root opening while
tacking, but it must be removed after tack welding and before laying the root bead.

10.3

For pipes of wall thickness 5 mm and above, the ends to be welded shall be secured in
position with the aid of couplers, yokes and C clamps, to maintain perfect alignment. Yokes
shall be detached after the completion of weld, without causing any surface irregularity.
Any irregularity caused on the pipe surface must be suitably repaired to the satisfaction of
the Company Site Representative.

10.4

Tack welds, for maintaining the alignment, of pipe joints shall be made only by qualified
welders using approved WPS. Since the tack welds become part of the final weld joint, they
shall be executed carefully and shall be free from defects. Defective tack welds must be
removed prior to the actual welding of the joints.

10.5

Tacks should be equally spaced. Minimum number of tacks shall be:


3 tacks - for 2 1/2 and smaller dia. Pipes.
4 tacks - for 3 to 12 dia. Pipes.
6 tacks - for 14 and larger dia. Pipes.

10.6

Welding shall commence only after approval of fit-up by the Company Site Representative.

11

WEATHER CONDITIONS

11.1

The part being welded and the welding personnel should be adequately protected from rain
and strong winds. In the absence of such a protection no welding shall be carried out.

11.2

During field welding using GTAW process, particular care shall be exercised to prevent any
air current affecting the welding process.

Page 141 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

12

WELDING TECHNIQUE

12.1

ROOT PASS
a)

b)
c)

d)

e)
f)

g)
12.2

Root pass shall be made with electrodes/filler wires recommended in the welding
specification chart. For fillet welding, root welding shall be done with consumables
recommended for filler passes. The preferred size of the electrodes is 2.5 mm
diameter (12 SWG) but in any case not greater than 3.25 mm (10 SWG).
Upward technique shall be adopted for welding pipe held fixed with its axis
horizontal.
The root pass of butt joints should be executed so as to achieve full penetration with
complete fusion of the root edges. Weld projection inside the pipe shall be as per
applicable code. It shall be limited 3mm max. when the applicable code does not
place any restriction.
Any deviation desired from the recommended welding technique and electrodes
indicated in the welding specification chart should be adopted only after obtaining
explicit approval of the Company Site Representative.
Welding shall be uninterrupted.
While the welding is in progress care should be taken to avoid any kind of movement
of the components, shocks, vibrations and stresses to prevent occurrence of weld
cracks.
Peening shall not be used.

JOINT COMPLETION
a)

13

Joint shall be completed using the class of electrodes, recommended in the Welding
Specification Chart.
b)
Two weld beads shall not be started at the same point in different layers.
c)
Butt joints shall be completed with a cover layer that would affect good fusion at the
joint edges and a gradual notch free surface.
d)
Each weld joint shall have a workmanship like finish. Weld identification work shall
be stamped clearly at each joint, just adjacent to the weld. Metal stamping shall not
be used on thin pipe having wall thickness less than 3.5mm. Suitable paint shall be
used on thin wall pipes for identification.
e)
Rust preventive/protective painting shall be done after the weld joint has been
approved.
HEAT TREATMENT

13.1

PREHEATING
a)

No welding shall be performed without preheating the joint to 10C (50F) when the
ambient temperature is below 10C.

Page 142 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

b)
c)

d)
e)

13.2

Preheating requirements for the various materials shall be as per the Welding
Specification chart attached.
Preheating shall be performed using resistance or induction heating methods.
Preheating by gas burners, utilizing oxy-acetylene or oxy-propane gas mixtures, with
neutral flame may also be carried when permitted by the Company Site
Representative.
Preheating shall extend uniformly to at least three times the thickness of the joint,
but not less than 50 mm, on both sides of the weld.
Preheating temperature shall be maintained over the whole length of the joint
during welding. Temperature recorders shall be provided by the Contractor to record
the temperature.

POST WELD HEAT TREATMENT


a)

Post weld heat treatment, wherever required for joints between pipes, pipes and
fittings, pipe body and supports shall be carried out as per the welding specification
chart, applicable codes standards and the instructions of the Company Site
Representative. In this regard, procedure qualification shall be done before carrying
out PWHT in production weld.

b)

The Contractor shall submit for the approval of the Company Site
Representative, well before carrying out actual heat treatment, the details of the
post weld heat treatment procedure as per Suggested Format - B (Appendix A), that
he proposes to adopt for each of the materials/assembly/part involved.

c)

Post weld heat treatment shall be done in a furnace or by using an electric resistance
or induction-heating equipment, as decided by the Company Site Representative.

d)

While carrying out local post weld heat treatment, technique of application of heat
must ensure uniform temperature attainment at all points of portion being heattreated. Care shall be taken to ensure that width of heated band over which
specified post weld heat treatment temperature attained is at least that specified in
the relevant applicable standards/codes. Control of temperature shall be done using
microprocessor/computer controlled system. The desired time-temperature cycle
shall be entered into the microprocessor/computer.

e)

Throughout the cycle of heat treatment, the portion outside the heated band shall
be suitably wrapped under insulation so as to avoid any harmful temperature
gradient at the exposed surface of pipe. For this purpose temperature at the
exposed surface should not be allowed to exceed 50% of the peak temperature.

f)

The temperature attained by the portion under heat treatment shall be recorded by
means of thermocouple pyrometers. Adequate number of thermocouples should be
attached to the pipe directly at equally spaced location along the periphery of the
pipe joint. The minimum number of thermocouples attached per joint shall be 1 up

Page 143 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

to 6 dia., 2 up to 10 dia. and 3 for 12 dia. and above. However, the Company Site
Representative can increase the required number of thermocouples to be attached if
found necessary.

14

g)

Automatic temperature recorders, which have been suitably calibrated, should be


employed for measuring & recording the temp. Both, the actual time-temperature
graph and the designed time-temperature graph shall be available on every chart.
The time-temp graph shall be submitted to Company Site Representative
immediately on completion of Stress Relieving Cycle. The calibration chart of each
recorder should be submitted to Company / Site Representative prior to starting the
heat treatment operations and his approval should be obtained.

h)

Manufacturers test certificate shall be submitted for the thermocouple materials


and record shall be maintained by the contractor.

i)

Immediately on completion of the Heat Treatment, the Post Weld heat Treatment
chart/records along with the hardness test results on the weld points and Heat
Affected Zone, wherever required as per the Welding Specification Chart, shall be
submitted to Company Site Representative for his approval.

j)

Each joint shall bear an identification number, which shall be maintained in the
piping sketch to be prepared by the Contractor. The weld joint identification number
should appear on the corresponding post weld heat treatment charts. The chart
containing the identification numbers and piping sketch shall be submitted to the
Company Site Representative in suitable folders.

CLEANING OF THE WELD JOINT


All weld joints shall be free from adherent weld spatters slag, arc strike, sward, dirt or
foreign matter. This can be achieved by brushing.

15

INSPECTION AND TESTING

15.1

GENERAL
a)

The Company/Companys inspector shall have free access to all concerned areas,
where the actual work is being performed. The Contractor shall also accord the
Companys Inspector all means and facilities necessary to carry out inspection.

b)

The Company is entitled to depute his own inspector to the shop or field where
prefabrication and erection of pipe lines is in progress for (but not limited to) the
following objectives:
i)

Page 144 of 185

To check the conformance to relevant standards and suitability of various


welding equipments and the welding performance.

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

ii)
iii)
iv)

b)

15.2

To witness the welding procedure qualification.


To witness the welder performance qualification.
To check whether shop/field welding being executed is in conformity with the
relevant specifications and codes of practice followed in piping construction.

Contractor shall intimate sufficiently in advance the commencement of qualification


tests, welding works and acceptance tests, to enable the Companys Inspector to be
present to supervise them, as decided by the Company / Company Site
Repesentative.

WELDING PROCEDURE QUALIFICATION


Welding procedure qualification shall be carried out in accordance with the applicable
requirements of ASME Sec. IX latest edition and/or other applicable codes and the Technical
Specifications. The Contractor shall submit the welding procedure specification in format as
per QW-482, ASME Section IX immediately after the receipt of the order.
Company inspector will review, check and approve the welding procedure submitted and
shall release the procedure for qualification tests. The procedure qualification test shall be
carried by the Contractor at his own expense. A complete set of test results in the format as
per QW-483, ASME Section IX shall be submitted to the Company inspector for his approval
immediately after completing the procedure qualification test at least
2 weeks before the commencement of actual work. Standard test as specified in the code
shall be carried out in all cases. In addition to these tests, other tests like macro/micro
examination, hardness tests, dye penetrant examination, Charpy V notch, Corrosion tests,
impact tests etc. shall be carried out on specimens depending upon the type of base
material, operating conditions and requirements laid down in the detailed drawings and
specifications. It shall be the responsibility of the Contractor to carry out all tests required to
the satisfaction of the Company inspector.

15.3

WELDERS QUALIFICATION
a)

Welders shall be qualified in accordance with the ASME Section-IX or other


applicable codes. The Companys inspector shall witness the test and certify the
qualification of each welder separately. Only those welders who have been approved
by the Companys Inspector shall be employed for welding. Contractor shall submit
the welder qualification test reports in the format as per QW-484, ASME Section IX2008 and obtained express approval before commencement of work. It shall be the
responsibility of the Contractor to carry out the qualification tests of welders.

b)

The welders shall always have in their possession the identification card as shown in
Suggested Format - D (Appendix A) and shall produce it on demand by the Company
inspectors. It shall be the responsibility of the Contractor to issue the identify cards
after it has been duly certified by the Companys Inspector.

Page 145 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

15.4

c)

No welder shall be permitted to work without the possession of identify card.

d)

If a welder is found to perform a type of welding or in a position for which he is not


qualified, he shall be debarred from doing any further work. All welds performed by
an unqualified welder shall be cut and redone by a qualified welder at the expense
of the Contractor.

VISUAL INSPECTION
Inspection of all welds shall be carried out as per the latest edition of the applicable codes
and specifications. All finished welds shall be visually inspected for parallel and axial
alignment of the work, excessive reinforcement, concavity of welds, shrinkage cracks,
inadequate penetration, unrepaired burn-through, under cuts, dimensions of the weld,
surface porosity and other surface defects. Undercutting adjacent to the completed weld
shall not exceed the limits specified in the applicable standard / code.

15.5

RADIOGRAPHIC EXAMINATION
a)

The radiographic Examination procedures to be adopted shall be submitted by the


Contractor as per Suggested Format - C and shall be approved from the Company
Inspector prior to employment. A person qualified to ASNT Level-II in Radiographic
testing shall prepare the procedure. The Radiographic Procedure shall be established
to demonstrate that required sensitivity can be consistently achieved under the
most unfavourable parameters (e.g. source to film distance, geometric unsharpness,
thickness etc.). The radiographic technique and procedure adopted shall conform of
the requirements mentioned in Article 2 as well as Article 22 (SE 94, 142, 747, 999 &
1025) of ASME Sec. V. The IQI sensitivity obtained shall be equal to or better than
the requirements mentioned in Article 2 of ASME Sec. V. Source side penetrameter
shall be used in establishing radiographic procedure/technique. The acceptance
criteria shall be as per the relevant codes of Fabrication and overriding requirements
if mentioned elsewhere in the technical specifications of the contract. The
Contractor shall be responsible for carrying out Radiography; rectification of defects
and re-radiography of welds repaired/rectified at his cost.

b)

The extent of Radiography shall be as per specifications to be supplied to the


Contractor. For welds between dissimilar materials, the extent of Radiographic
Examination shall be the more stringent of the two recommended for the materials
being welded. Wherever random Radiography is called for, in a particular piping
class, the dissimilar materials weld joints shall essentially be included.

c)

Type of Radiation source and film to be used shall be as per Specification for NDT
examination of piping, for carrying out radiographic examination. However if
specifications (as given elsewhere in the contract) for some critical material require
usage of X-Radiation, then Radiography shall be done using X-Rays only.

Page 146 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

d)
e)

The Contractor shall fulfil all the statutory and Company safety requirements while
handling X- ray and Gamma-ray equipment.
In case of random radiography, the joints for Radiography shall be selected by the
Company Inspector and the Radiography shall be performed in his presence, if he
instructs the Contractor to do so. The Contractor shall furnish all the radiographs, to
the Company inspector immediately after processing along with evaluation by a
person qualified to ASNT Level - II in Radiographic testing, in line with clause T- 292
of article 2 of ASME Sec. V. The certificate of ASNT Level - II (RT) personal shall be
submitted to Company inspector for his approval prior to start of job.

f)

The Contractor shall provide the Company Inspector, all the necessary facilities at
site such as a dark room with controlled temperature, illuminator (viewer) suitable
for varying densities, a duly calibrated electronic densitometer with batteries,
magnifying glass, tracing papers, ruler, marking pencils etc. to enable him to review
the radiographs.

g)

Where random radiography is specified, the first weld of each welder shall be
completely radiographed. In the case of pipe size 6 and below, the first two welds
shall be completely radio graphed.

h)

For each weld performed by a welder found unacceptable, two additional checks
shall be carried out on welds performed by the same welder. This operation is
iterative and the of two additional welds for each welds deemed unsatisfactory shall
be continued till such time that two consecutive welds of satisfactory quality are
found for every defective weld.

i)

The Contractor shall carry out these additional radiographic testing at his own
expense. To avoid the possibility of too many defective welds by a single welder
remaining undetected for a long period to time, the Contractor shall promptly
arrange for Radiographic Examination so that there is no accumulation of defective
joints.

j)

Contractor shall quote rates for X- ray as well as Gamma Ray for joints indicated to
be radiographed by X-ray in Specification for NDT examination of piping.

15.5.1 CHECK SHOTS


a)

Company shall select 5% of the total joints radiographed on a day for check shots.
Contractor shall carry out check shots as directed.

b)

Weld profiled of check shot shall be compared with weld profile observed in the
earlier Radiographs. In the event of any one variation in the check shots and earlier
Radiographs, Contractor shall re-shoot the entire lot of joints radiographed by

Page 147 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

particular Radiography agency on the particular date. All the re-shot films shall be
compared with the originally submitted films.
15.6

LIQUID PENETRANT AND MAGNETIC PARTICLE EXAMINATION

a)

Whenever such tests are specified, the tests shall be carried out on joints chosen by the
Company inspector, as per ASME Section V article 6 and 7 respectively. The tests are to be
performed by a person possessing a valid ASNT/ISNT Level II qualification in the method
being used.

15.7

HARDNESS TEST
Hardness requirements for weld shall be as per the Welding Specification Chart (attached).
Hardness testing shall be carried out by Vickers Hardness Tester during welding procedure
qualification and shall be cross sectional. For production welds, hardness testing may be
carried out by portable digital hardness tester. Poldi hardness tester shall not be permitted.
Contractor shall produce documentary evidence/calibration certificate to the companys
Inspector and obtain approval of the hardness testing equipment.

15.8

PROOF TESTS
Hydrostatic and pneumatic tests shall be performed as per the requirements laid down by
respective flushing and Testing specification/applicable codes to demonstrate the
soundness of the welds. The tests shall be conducted after fulfilling the requirement of
visual examinations radiography etc., and after the entire work has been certified by the
Companys inspector to be fit for being subjected to such tests.

16

17

REPAIRS OF WELDS
a)

Defects ascertained, through the inspection methods, which are beyond acceptable
limits shall be removed after the joint is completely radiographed by the process of
chipping and grinding.

b)

When the entire joint is judged unacceptable, the welding shall be completely cut
and edges suitably prepared as per required alignment tolerance. The re-welded
joint shall again be examined following standard practices.

c)

No repair shall be carried out without prior permission of the Companys Inspector.

d)

Repairs and/or work of defective welds shall be done in time to avoid difficulties in
meeting the construction schedules.

DOCUMENTS TO BE SUBMITTED BY CONTRACTOR (4 COPIES EACH)

Page 148 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

a)

Electrode and Welding Consumable Qualification Records as per Suggested Format


A (Appendix A), for the Welding Consumables tested and approved for the work.

b)

Batch Test Certificates, for the Electrodes used, obtained from the Electrode
manufacturers.

c)

Proposed Heat Treatment Procedure as per Suggested Format - B (Appendix A).

d)

Heat Treatment Charts.

e)

Weld joint hardness test results.

f)

Welding Procedure Specifications as per QW-482, ASME Section IX (latest edition)


immediately after receipt of the order.

g)

Welding Procedure Qualification records as per QW-483, ASME Section IX (latest


edition).

h)

Welder Performance Qualification records as per QW-484, ASME Section IX (latest


edition) immediately after conducting Welder Qualification Tests.

i)

Radiography Procedure as per Suggested Format - C (Appendix A) and other NDT


procedures.

j)

Radiographic test Report along with Radiographs and other NDT reports.

k)

Piping Sketch (Isometric) giving all the details regarding the pipe specifications,
welded joints, joints radiographed, magnetic particle tested, ultrasonic tested,
penetrant tested, joints heat treated, WPS used, welders identification number, etc.

Page 149 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 150 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 151 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 152 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 153 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 154 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 155 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 156 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 157 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 158 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 159 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 160 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 161 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 162 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

Page 163 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

SPECIAL TERMS AND CONDITIONS


1. The Contractor shall submit the bid in two bid system. Both the bids shall be in sealed
envelope clearly marked as `UNPRICED BID` / `PRICED BID`. In the Unpriced bid any
deviation shall be clearly mentioned. Rates shall not be mentioned in the Unpriced bid.
2. Special terms and Conditions of Contract shall be read in conjunction with other
Attachments of the work contract and any other document forming part of this contract
wherever the context requires.
3. Wherever it is stated any where in this tender document that such and such a supply is to be
effected or such and such a work is to be carried out , it shall be understood that the same
shall be effected / carried out by the contractor at his own cost, unless a different intention
is in and expressly stated herein or otherwise from the contract.
4. HPCL reserves the right to reject offers not meeting its Technical requirements and commercial
conditions.
5. HPCL reserves the right to accept any tender in whole or in part or reject any or all tenders
without assigning any reason.
6. The quantities mentioned in the tender enquiry are approximate and may change at the time of
execution and payment shall be made as per the actual measurement and as certified by HPCL
Engineer.
7. No escalation to item rates will be allowed due to possible increase or decrease in quantities of
various items.
8. The work shall be carried out strictly as per HPCLs stipulated/ ordered specifications /
drawings. Any deviations must be duly authorized by HPCL.
9. All the safety and security regulations and other statutory rules as applicable at the Site shall be
meticulously complied with. In the event of any damage caused due to non observance of
such rules/regulations the contractor shall be solely responsible for the same and shall keep
HPCL indemnified against all losses and claims arising from the same.

Page 164 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

10. The Party shall agree to keep HPCL indemnified and save HPCL harmless from any and all claims
whatsoever inclusive of damage/ costs or otherwise arising from injuries to or death of person
what so ever or damages or alleged damages to the property.
11. Party shall not be entitled to sub-let, sub-contract or assign the work against order placed
without HPCLs consent in writing.
12. HPCL RESERVES THE RIGHT TO AMEND OR DELETE ANY ITEM OF THE BILL OF QUANTITIES IN A
LATER DATE AT ITS DESCRATION DEPENDING ON THE JOB REQUIREMENTS AND ALSO SPILT THE
ENTIRE JOB BETWEEN TWO OR MORE PARTIES WITHOUT ASSIGNING ANY REASON.
13. JOB COMPLETION :
TIME SCHEDULE
Name of Work
Composite works (Piping, Civil, Structural, A) SUPPLY, ERECTION OF ALL STATION WORKS
INCLUDING PRE-COMMISSIONING 3 MONTHS
Miscellaneous Works) for Khopoli Booster
FROM FAX OF ACCEPTANCE
Station
B) COMMISSIONING ASSISTANCE 01 MONTH
AFTER PRE-COMMISSIONING

14. The Party shall prepare a detailed program / Bar chart jointly with the Engineer-In-Charge. The
work shall be executed strictly as per the time schedule given in the documents. The period of
construction given includes the time required for testing, rectifications, if any, resetting and
completion in all respects in accordance with the contract and in the entire satisfaction of the
Engineer-In-Charge.
15. PO Validity-Deleted
16. Contractor has to follow Work Permit System (Hot/Cold/Height) to carry out the work at
Plant and no work should be start without approval of work permit by officer-in-charge.
17. The contractor has to provide proper uniforms, hand gloves, Safety helmets, Safety shoes,
safety Sunglasses / Goggles and other PPE & Safety gadgets as required to all their workmen
and contractor shall also ensure that their all the workmen should wear / use the concern
PPE at all times while they are working in the Plant premises. Contractor shall also provide
the Identity cards to his workmen & supervisor.

Page 165 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

18. All the works shall be carried out in the operating Plant premises. Contractor shall adhere to all
the safety regulations, permission procedures, operating timings of the plant etc. Extended
hours on regular days and working on holidays are NOT possible due to operational / security /
safety reasons. Contractors shall arrange for proper schedule of all activities for carrying out the
works at site. Contractor shall visit the site before quoting for the work and shall acquaint
themselves about the timings, permissions, procedures etc., including labour contracts,
verifications required for labour etc. No extension of completion period shall be admissible for
the above reasons. Contractor shall take all necessary approvals / permissions on daily basis
before commencement of works at site.
19. In case there is any suspension of work on account of damage to the property or misconduct of
the contractors personnel, the contractor has to settle the dispute and provide additional
resources to make up for the construction activity loss during the period of suspension.
20. The Party shall submit their quality control and quality Assurance plan for approval from
MPSPLs Engineer-In-Charge. The contractor is to have established system for planning which
ensures that all activities can be performed in accordance with the bid specifications and
stipulated time period.
21. TERMS OF PAYMENT:
Monthly partial payment shall be allowed for the actual work done at site.
Along with final bill contractor shall close and submit all the hot / cold work permits, Approved
Welding procedure qualification record, Welders qualification reports, Radiography films and
third party inspection reports, copy of gate passes for incoming material / returnable material and
complete reconciliation of HPCL issued materials. All Bills shall be submitted in duplicate along with
HPCL certified measurement sheet to MPPL Trombay office, for processing and payment.
Payment will be made monthly against the work done during the preceding month on the basis
of accepted unit rates as per contract in the following manner:
PIPING
55% on fabrication of piping.
30% on erection, alignment, welding complete to achieve mechanical completion.
10% on flushing, testing, draining, drying etc.
5% on completion of all works in all respects and acceptance thereof.

Page 166 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

CIVIL WORKS
95% on completion of work on prorata basis as certified in running bills.
5% after completion of all works in all respects and acceptance thereof.
STRUCTURAL WORKS
55% on supply and acceptance of material at Site.
20% on fabrication.
20% on erection, alignment, welding, painting etc.
5% on completion of all work in all respects and acceptance thereof.
ITEMS INCLUDING SUPPLY OF FINISHED GOODS (MECHANICAL)
65% on receipt of material at site and acceptance thereof.
25% on erection, alignment, welding, grouting, painting etc.
5% on testing.
5% on completion of all work in all respects and acceptance thereof.
EQUIPMENT ERECTION WORKS
45% on Unloading, Shifting and installation in position
30% after initial alignment, levelling and grouting.
20% after final alignment and making ready for trial run.
5% on completion of all works in all respects and acceptance thereof.
FOR LUMPSUM ITEMS
For all lumpsum item included in Schedule of Rates, CONTRACTOR shall furnish breakup of
lumpsum prices for the approval of Engineer-in-Charge. Payment for such items shall be made
accordingly.
18 The Party shall be deemed to have satisfied himself before tendering as to the correctness and
sufficiency of his tender for the works and of the rates and prices quoted in the schedule of
quantities which rates and prices shall except as otherwise provided cover all his obligations
under the contract and all matters and things necessary for the proper completion and
maintenance of the works.
19 Measurement : The quantities shown against the various items are approximate. Payment
will be made on the basis of actual measurement at the site.
20 Mobilization Advance : No mobilization advance shall be payable to the contractor. No request for
mobilization advance request from the contractor shall be entertained.

Page 167 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

21 Income tax : Income tax at the prevailing rate shall be deducted from the Contractors bill as per
Income Tax Act. The rates quoted by the contractor shall be inclusive of all such charged.
22 All terms and conditions, specifications shall be meticulously followed. No extra work will be
allowed unless they are not essential for the completion of the specified job in written by HPCL.
23 Before filling the Tender the Contractor will check all drawings and Schedule of Quantities and will
get immediate clarification from HPCL as required on items which are not being understood.
24 The actual specifications / drawings can vary as per the site conditions and HPCL shall be the
deciding authority.
25 All necessary fire fighting necessities such as DCP extinguishers etc. has to be arranged by
vendor. The Contractor should employ skilled personnel to operate DCP fire extinguisher.
However, during hooking up job if Gully sucker is required, the same will be provided by HPCL.
26 HPCLs Officer concerned shall have free access to all areas, where the actual work is being
performed. The contractor shall also provide all means and facilities necessary to carry out
inspection. This clause shall also applicable for the Third party inspection agency as mentioned
above.
27 Flushing of mainline will be done by HPCL. Contractor has to cut the mainline by cold cutting
method.
28 In case of conflict between requirements stipulated by HPCL and those specified in applicable
standards, specification, scope of work, drawings etc. forming part of this tender, the more
stringent requirement shall be complied with.
29 Supplying and arranging Power / DG set /water/dewatering pump is in the scope of Contractor.
30. Contractors have to quote for all the items of Tender.
Note : Before filling the tender, Contractors are suggested to visit the site at Khopoli Booster
station of HPCL.

Page 168 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

31. THIRD PARTY INSPECTION:


Vendor shall arrange to get the Welding procedure qualification test inspection, welder
qualification test inspection, Radiography interpretation of weld joints by one of the following
TPI agencies:
i) DNV
ii) EIL
iii) Lloydds
iv) Bureau Veritas
v) M/s. Germanischer Lloyd
vi) Mecon
vii) IR Class
Name of the finalised TPI agency, shall be submitted to HPCL for approval.

Page 169 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

MEASUREMENT OF WORK
1. Measurement of works shall be based on the execution/final drawings. When such details are
not available or inadequate, physical measurements will be taken by the Contractor in the
presence of the representative of the Engineer-in-Charge.
2. Measurement of weights will be in metric tonnes corrected to the nearest kilogram. Linear
measurement will be in meters corrected to the nearest centimetre.
3. All measurements shall be in metric system. All the works in progress will be jointly measured
by the representative of the Engr-in-charge and the contractor's authorised agent
progressively. Such measurements will be either recorded/typed by the contractor in the
numbered measurement sheets to be supplied by Engineer-in-Charge /Owner or computerized
by Contractor themselves. The measurements shall be signed in token of acceptance by the
contractor or his authorised representative. The contractor shall submit the bill in the
approved performa in quintriplicate to the Engr-in-Charge of the work.
4.0 PIPING
4.1 Payment will be based on linear measurement as per execution drawings:
i) All lines shall be measured along the centre lines of pipes, curvilinear centre lines of bends and
elbows, centre line of flanges and all other fittings such astees, reducers, expansion joints etc.
all in line instruments, line mounted fittings, ejectors, eductors, mixers, sight glasses, trays,
filters, de-super heaters etc. All types of valves shall be excluded from this measurement.
ii) All Socket weld fittings & hot/cold bends, reducers etc. for size 1-1/2" and below shall be
fabricated and erected as per requirements by the contractor at no additional cost and his rates
for piping of size 1-1/2" and below shall be inclusive of this work.
iii) The forged tees shall be supplied by the contractor as per the requirement of the drawings. All
other branch connections including reinforcement pads shall be accomplished by pipe to pipe
connections. The rates quoted for piping shall be inclusive of making branch connections. The
reinforcement pads shall be measured separately.
iv) Vents and drains shall be measured from O.D. of pipe lines and shall be paid for at the
corresponding unit rates for similar sizes of pipe. Other piping attachment such as couplings,
earthing lugs etc. shall be supplied & erected by the contractor within his quoted rates for
piping.

Page 170 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

v) Fabrication of spool pieces for temporary use to aid Contractor's work such as fabrication,
erection, flushing and testing of piping etc. shall be done by Contractor as part of piping work
and no separate payment shall be made for this.
vi) In case of branch piping, the measurement shall be made from outer surface of the main line
except in case of equal size branches, in which case measurement shall be made from centre
line of the branching header.
vii) Fabrication of Specials :Fabrication of mitre bends and reducers (concentric & eccentric) from
the pipes/Steel plates/ fabricated pipes shall be carried out by contractor within their quoted
prices, payment will be made on numbers of such specials at the rates given separately in
Schedule of Rates. However, the erection of mitre bends and reducers shall be part of piping
erection work and the rates for piping will be inclusive of this work. Reducers will be paid along
with piping of larger diameter except in the case of funnels where they are welded only to the
smaller dia pipes. Payment will be made along with piping of such smaller dia.
viii) Erection of Valves : Erection of all types of valves such as gate/ globe / check / plug / needle/
ball / control/ safety valves etc. will be paid on number basis at the rates given separately in
the Schedule of Rates. Any dismantling and re-erection of the valves required for the purpose
of testing, calibration etc. will be carried out by the contractor within his quoted rates.
ix) Fabrication of Supports:
I) Fabrication of all types of pipe supports, provided as per drawings & instructions of the
Engineer-in-Charge, will be paid on weight basis. Bolts, nuts and washers including U-bolt will
be supplied by contractor. Weight of bolts, nuts and clamps etc. shall not be added to the
weight of pipe support for payment purpose.
ii) Erection of all types of supports, spring supports and turn buckles, including grouting of
supports, if required, shall be carried out by the Contractor as part of piping work and no
separate payment will be made for it.
iii) While fabricating the supporting elements, the contractor will ensure that the dimensions
shown in the drawings match with site conditions. No payment shall be made for rectification
arising out of discrepancies in dimensions of the fabricated items of supporting elements due to
site conditions.
iv) Additional supports as necessary with the site condition shall be fabricated and erected in
accordance with the standard engineering practices and instructions of Engineer-in-charge.
5.0 STRUCTURAL STEEL WORK
5.1 Payment for steel work shall be made on basis of admissible weight of the structure accepted,
the weight being determined as described below.

Page 171 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

5.2 The weight for payment will be assessed from the approved fabrication drawings and the
respective bill of materials prepared by the contractor and approved by the Engineer-in-Charge.
The weight of structural material/ Plate shall be calculated wherever necessary on the basis of
IS Hand Book. If sections are different from IS sections, then Manufacturer Hand Book shall be
referred to.
5.3 Sections built out of plates/structural shall be paid on the actual weight incorporated except for
gussets which will be paid on the weight of the smallest rectangle enclosing the shape.
5.4 Gratings shall be paid on the basis of calculated weights as determined from the dimensions
given on the design drawings/ bill of materials. Full deduction shall be made for all opening
above 300 mm size and skews.
5.5 Welds, bolts, nuts, washers etc. shall not be measured. Rate of structural steel work shall be
deemed to include the same.
5.6 No other payment either for temporary works or for any other item such as welds, shims,
packing plates etc., shall be made. Such items shall be deemed to have been included in the
rate quoted for steel work.

Page 172 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

LIST OF SUPPLIERS OF MAJOR BOUGHT-OUT ITEMS


A) Mainline & Mechanical
i) PIPE CARBON STEEL TO INDIAN STANDARDS
a. A.S.T. PIPES PVT. LTD. (AST GROUP)
b. ADVANCE STEEL TUBE LTD.
c. APL APOLLO TUBES LTD. (ER. BIHAR TUBES LTD.
d. ASIAN MILLS PVT. LTD.
e. ASRANI TUBES LIMITED
f. DADU PIPES (P) LTD.
g. ESSAR STEEL LIMITED(ER HAZIRA PIPES MILL)
h. GAURANG PRODUCTS PVT LTD. (AST GROUP)
i. GOODLUCK STEEL TUBES LTD.
j. HI-TECH PIPES LIMITED
k. INDUS TUBE LIMITED
l. JINDAL INDUSTRIES LTD
m. JINDAL PIPES LTD.
n. JINDAL SAW LTD (KOSI WORKS)
o. JOTINDRA STEEL & TUBE LTD
p. LALIT PIPES AND PIPES LTD.
q. MAHARASHTRA SEAMLESS LTD.
r. MAN INDUSTRIES (INDIA) LTD. PITHAMPUR
s. MAN INDUSTRIES (INDIA) LTD. ANJAR
t. MUKAT TANKS & VESSELS LTD.
u. NEZONE TUBES LIMITED
v. NORTH EASTERN TUBES LIMITED
w. PRATIBHA INDUSTRIES LIMITED
x. PRATIBHA PIPES & STRUCTURAL LTD.
y. PSL LTD (CHENNAI)
z. PSL LTD (V1, V2 & NC)
aa. RAMA STEEL TUBES LTD.
bb. RATNAMANI METALS AND TUBES LTD.
cc. RAVINDRA TUBES LIMITED
dd. SAMSHI PIPE INDUSTRIES LIMITED
ee. SURYA ROSHNI LTD.
ff. SWASTIK PIPES LTD.
gg. UTKARSH TUBES & PIPES LTD. (FORMLY BMW)
hh. WELSPUN CORP. LIMITED (DAHEJ)
ii. ZENITH BIRLA (INDIA) LIMITED

Page 173 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

ii) PIPE & TUBULARS TO A.P.I. STANDARDS


1. ARCELORMITTAL TUBULAR PRODUCTS ROMAN SA, ROMANIA
2. BHEL (TRICHY),INDIA
3. DALMINE SPA (ENQUIRY TO TENARIS),UAE
4. EEWKOREA CO. LTD (GERMANY), KOREA
5. EEW KOREA CO. LTD. (KOREA), KOREA
6. EISENBAU KRAMER GMBH, GERMANY
7. HYUNDAI RB CO. LTD. SOUTH KOREA
8. ILVA LAMIERE E TUBI SRL (ENQ TO ILVA SPA, ITALY
9. INOX TECH. SPA, ITALY
10. ISMT LTD. AHMEDNGR, INDIA
11. ISMT LTD. BARAMATI, INDIA
12. JINDAL PIPES LTD., INDIA
13. JINDAL SAW LTD. (KOSI WORKS), INDIA
14. JINDAL SAW LTD. (NASHIK WORKS), INDIA
15. LALIT PIPES AND PIPES LTD. INDIA
16. MAHARASHTRA SEAMLESS LTD., INDIA
17. MAN INDUSTRIES (I) LTD. (PITHAMPUR), INDIA
18. MUKAT TANKS & VESSELS LTD., INDIA
19. PRATIBHA INDUSTRIES LIMITED, INDIA
20. RATNAMANI METALS AND TUBES LTD., INDIA
21. SIDERCA S.A.I.C (ENQUIRY TOTENARIS), UAE
22. SUMITOMO METAL IND. LTD., INDIA
23. SURYA ROSHNI LTD., INDIA
24. SWASTIK PIPES LTD, INDIA
25. TATA STEEL UK LIMITED (FORMERLY C702)
26. TUBOS DE ACERO DE MEXICO SA (ENQ. TENARIS), UAE
27. TUBOS REUNIDOS SA SPAIN
28. UMRAN STEEL PIPE INC (TURKEY), TURKEY
29. VALCOVNY TRUB CHOMUTOV, CZECH REPUBLIC
30. VALLOUREC AND MANNESMANN TUBES, FRANCE
31. WELSPUN CORP LIMITED (DAHEJ), INDIA
iii) PIPE/TUBE CS (SEAMLESS) TO ASTM STDS
1. ARCELORMITTAL TUBULAR PRODUCTS ROMAN SA, ROMANIA
2. BHEL (TRICHY), INDIA
3. CHANGSHU SEAMLESS STEEL TUBE CO. LTD., CHINA
4. DALMINE SPA (ENQUIRY TO TENARIS, UAE
5. HEAVY METALS & TUBES LIMITED (MEHSANA), INDIA

Page 174 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

6. ISMT LTD. AHMEDNGR, INDIA


7. ISMT LTD. BARAMATI INDIA
8. JFE STEEL CORPORATION, UAE
9. JINDAL SDAW LTD (NASHIK WORKS) INDIA
10. KLT AUTOMOTIVE AND TUBULAR PRODUCTS LTD., INDIA
11. MAHALAXMI SEAMLESS LIMITED, INDIA
12. MAHARASHTRA SEAMLESS LTD, INDIA
13. PRODUCTS TUBULARES S.A.U, SPAIN
14. RATNADEEP METAL TUBES LTD., INDIA
15. STAINEEST TUBES PVT LTD., INDIA
16. SUMITOMO METAL IND. LTD., INDIA
17. TUBOS REUNIDOS SA SPAIN
18. VALCOVNY TRUB CHOMUTOV, CZECH REPUBLIC
19. VALLOUREC ANDMANNESMANN TUBES FRANCE
20. YANGZHOU CHENGDE STEEL PIPE CO. LTD DUBAI (UAE)
iv) PIPE CARBON STEEL (WELDED) TO ASTM STDS
1. EEW KOREA CO. LTD. (GERMANY), KOREA
2. EEW KOREA CO. LTD. (KOREA), KOREA
3. EISENBAU KRAMER GMBH, GERMANY
4. HYUNDAI RB CO. LTD., SOUTH KOREA
5. INOX TECH. SPA, ITALY
6. JINDAL SAW LTD (KOSI WORKS), INDIA
7. LALIT PIPES AND PIPES LTD., INDIA
8. MAN INDUSTERIES (I) LTD.(PITHAMPUR), INDIA
9. MAN INDUSTRIES (INDIA) LTD. ANJAR, INDIA
10. MUKAT TANKS & VESSELS LTD., INDIA
11. RATNAMANI METALS AND TUBES LTD., INDIA
12. SUMITOMO METAL INDIA LTD., INDIA
13. TATA STEEL UK LIMITED
v) Valve
a) Globe Valves
1) M/s Weir BDK Valves (Aunit of Weir India Pvt. Ltd.)
2) M/s Datre Corpn (Calcutta)
3) M/s KSB Pumps Ltd., Coimbatore, India
4) M/s L&T Audco
5) M/s Neco Schuber & Salzer Ltd. (New Delhi)
6) M/s Niton Valve India Pvt. Ltd., India
7) M/s Ornate Valves (Mumbai)
8) M/s Panchavati Valves & Flages (P) Ltd., India

Page 175 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

9) AV Valves Ltd., India


10) BHEL (Trichy), India
11) Econo Valves Pvt Ltd, India
12) Fouress Engg (I) Ltd (Aurangabad), India
13) Leader Valves Ltd, India
14) Oswal Industries Ltd, India
15) Petrochemical Engineering Enterprises, India (Fouress Group)
16) Sakhi Engineers Pvt Ltd., India
17) Shalimar Valves Pvt Ltd., India
18) Steel Strong Valves India Pvt Ltd, India
19) Petro Valves Pvt. Limited, Ahmedabad
20) Fluid Line Valves Co. (P) Ltd., India
21) MICON Engineers (Hubli) (P) Ltd., India
b) Check Valves
1. M/s Advance Valves Pvt. Ltd., Noida
2. M/s Aksons & Mechanical Enterprises, Mumbai
3. M/s Larsen & Toubro Limited (M/s Audco India Limited, Chennai)
4. M/s AV Valves Ltd., India
5. M/s Weir BDK Valves (A unit of Weir India Pvt. Ltd.)
6. M/s BHEL, Trichy
7. M/s Datre Coroportion Limited, Calcutta
8. M/s Leader Valves Ltd., Jalandhar
9. M/s Neco schubert &Salzer Ltd., New Delhi
10. M/s Niton Valves Industries (P) Ltd., Mumbai
11. M/s Precision Engg.Co., Mumbai
12. Econo Valves Pvt Ltd, India
13. Fouress Engg (I) Ltd (Aurangabad)
14. KSB Pumps Ltd (Coimbattore), India
15. NSSL Ltd. (Neco Schubert & SalzerLtd)
16. Oswal Industries Ltd, India
17. Panchvati Valves & Flanges Pvt Ltd, India
18. Petrochemical Engineering Enterprises, India (Fouress Group)
19. Sakhi Engineers Pvt Ltd
20. Shalimar Valves Pvt Ltd
21. Steel Strong Valves India Pvt Ltd, India
22) Fluid Line Valves Co. (P) Ltd., India
22. MICON Engineers (Hubli) (P) Ltd., India
c) Plug Valves
1. M/s Breda Energia Sesto Industria Spa, Italy
2. M/s Fisher Sanmar Ltd., Chennai
3. M/s Larsen & Toubro Ltd., (Audco) New Delhi

Page 176 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

4. M/s Nordstrom Valves, USA


5. M/s Serck Audco Valves, UK
6. M/s Sumitomo Corporation India Pvt. Ltd., New Delhi
7. M/s Z Corporation, Korea
8. M/s Hawa Valves (India) Pvt. Ltd., Mumbai
9. M/s Steel Strong Valves India Pvt. Ltd., Navi Mumbai
10. M/s Econo Valves Pvt. Ltd., India (WSSL Ltd. Group Co.)
11. M/s Flow-Serve PTE (Mfr. SERCK), India
12. M/s Galli Cassina SPA, Italy

d) Ball Valves
1. M/s Hawa Valves (India) Pvt. Ltd, Navi Mumbai
2. M/s Larsen & Toubro (Audco), India
3. M/s Oswal Industries Ltd., India
4. M/s Virgo Engineers Ltd., Delhi
5. M/s Boteli Valve Group Co. Ltd., China
6. M/s Cameron Italy s.r.l., Italy
7. M/s Dafram S.P.A., Italy
8. M/s Fangyuan Valve Group Co. Ltd., China
9. M/s Franz Schuck GmbH, Germany
10. Kita Mura Valve Manufacturing Co.Ltd., India
11. Petrol Valve S.R. Italy
12. Piplviesse S.P.A. Italy
13. Tormene Gas Technology S.P.A. Valvetalia Group, Italy
14. Valbeot S.R.L. Italy
15. KMC Corporation, South Korea
16. MSA a.s. Czeek Republic
17. OMS Aleri, Italy
18. PCC Valves s.r.l. Italy
19. Perar s.p.a. (Engineering. To TRP srl), Italy
20. Italy s.r.l., Italy
21. MIR Valves, Malaysia
e) Gate Valves
1. M/s Associated Toolings (India) Pvt. Ltd,
2. M/s BDK Engineering Industries Ltd.,
3. M/s BHEL (Trichy)
4. M/s KSB Pumps Ltd (Coimbattore)
5. M/s Larsen & Toubro Ltd.
6. M/s Leader Valves Ltd.
7. M/s M.H. Valves Pvt. Ltd.
8. M/s Niton Valve Industries Pvt Ltd.

Page 177 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

9. M/s Oswal Industries Ltd.,


10. M/s Petrochemical Engineering Enterprises
11. M/s Steel Strong Valves India Pvt. Ltd.
vi) Flanges
1. M/s Aditya Forge Ltd., Vadodara
2. M/s Amforge Industries Ltd., Mumbai
3. M/s CD Engineering Co., Ghaziabad
4. M/s Echjay Forgings Pvt. Ltd. (Bombay), Mumbai
5. M/s Echjay Industries Ltd., Rajkot
6. M/s Forge & Forge Pvt. Ltd., Rajkot
7. M/s Golden Iron & Steel Works, New Delhi
8. M/s JK Forgings, New Delhi
9. M/s Metal Forgings Pvt. Ltd., Mumbai
10. M/s Perfect Marketings Pvt. Ltd., New Delhi
11. M/s Sky Forge, Faridabad
12. M/s S&G, Faridabad
13. Chaudhry Hammer Works Ltd, India
14. JAV Forgings (P) Ltd, India
15. Kunj Forgings Pvt Ltd, India
16. MS Fittings Mgf. Co. Pvt. Ltd.
17. R.N. Gupta & Co. Ltd, India
18. R.P. Engineering Pvt Ltd, India
19. Sanghvi Forgings & Engineering Ltd
20. Shri Ganesh Forgings Ltd., India
21. Uma Shankar Khandelwal & Co., India
22. Sawan Engineers, Baroda
23. Stewarts & Lloyds of India Ltd., Kolkata
24. Engineering Services Enterprises
25. Abasi Engineersing Works, India
26. Anandmayee Forgings Pvt Ltd, India
27. CD Industries., India
28. Fivebros Forgings Vot Ltd., India
29. Good Luck Engineering Co., India
30. Korea Flange, South Korea
31. Lal Metal Forge Ltd, India
32. Melesi Officine
33. Amlrojie Melesi & C. srl. Italy
34. Nicola Galperti & Figlio S.P.A India
35. Paramount Forge, India
36. Pradeep Metal Limited, India
37. Punjab Steel Works (the), India
38. R.D.Forge, India
39. Shah Industrial & Comml. Corporation, India

Page 178 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

40. Ulma Forja S. Coop.


41. Vivial Forge Pvt. Ltd., Vadodara
vii) Fittings
1. M/s Commercial Supplying Agency, Mumbai
2. M/s Dee Development Engineers Ltd.
3. M/s Eby Industries, Mumbai
4. M/s Flash Forge Pvt. Ltd., Vishakhapatnam
5. M/s Gujarat Infra Pipes Pvt. Ltd., Vadodara
6. M/s M.S. Fittings Mfg. Co. Pvt. Ltd., Kolkata
7. M/s Stewarts & Lloyds of India Ltd., Kolkata
8. M/s Teekay Tubes Pvt. Ltd., Mumbai
9. M/s Pipe Fit,Baroda
10. M/s Sky Forge, Faridabad
11. M/s S&G, Faridabad
12. M/s Sawan Engineers, Baroda
13. Eby Fasteners, India
14. R.N. Gupta & Co. Ltd, India
15. Exten Engg Pvt Ltd
16. Sivananda Pipe & Fittings Ltd
17. Chero Piping SPA, Italy
18. CSA Fittings, India
19. EBY Fasteners, India
20. Fittnox SRL, Italy
21. Keonsae High Pressure Co. Ltd., South Korea
22. Munro & Miller Fittings Ltd., U.K.
23. TK Corporation, South Korea
24. Tube Turn (India) Pvt Ltd., India
25. Topaz Piping Industries, India
26. Technoforge SPA, Italy
27. P.K. Tubes & Fittings Pvt. Ltd., India
28. Vivial Forge Pvt. Ltd., Vadodara
viii) Gaskets
1. IGP Engineers (P) Ltd., Madras
2. Madras Industrial Products, Madras
3. Dikson & Company, Bombay
4. Banco Products (P) Ltd., Vadodara
5. Goodrich Gaskets Pvt Ltd
6. Starflex Sealing India Pvt Ltd, India
7. Teekay Meta Flex Pvt Ltd
8. UNIKLINGER Ltd

Page 179 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

9. HEM Engg. Corp.


10. Unique Industrial Packing Pvt. Ltd.

ix) Fasteners
1. Nireka Engg. Co. (P) Ltd., Calcutta
2. Precision Taps & Dies, Bombay
3. AEP Company, Vithal Udyoug Nagar
4. Fix Fit Fasteners, Calcutta
5. Precision Engg. Industries, Baroda
6. Echjay Forgings Pvt. Ltd., Bombay
7. Capital Industries, Bombay
8. Boltmaster India Pvt Ltd, India
9. Deepak Fasteners Limited, India
10. Fasteners & Allied Products Pvt Ltd, India
11. Hardwin Fasteners Pvt Ltd, India
12. J.J. Industries, India
13. Multi Fasteners Pvt Ltd, India
14. Nexo Industries, India
15. Pacific Forging & Fasteners Pvt Ltd, India
16. Pioneer Nuts & Bolts Pvt Ltd, India
17. Precision Auto Engineers, India
18. President Engineering Works, India
19. Sandeep Engineering Works, India
20. Syndicate Engineering Industries, India
21. BEA SRL, Italy
22. Korea Parts & Fasteners (KPF), South Korea
23. Kundan Industries Ltd., India
24. Mega Engineering Pvt. Ltd., India
25. OME Metallurgica ERBESE S.R.L, Italy
26. Pankaj International, India
27. Udehra Fasters Ltd., India
x) Welding Electrodes : Lincoln, D&H or equivalent make
GENERAL REMARKS FOR VENDOR
1)

a)

For procuring bought out items from vendors other than those listed above, the same
may be acceptable subject to the following:
The vendor/ supplier of bought out item(s) is a manufacturer/ supplier of said item(s) for
intended services and the sizes being offered is in their regular manufacturing/ supply
range.

Page 180 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

b)

The vendor / supplier should not be in the Holiday list of HPCL / other PSU Should have
supplied at least one single random length (i.e. 5.5 meters to 6.5 meters) for item assorted
pipes / tubes and for other items, which are to be supplied in quantity on number-basis
(other than assorted pipes / tubes) minimum 01 (One) number of same or higher in terms
of size and rating as required for intended services.
The bidder should enclose documentary evidences i.e. PO copies, Inspection Certificate etc.
for the above, along with their bids.

2)

For any other item(s) for which the vendor list is not provided, bidders can supply those
item(s) from vendors/ suppliers who have earlier supplied same item(s) for the intended
services in earlier projects and the item(s) offered is in their regular manufacturing/ supply
range.
The bidder is not required to enclose documentary evidences (PO copies, Inspection
Certificate etc.) along with their offer, however in case of successful bidder, these
documents shall required to be submitted by them within 30 days from date of Placement
of Order for approval to HPCL.

3)

For any new agencies/ vendors, bidders can submit the PTR of the agencies/ vendors who
have earlier successfully completed the works for the intended services in earlier similar
type of projects.
The bidder is not required to enclose documentary evidences (PO copies, Inspection
Certificate etc.) along with their offer, however in case of successful bidder, these
documents shall require to be submitted by them for approval to HPCL.

Page 181 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

SCHEDULE OF QUANTITY
ITEM
NO
1

ITEM DESCRIPTION

UNIT

QTY.

Earthwork in excavation upto a depth of 1.5m to the required profile for


all types of soil (including hard rock, concrete slab breaking etc.) including
shoring, strutting, de-watering, if any, disposal of total excavated earth
inside/outside the plant premises as directed by the Engineer-in-charge
including all labour, transportation vehicles, loading & unloading,
spreading, compacting for all leads & lifts etc. complete as per the
detailed technical specifications and as directed by the site-in-charge. The
surplus earth to be dumped out of the plant premises at a place which is
not objectionable to any private / Govt. Agencies and HPCL is not
responsible for any issues arising due to dumping of surplus earth outside
plant premises.
Supplying, providing, mixing and placing in position R.C.C of mix ratio
1:1:3 (M30) as per specification and drawings with 20 mm downsize
crushed graded coarse aggregates for two pump foundation (of Approx.
8.3m X 2.4 m) for all depths and heights, including bailing out water
manually, compacting, mechanical mixing & vibrating, finishing, curing
complete as per Technical specifications (Group : 2) mentioned in the
tender and as directed by the site-in-charge. Rate includes providing
required good quality MS shuttering also. ( Reinforcement steel to be
paid separately)
Supplying, providing, mixing and placing in position R.C.C of mix ratio
1:1.5:3 (M20) as per specification and drawings with 20 mm downsize
crushed
graded coarse aggregates for columns, pipie supports,
equipment foundation, cable trenches , RCC covers & other cast-in-situ
works etc. for all depths and heights, including mechanical mixing &
vibrating, curing complete as per Technical specifications (Group : 2)
mentioned in the tender and as directed by the site-in-charge. Rate
includes providing required good quality MS shuttering also. (
Reinforcement steel to be paid separately)
Supplying transporting, stacking, straightening, cleaning, cutting, bending,
placing, tying in position (including providing 16 gauge annealed binding
wire) High yield strength deformed ( HYSD ) TMT bars of FE 415(thermo
mechanically treated bars) conforming to IS 1786 ( latest edition /
revision ) as reinforcement steel as per drawings, technical specifications
(Group : 2) mentioned in the tender & as directed by the site-in-charge.
(The rate shall be applicable for any height & depth).

Cu.m

80

Cu.m

60

Cu.m

40

TM

Page 182 of 185

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE
5

Supplying & laying rubble stone soling to the required grade and profile
in buildings flooring, road works, paving, ramps etc. using approved
quality black stone properly hand packed & filling up the crevices with
smaller size stones followed by stone dust and watering so as to fill all
voids for thickness as shown on drawing, including rolling with power
roller etc. Complete as per the Technical specifications (Group : 5)
mentioned in the tender document and as advised by the site-in-charge.
Erection of Mainline Pumps : Taking delivery of Owner's supplied
materials within a radius of 500 meters, equipments, shifting /
transporting within station premises, placing on pre-constructed
foundations, assembling together all sub-assemblies, leveling, alignment,
grouting, cleaning and flushing by water, draining, checking, testing, precommissioning and commissioning, including supply of all necessary
manpower / fitter / rigger etc.including supply of all necessary tools &
tackles, dressing and making good of the foundation and completing the
work in all respects in accordance with the relevant drawings,
manufacturer's installation instruction, specifications and instructions of
Site Engineer / EIC.
Alignment of ML pump : Alignment of pump base frame, Alignment of
pump & motor without piping ,Alignment of pump & motor with piping by
mean to latest equipment as per direction of Engineer-in-charge
FABRICATION, ERECTION, INSTALLATION AND TESTING OF PIPING (Size
12): Receiving and taking over of all Owner supplied materials from
Owner's designated place(s) of issue, transportation including loading,
unloading, handling from Owner's designated place(s) of issue to
Contractor's own stock yard(s)/ work site(s)/ work shop(s) including
arranging all necessary intermediate storage area(s) thereof, as required;
supply of all materials (except those specified subsequently in SOR),
equipment, consumables as defined in Contractor's scope of supply and
their transportation to the work site(s); performing all above
ground/buried piping fabrication works including cutting, edge
preparation (inclusive of grinding the edges of pipes, fittings, flanges etc.
to match with the matching edges of uneven/ different thickness
wherever required), fit up, bending, pre-heating wherever required,
welding, threading etc.; erection of pipes of all types and thickness over
sleepers, overhead on racks and at all elevations; hook-up with equipment
nozzles; installation of all type of valves up to size of 1.5" NB, all types of
inline and online instruments such as pressure/thermal safety valves
(other than those covered separately), fittings of all sizes i.e. flow tees,
insulating joints, LR bends, pig signallers, elbows, reducers, tees, 'o' lets,
flanges, blind flanges spectacle blinds, tappings for pressure gauges,
thermowells, hoses and hose couplings of all sizes, if applicable, sample
connections, flame arrestors as applicable, vents and drains required for
process and hydrotesting purposes etc. including fixing of all types of
gaskets (including gaskets for RTJ flanges ), bolts, studs and nuts of all
sizes; fabrication of strainers of sizes up to 1.5", carrying out nondestructive testing such as magnetic particle/ liquid penetration including
performance of radiographic inspection of piping of all types, sizes,
thickness including providing or hiring of all necessary equipment, supply

Page 183 of 185

Cu.M

No.

No

Mtr.

20

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

9
10

10

12

of all consumables including radiographic films and whatever else even


though not expressly mentioned but required to perform the work as per
specification and instructions of Engineer-in-Charge etc. as required;
hook-up with existing piping/pipeline installed by others as per drawings
wherever required; cleaning and flushing by water/ compressed air,
carrying out hydrostatic test, pneumatic test, valve functional test and any
other type of testing as specified, de-pressurising, dewatering, drying by
compressed air if applicable; cutting/ rebeveling (as required), precommissioning and providing commissioning assistance to Commissioning
Contractor/Agency for process piping and commissioning of non-process
piping if applicable; clean-up and restoration of site, preparation of as
built drawings, documents and project records; transportation of surplus
free issue materials to Owner's designated place(s); completing all works
in all respects as per the AFC drawings, specifications, standards and other
provisions of Contract and instruction of Engineer-in- Charge.
Installation of above ground Carbon Steel Process Piping as per details
given above of Size 12 INCH 14.3 mm thk., 900# API 5L Gr. X-42 PSL1, BE
Installation of 12" T-Strainers
Installation of Basket Filters : Shifting basket filter from the designated
place of Owner's supplied materials within a radius of 500 meters,
equipments, shifting / transporting within station premises, placing on
pre-constructed foundations, assembling together all sub-assemblies,
leveling, alignment, grouting, cleaning and flushing by water, draining,
checking, testing, pre-commissioning, dressing and making good of the
foundation and completing the work in all respects in accordance with the
relevant drawings, manufacturer's installation instruction, specifications
and instructions of Site Engineer / EIC.
Installation of Lube Oil Skid : Shifting Lube Oil Skid from the designated
place of Owner's supplied materials within a radius of 500 meters,
equipments, shifting / transporting within station premises, placing on
pre-constructed foundations, assembling together all sub-assemblies,
leveling, alignment, grouting, cleaning and flushing by water, draining,
checking, testing, pre-commissioning, dressing and making good of the
foundation and completing the work in all respects in accordance with the
relevant drawings, manufacturer's installation instruction, specifications
and instructions of Site Engineer / EIC.
Breaking of RCC/PCC : Breaking RCC/PCC to the required profile disposal
of total broken debris inside/outside the plant premises as directed by the
Engineer-in-charge including all labour, transportation vehicles, loading &
unloading, spreading, compacting for all leads & lifts etc. complete as per
the detailed technical specifications and as directed by the site-in-charge.
The surplus debris to be dumped out of the plant premises at a place
which is not objectionable to any private / Govt. Agencies and HPCL is not
responsible for any issues arising due to dumping of surplus debris outside
plant premises.

Page 184 of 185

NO.
No.

1
1

No.

Cu.m

60

Seal & Signature of Tenderer

HINDUSTAN PETROLEUM CORPORATION LIMITED


TENDER FOR COMPOSITE WORK FOR PUMP MP2 INSTALLATION AT KHOPOLI BOOSTER STATION
UNDER CAPACITY AUGMENTATION PROJECT
MUMBAI-PUNE-SOLAPUR PIPELEINE

GENERAL TERMS & CONDITION

Page 185 of 185

Seal & Signature of Tenderer

PUMP DIVISION
COIMBATORE

FS DOCUMENT No.

SHEET

FPD-GAD-BOM-13-115001-01

1 OF 3

CAPACITY AUGMENTATION OF MUMBAI PUNE SOLAPUR PIPELINE

TITLE

GENERAL ARRANGEMENT DRAWING

CUSTOMER

HINDUSTAN PETROLEUM CORPORATION LIMITED

END USER

HINDUSTAN PETROLEUM CORPORATION LIMITED

CUSTOMER PO No.

12000342-OQ-10002/SAP

EQUIPMENT TAG No.

MPSL-KH-MP-01/02

SERVICE

HSD PUMPS

PUMP MODEL

8X15DMXD

FS REF. No.

BOM-13-115001

QTY.

7/23/2013

SUBMITTED FOR APPROVAL

VKM

SRR

RVS

REV.

DATE

DESCRIPTION

PREPARED

CHECKED

APPROVED

HPCL: MPSPL

INSTRUCTIONS TO BIDDERS:- LIMITED TENDER


1) This is only a Tender Enquiry and not an order.
2)

The

tender

should
be
submitted
online
at
website
https://etender.hpcl.co.in only, by the due date and time, as specified in the
tender. Late / delayed tenders submitted on line after the due date and
time, for whatsoever reasons will not be considered. The Server Date & Time
as appearing on the HPCL website https://etender.hpcl.co.in shall only be
considered for the cut-off date and time for receipt of tenders. Offers sent
through post, telegram, fax, telex, e-mail, courier or by any other mode will
not be considered.
3) Partially completed / incomplete tenders shall not be considered.
4) All communications regarding the tender including queries, if any, and
submission of offers shall be done online within the e-Procurement system
at website https://etender.hpcl.co.in
5) Two Bid System
Bidders are required to submit offer in Two parts, namely Unpriced (
Technical Bid) & Priced(Price Bid). The Bidder may modify or withdraw his
online bid after the bids submission on line, prior to the bid due date &
time.
6) Validity
Quoted prices shall be valid for a period of 90 days from the due date /
extended due date for the placement of order. Notwithstanding above, the
Owner may solicit the Bidders consent to an extension of the period of bid
validity. The request and the responses thereto shall be made on line/ or
through any other means of communication decided by the owner. The bid
security/EMD shall also be accordingly extended by the bidder at no extra
cost to the owner.
7) Bidders shall be required to arrange all resources, including Digital IDs
and Internet Connections at their own cost, for participating in online
tenders at HPCL e-Procurement site http://etender.hpcl.co.in.
8) For any, site related / bidding procedure issues, please contact Eproc
helpdesk at : 022- 42100111 on any day between 10.00 AM to 6.00PM except on
Sundays/Public holidays.) Please refer to help link after logging in, in case
you are new to e-Tender.

Page 1 of 10

HPCL: MPSPL
9) HPCL shall not be responsible for any delays reasons whatsoever in
receiving as well as submitting offers, including connectivity issues. HPCL
shall not be responsible for any postal or other delays in submitting EMD /
tender cost wherever applicable.
10) Request for extension of tender submission due date, if any,
received from bidders within 72 hours of tender submission due date /
time, shall not be considered.
11) Tender opening (unpriced bid as well as priced bid) will be done online at
the time and dates specified in the tender. Vendors who have responded to
the tender are requested to login at the specified date and time at HPCL eprocurement website https://etender.hpcl.co.in for witnessing the tender
opening (unpriced bid as well as priced bid in case of technically accepted
vendors).
12) HPCL reserves the right to accept any tender in whole or in part or reject
any or all tenders without assigning any reason. HPCL reserves right to
accept any or more tenders in part. Decision of HPCL in this regard shall be
final and binding on the bidder.
13) Technical and Unpriced Part of the Offer will be opened by HPCL as per
the due date and time mentioned in the NIT (Notice Inviting Tender)/ETender Calender .The Priced part of the Offer of technically qualified bidders
will be subsequently opened on-line as per date advised subsequently.
14) Cost of bidding:
The bidder shall bear all costs associated with the preparation and
submission of the bid including digital certificate, and Hindustan Petroleum
Corporation Limited (HPCL), will in no case, be responsible or liable for these
costs, regardless of the conduct or outcome of the bidding process.
15) EMD (NOT Applicable)

BID SECURITY/EARNEST MONEY DEPOSIT (EMD) :- IMPORTANT NOTE :


THE TENDERER WILL BE REQUIRED TO PAY A SUM AS SPECIFIED IN THE
ETENDER AS Bid Security/EMD. The bid security/EMD is required to protect
the Owner against the risk of Bidders conduct, which would warrant the
securitys forfeiture.
A) VALIDITY OF EMD
EMD shall be accepted in the form of demand draft, pay order, bankers
cheque (in favour of Hindustan petroleum Corporation Ltd, payable at
MUMBAI, issued by any scheduled bank other than cooperative bank) or
Page 2 of 10

HPCL: MPSPL
Irrevocable Bank Guarantee issued by any scheduled bank (other than
cooperative bank). Amount of EMD is mentioned in the tender. In case EMD is
submitted in form of Bank Guarantee, it should be made on non-judicial
stamp paper of appropriate value (denomination) and should be valid for SIX
(6) months from due date / extended due date of the tender. Cheque / FDR or
EMD in any other form shall be treated as offer without EMD and shall not
be acceptable. Public Sector Enterprises (Declaration required) and Units
registered with NSIC (Copy of valid registration certificate) are exempted
from submission of EMD. EMD (original instrument: DD/Pay order/
Bankers Cheque OR Bank Guarantee) should be kept in separate envelope
(superscribed with tender number, job & due date) and should be deposited
by tender due date and time, in the tender box provided in the office of
CHIEF MANAGER-OPERATIONS, MPSPL
Hindustan Petroleum Corporation Limited,
Mumbai Pune Solapur Pipeline,
HPCL Fuel Refinery,
B.D. Patil Marg, Chembur, Mumbai 400 074
Phone Direct no.:022- 25072716;
Thru' Refinery Extension: 25076906;
Fax: 25540305.
In case the EMD (original instrument) is not deposited in the tender box (as
mentioned above) by tender due date and time, the offer of bidder shall be
rejected.
Public Sector Enterprises and Units registered with NSIC may also send the
hard copy of EMD exemption document by post to Chief Manager Procurement (P&P) at the address mentioned above.
HPCL shall not be responsible for any postal delays or non-receipt of EMD
by tender due date and time, reasons whatsoever.
While submitting the bid on-line, bidders would be required to upload the
scanned copy of EMD instrument (DD / pay order / bankers cheque or
bank guarantee) OR EMD exemption document ( self declaration in case of
Public Sector Enterprises OR copy of valid registration certificate in case of
units registered with NSIC) at the place provided for the same.
Bidders are requested to advise their BANKS not to post Bank Guarantee/or
any other EMD/Bid security document directly to HPCL , as the Bid
Security/EMD is to be submitted as detailed above.
Offer received without requisite EMD as explained above shall be rejected.
B) REFUND OF EMD
i) EMD of un-successful bidder(s) will be refunded immediately upon
completion of Price evaluation by means of A/c Payee Cheques, or by
returning the original BG.
ii) EMD of successful bidder(s) shall be refunded on submission of either the
Security Deposit or the Performance Bank Guarantee as per terms of the
tender.
Page 3 of 10

HPCL: MPSPL
16) VALIDITY OF OFFER
Bid submitted by Bidder shall remain valid for a minimum period of 90 days
from the date of submission of Bids. Bidders shall not be entitled during this
period of 90 days, without the consent in writing of the Owner, to revoke or
cancel their Bid or to vary the Bid given or any term thereof. In case of
Bidders revoking or canceling their Bid or varying any of the terms in regard
thereof without the consent of Owner in writing, Owner shall reject such
Offers and forfeit Earnest Money paid by them along with their offers.
17) Bidders are requested to quote unit rates (per unit quantity) in the on-line
price bid only (no separate file is to be uploaded for price bid).
18) Please do not quote / mention rates anywhere else in the tender other than
on-line price bid. In case bidders quote rates at any other place (other than
online price bid), THE OFFER OF PARTY SHALL BE REJECTED.
19) Service Tax:
Vendor to indicate his entity status (Corporate Entity- Public Limited
/ Private Limited OR Non Body Corporate- Individuals/ Hindu
Undivided Family/ Partnership Firms/ Association of Persons: AOP)
under unpriced bid of the tender. This will be taken into account for
determining share of HPCL for payment of service tax under the
Reverse Charge Mechanism. Reverse charges on Service tax is
applicable to this tender for non-body corporate.
Bidders has to quote the Service Tax in % (Percentage) as applicable
for their respective firms as per the latest Service Tax Rules, since
different percentage of Service Tax applicable for different type of
firms, companies, partnerships, individuals etc.
Vendor to indicate his liability of service Tax if any on the above job
separately, as per amended Service Tax provisions w.e.f 1-7-2012.
Tax liability of HPCL as per reverse Charge mechanism wherever
applicable will be loaded in the evaluation.
In case if the entity is not liable to pay service tax as per service tax
laws, the same shall be mentioned separately in the place provided.
Vendor should quote his applicable service tax rate if any separately
and not as inclusive. In case if the vendor quotes the rate Inclusive of
Service Tax it would be considered as if the vendor has included his
liability alone in the rate. Accordingly HPCLs liability would be loaded
for evaluation purposes.
Bidders should only quote unit basic rate in the online priced bid format.
However, all taxes and duties as applicable for the tender shall be quoted in
the tax section online by the bidders. In case bidders do not quote any tax
Page 4 of 10

HPCL: MPSPL
component/ charges or mention the same as 0, in online Tax sheet/section, it
will be considered that all the taxes/charges are included in rates quoted by
the bidder and the same shall be binding to the bidder.

Consideration of input service tax for tender Evaluation

Reverse Charge in General:


a) In respect of the Services covered by this tender, where the vendor is
Individual /HUF/Firm/AOP, the service tax liability will be discharged
by Vendor and HPCL in the ratio of 50% and 50% respectively. Hence
vendor should mention his entity status along with necessary proof
supporting the same.
b) Vendor should quote his applicable service tax rate if any separately
and not as inclusive.
c) For Individual /HUF/Firm/AOP Vendor: Vendor should indicate
HPCLs service tax portion in his bill, as payable by the recipient
(HPCL), however the same will not be added in bill amount. In case if
the vendor quotes the rate Inclusive of Taxes it would be considered
as if the vendor has included his liability as well as HPCLs liability
towards reverse charges on service tax in their quoted rate. If you are
quoting service tax separately, please mention whether it is HPCL
liability or your liability towards reverse charges on service tax. If you
are not mentioning HPCL liability same will be loaded to your quote
for evaluation of lowest bidder. (For example if service tax quoted by
you is X%, then you should mention whether it is your portion only or it
is full Service tax considering your portion and HPCL portion. If it is
your portion only, then additional Y% will be loaded to your bid, as per
prevailing service tax liability on HPCL In case you have mentioned as,
X% is considering full service tax of HPCL portion and vendors portion
then no commercial loading will be done.

Specific clause for Works Contract Service.


d) Wherever tender is in the nature of Original works, where composite
value is mentioned for material and labour, service value shall be
@40% of the gross value of the contract for the purpose of discharging
liability as stated in clause a) above. In this case all free issue
materials (if mentioned in tender doc) supplied by HPCL to the vendor
shall also be added to the gross value for the purpose of determining
service value.
e) If bidder can clearly identify the service value portion of the tender
then service tax shall be @ 14% on the service value. Bidders should
quote service tax @ 14% only against the pure labour/service items.

Page 5 of 10

HPCL: MPSPL
All free materials supplied by HPCL to the vendor shall also be added to the
gross value for the purpose of determining Service Value.
20) The Owner may, at its discretion, on giving reasonable notice online /
(intimation may be published in newspapers), extend the bid due date, in
which case all rights and obligations of the Owner and the Bidders,
previously subject to the bid due date, shall thereafter be subject to the new
bid due date as extended.
21) Please note that queries related to scope of job, tender specifications,
terms & conditions etc should be submitted on line only (by logging in at
http://etender.hpcl.co.in) by the query end date / time specified in the online
tender . The reply of queries sent by bidders/ messages issued by HPCL
pertaining to tender shall be available on tender message borad. HPCL, at its
sole discretion, may not entertain the queries sent by post / fax/ email or
through any other mode of communication.
22) BID CLARIFICATIONS/AMENDMENTS BY HPCL:- HPCL may issue
clarifications / amendments in the form of online addendum / corrigendum
and on Message Board at https://etender.hpcl.co.in during the bidding
period and may also issue amendments subsequent to receiving the bids.
Bidders shall consider the addendum/corrigendum/Messages on Message
Board while quoting for the tender. Bidders shall examine the Bidding
Document thoroughly and submit to HPCL any apparent conflict,
discrepancy or error. HPCL shall issue appropriate clarifications or
amendments, if required. Any failure by Bidder to comply with the aforesaid
shall not excuse the Bidder from performing the Services in accordance with
the contract if subsequently awarded.
23) In case of any queries pertaining to this tender before tender due date,
please contact the same to:
Shri Anil Kumar Kori (Sr. Purchase Officer)
(Phone:- 022-25072716)
Address:Hindustan Petroleum Corporation Limited, Mumbai Pune Solapur Pipeline,
HPCL Fuel Refinery, B.D. Patil Marg, Mahul, Mumbai 400 074,
Fax-25540305
24) Bidders are advised to refrain from contacting by any means HPCL
and/or their employees / representatives on their own, on matters related to
Bids under consideration. HPCL, if necessary, will obtain clarification on the
Bid by requesting for such information/clarifications from any or all
Bidders, either in writing or through personnel contact. Bidders will not be
permitted to change the substance of Bids after opening of Bids.

Page 6 of 10

HPCL: MPSPL
25) HPCL may solicit the bidders consent to an extension of the period of
validity of offer. The request and the response there to shall be made in
writing. If the bidders agree to the extension request, the validity of Bank
Guarantee towards Earnest money shall also be suitably extended. Bidders
may refuse the request without forfeiting his EMD. However, bidders
agreeing to the request for extension of validity of offer will neither be
permitted to revise the price nor to modify the offer.
26) Bidders shall examine the Bidding Document thoroughly and submit to
HPCL any apparent conflict, discrepancy or error. HPCL shall issue
appropriate clarifications or amendments, if required. Any failure by Bidder
to comply with the aforesaid shall not excuse the Bidder from performing
the Services in accordance with the contract if subsequently awarded.
27) CONFIDENTIALITY OF DOCUMENTS
Bidder shall treat the Bidding Document and contents therein as private
and confidential and shall not use the Bidding Document for any other
purposes.
28) APPLICABLE LANGUAGE
The bid prepared by the bidder, all correspondences and documents related
to this bid shall be written in English language only. For document
submitted in any other language, an English translation shall also be
submitted, in which case, for the purpose of interpretation of the bid, the
English translation shall govern.
29) CAUTION AND DISCLAIMER
Transfer of Bid document by the bidder is not permitted.
Bidder shall make his own interpretation of any and all information provided
in the Bidding Document. HPCL shall not be responsible for the accuracy or
completeness of such information and/or interpretation.
Although certain informations are provided in the Bidding Document,
however, bidder shall be responsible for obtaining and verifying all
necessary data and information as required by him.
30) EVALUATION OF UNPRICED BIDS
The bids shall be evaluated on the basis of the following criteria :
30.1 RECEIPT OF BID

Page 7 of 10

HPCL: MPSPL
Bids received late i.e. after due date and time, due to any reason (s)
whatsoever shall be rejected.
30.2 DEVIATIONS TO TENDER REQUIREMENTS
The bidders are required to submit offers strictly as per the terms and
conditions/specifications given in the Bidding Document and not to
stipulate any deviations. The offer of bidders stipulating deviations are liable
for rejection. In case Bidders wish to stipulate any deviation to Bidding
Document requirements, they shall indicate (upload at eproc site ) the same
as per the format enclosed in the Bidding Document. Bidder shall note
that clarification/queries/deviations mentioned elsewhere in the offer
shall not be given any cognizance. However HPCL reserves their right to
reject bids containing deviations to any of the Bidding Document
stipulations.
31) UNSOLICITED POST BID MODIFICATION
Bidders are advised to quote strictly as per terms and conditions of the
Bidding Document and not to stipulate any deviation / exceptions. Once,
quoted the bidders shall not make any subsequent price changes, whether
resulting or arising out of any technical / commercial clarifications
sought/allowed on any deviations or exceptions mentioned in the bid unless
discussed and agreed by HPCL in writing.
32) DETERMINATION OF RESPONSIVENESS
i) Prior to the financial evaluation of bids, the HPCL will determine whether
each bid is substantially responsive to the requirements of the Bidding
Document.
ii) For the purpose of this Clause, a substantially responsive bid is one
which conforms to all the terms and conditions and specifications of the
Bidding Document without material deviation or reservation. A material
deviation or reservation is one which affects in any substantial way the
scope, quality, or performance of the works or which limits in any
substantial way, inconsistent with the Bidding Document, the HPCLs rights
or Bidders obligation under the Contract and retention of which deviation or
reservation would affect unfairly the competitive position of other bidders
presenting substantially responsive bids.
iii) If a bid is not substantially responsive to the requirements of the Bidding
Document, it may be rejected by the HPCL. Such rejection may be intimated
to the Bidder.
33) EVALUATION OF PRICE BIDS
33.1 The PRICE BIDS of only substantially responsive bidders and techno
commercially accepted shall be considered for opening.
Page 8 of 10

HPCL: MPSPL
33.2 Bidders shall quote the prices in Indian Rupees only.
33.3 The quoted prices shall be checked to determine the arithmetical
correctness of the same.
33.4 HPCL shall follow Purchase preference/ Price preference as per
prevailing guidelines of Government of India.
33.5 HPCL reserves the right to delete any of the items in the Schedule of
Rates at the time of placement of Fax of Intent/Purchase Order. The
decision of HPCL shall be final and binding.
34) REBATE
No suo-moto reduction in prices quoted by bidder shall be permitted after
opening of the bid. If any bidder unilaterally reduces the prices quoted by
him in his bid after opening of bids, the bid (s) of such bidder(s) are liable to
be rejected. Such reduction shall not be considered for comparison of prices
but shall be binding on the bidder in case he happens to be a successful
bidder for award of work.
35) Wherever possible, payment shall be tendered to the contractor in
electronic mode (e-payment) through any of the designated banks. The
contractor will comply by furnishing full particulars of Bank account
(mandate) to which the payments will be routed. Owner reserves the
right to make payment in any alternate mode also.
IN CASE THE ORDER IS FINALISED ON YOU AND THE MANDATE FOR
PROCESSING E-PAYMENT HAS NOT BEEN SUBMITTED BY YOU, THEN
THE PAYMENT MAY NOT BE EFFECTED TILL THE SUBMISSION OF EMANDATE BY YOU AND UPDATION OF NECESSARY AT OUR END. ANY
CONSEQUENT DELAYS IN PAYMENT WILL BE TO YOUR ACCOUNT AND
HPCL SHALL NOT BE RESPONSIBLE FOR THE SAME.
IN CASE THE E-MANDATE HAS BEEN SUBMITTED EARLIER THE SAME
IS NOT REQUIRED TO BE RE-SUBMITTED,
36) EVALUATED LOWEST OFFER VERY LOW COMPARED TO COST
ESTIMATE/WORKABILITY ASSESMENT:Where the lowest bid is very low compared to the cost estimate and other
higher bids, the Owner shall review the lowest offered bid for workability of
rates and shall ascertain whether Bidder has properly quoted with reference
to the scope. In such cases, Owner may require the lowest Bidder to produce
detailed price analysis for any or all items to demonstrate the internal
consistency of these prices. After evaluation of the price analysis, Owner
may require that the amount of the performance security is increased to a
level sufficient to protect the Owner against financial loss in the event of
default of the successful Bidder under the contract.

Page 9 of 10

HPCL: MPSPL
37) PURCHASE ORDER (PO)
37.1 Purchase Order shall be prepared for award of works. Successful
bidder shall be intimated regarding award of works through Fax/Letter of
Intent. Until the final PO is prepared and executed, this Bidding Document
together with the annexed documents, modification, deletions agreed upon
by the HPCL and Bidders acceptance thereof shall constitute a binding
contract between the successful bidder and the HPCL based on terms
contained in the aforesaid documents and the finally submitted and
accepted prices.
37.2 The Purchase Order shall consist of the following :
a) Original Bidding Document along with its enclosures issued.
b) Addendum/Corrigendum/Messages
Document issued, if any.

in

Message

Board

to

Bidding

c) Fax/ Letter of Intent, if any.


d) The detailed Letter of Award/Acceptance along with Statement of Agreed
Variations (if any) and enclosures attached therewith.
37.3 The statement of agreed variations shall be prepared based on the
finally retained deviations, if any, by the Bidder and accepted by HPCL. All
other correspondences between HPCL and the Bidder prior to issue of
Fax/Letter of Intent shall be treated as Null & Void. Any deviations or
stipulations made and accepted by HPCL after award of the job shall be
treated as amendments to the contract document as above.
38) Grievance Redressal Mechanism :
Hindustan Petroleum Corporation Limited (HPCL) has developed a
Grievance Redressal Mechanism to deal with references / grievances if any
that are received from parties who participated / intend to participate in the
Corporation Tenders. The details of the same are available on our website
www.hindustanpetroleum.com

Page 10 of 10

SPECIAL TERMS & CONDITIONS :TAXES ,DEVIATIONS ETC.

(1)TAXES & DUTIES:This is vendors responsibility to correctly ascertain all applicable taxes &
duties (including Octroi, if applicable) for subject tender and should quote
accordingly. The bidder shall be exclusively responsible for taxes & duties quoted in the
offer and evaluation as well as payment shall be made against the quoted taxes & duties
(including Octroi, if applicable) only.
Bidder shall not be allowed to change taxes/duties after tender due date/extended due
date without the written consent of HPCL.
(A)Variations of taxes and duties arising out of the amendments to the Central / State
enactments and introduction of new tax on finished goods, in respect of sale of goods /
services covered under this bid shall be to HPCLs account, so long as :
 They relate to the period after the opening of the unprice bid, but before the
contracted completion period ( excluding permitted extensions due to delay on
account of the contractors, if any) or the actual completion period, whichever
is earlier; and
 The vendor furnishes documentary evidence of incurrence of such variations.
(B) However, any increase in the rate of these taxes and duties beyond the
contractual delivery period shall be to Sellers account.
(C) In case of delay in delivery/Delay in completion due to reasons attributable
to bidder, any new or additional taxes or duties levied by statutory authorities during
this period shall be borne by the Bidder.
(D) Any decrease in the rate of these taxes and duties shall be passed on to
the Purchaser even after contractual delivery period.

(E) Irrespective of taxes/duties quoted by bidder in the tender, bidder shall be


fully responsible for the payment of any and all taxes, duties, octroi, rates, cess,
levies and statutory payments payable under all or any of the statutes etc.
(F) Towards service tax / VAT quoted, bidder would be required to submit tax
invoice (with service tax / VAT registration number) at the time of payment (in
case job is awarded to the bidder).
(G) BIDDERS TO QUOTE CONSIDERING CST/VAT/SALESTAX APPLICABLE AT FULL
RATES SINCE FOR THIS TENDER HINDUSTAN PETROLEUM CORPORATION
LIMITED SHALL NOT ISSUE C FORM.

(H) Until & unless specified in tender, Road Permit shall not be issued by HPCL
2) DEVIATIONS TO TENDER TERMS:i) Bidders are requested to accept tender terms/conditions in totality and should
avoid deviations.
ii) In case deviations to tender terms/conditions are unavoidable, the same should
be mentioned in ONLINE DEVIATION SHEET. Deviations mentioned
elsewhere shall not be considered by HPCL.
iii) In case, bidder is evaluated L1 bidder and has mentioned deviation to tender
terms not in online deviation sheet , but elsewhere and is not withdrawing
those deviations, HPCL shall forfeit the EMD (IF APPLICABLE) of the
bidder in such cases.
iv) No new deviation will be received/ accepted from bidder after bid due date. Incase
bidder submits new deviation, his bid will be rejected. At the sole discretion of the

owner bidder may be given opportunity to withdraw the deviation and in case the
same is not withdrawn by the bidder, the offer of the bidder shall be rejected &
EMD/ bid security (if applicable) submitted by the bidder shall be forfeited.
3) WITHDRAWL OF BIDS BY BIDDER:No bid shall be allowed to be withdrawn in the interval between the deadline for
submission of bids and the expiration of the period of bid validity specified by the
Bidder. Withdrawal of a bid during this interval shall result in the forfeiture of
Bidders bid security.

4) UNSOLICITED POST BID MODIFICATION


(a) After tender submission due date & time/ extended due date & time (as the case may be) the
bidders shall not make any subsequent price changes, whether resulting or arising out of any
technical / commercial clarifications sought/allowed on any deviations or exceptions
mentioned in the bid unless discussed and agreed by HPCL in writing.
(b) To assist in the examination, evaluation and comparison of Unpriced bids, the Owner/Owners
Consultant may, at its discretion, ask the Bidder clarifications on writing. Bidder(s) to note that
Price changes against Technical/Commercial clarification, if any, in line with terms &
conditions of enquiry documents are not allowed. In case, any bidder gives revised prices/price
implications against such clarification, it would amount to unsolicited bid post bid
modification by the bidder and action shall be taken by the owner as per clause
MODIFICATION AND WITHDRAWAL OF BIDS mentioned above

5) REBATE
No suo-moto reduction in prices quoted by bidder shall be permitted after tender
submission due date & time/ extended due date & time. If any bidder unilaterally reduces
the prices quoted by him in his bid after opening of bids, the bid (s) of such bidder(s) will
be liable to be rejected. Such reduction shall not be considered for comparison of prices but
shall be binding on the bidder in case he happens to be a successful bidder for award of
work.
6) EMD FORFEITURE (In case EMD is applicable) AND FURTHER ACTION
AS PER CORPORATIONS (HPCL) POLICY:EMD SUBMITTED BY THE BIDDER FOR SUBJECT TENDER SHALL BE
FORFEITED IN FOLLOWING CASES:(i) WITHDRAWL OF BID IN INTERVAL BETWEEN THE DEADLINE FOR
SUBMISSION OF BIDS AND THE EXPIRATION OF THE PERIOD OF
BID VALIDITY SPECIFIED BY THE BIDDER. (To be read in conjunction
with clause 3 )
(ii) UNSOLICITED POST BID MODIFICATION. (To be read in conjunction
with clause 4)
(iii) PRICE CHANGES AGAINST TECHNICAL/COMMERCIAL
CLARIFICATION, IF ANY, IN LINE WITH TERMS & CONDITIONS OF
ENQUIRY DOCUMENTS ARE NOT ALLOWED. (To be read in
conjunction with clause 4 (b))
(iv) BACKING OUT FROM SUBMITTED OFFER OR WITHDRAWING
SUBMITTED OFFER ON ACCOUNT OF THE OFFER BEING
UNWORKABLE.
(v) CONDITIONAL PRICE BIDS.
(vi) NON WITHDRAWL (BY EVALUATED LOWEST BIDDER) OF
DEVIATIONS MENTIONED ELSEWHERE OTHER THAN DEVATION
SHEET. (To be read in conjunction with clause 2 (iii) )
(vii) ANY NEW DEVIATIONS AFTER TENDER DUE DATE. (To be read in
conjunction with clause 2 (iv))
(viii) UNSOLICITED POST BID REVISION IN TAXES & DUTIES.

(ix) VIOLATION OF INTEGRITY PACT (IF APPLICABLE).

DISCLAIMER:- Besides above, HPCL reserves the right to forfeit the EMD of bidder
(In case EMD is applicable) and take further action as per corporations
(HPCLs)
policy in case bidder deviates from his submitted offer/adopt unfair practice.
7) A firm which is not a PSU or an associate or a joint venture of a PSU and
which has been engaged to provide goods or works for a project and any of its
affiliates will be disqualified from providing consultancy services for the same
project. Conversely, a firm which is not a PSU or an associate or a joint
venture of a PSU, hired to provide consultancy services for the preparation or
implementation of a project, and any of its affiliates, will be disqualified from
subsequently providing goods or works or services related to the initial
assignment for the same project.
Consultants or any of their affiliates who are not PSUs or an associate or a joint
venture of a PSU will not be hired for any assignment, which by its nature, may
be in conflict with another assignment of the consultants.
The above clauses, however, will not be applicable to a firm engaged in
preparation of Detailed Feasibility Report (DFR) but will apply to an EPC
(Engineering Procurement Contractor) or PMC (Project Management
Consultant)
If a contractor submits his bid, qualifies and does not get the contract because of
his being not the lowest, he will be prohibited from working as a subcontractor
for the contractor who is executing the contract.
8) HPCL reserves the right to accept any tender in whole or in part or reject any or all
tenders without assigning any reason. HPCL reserves right to accept any or more
tenders in part. Decision of HPCL in this regard shall be final and binding on the
bidder.
9) HPCL shall follow Purchase Preference / Price Preference as per prevailing
guidelines of Government of India.
10) In case any deviations sought by bidder is accepted by HPCL, HPCL reserves
the right to suitably load the bidder for evaluation purpose only.

11) Grievance Redressal Mechanism :


Hindustan Petroleum Corporation Limited (HPCL) has developed a Grievance
Redressal Mechanism to deal with references / grievances if any that are received
from parties who participated / intend to participate in the Corporation Tenders. The
details of the same are available on our website www.hindustanpetroleum.com.
12) Wherever possible, payment shall be tendered to the contractor in electronic mode
(epayment)
through any of the designated banks. The contractor will comply by
furnishing full particulars of Bank account (mandate) to which the payments will be
routed. Owner reserves the right to make payment in any alternate mode also.
 IN CASE THE ORDER IS FINALISED ON YOU AND THE MANDATE FOR
PROCESSING E-PAYMENT HAS NOT BEEN SUBMITTED BY YOU, THEN THE
PAYMENT MAY NOT BE EFFECTED TILL THE SUBMISSION OF E-MANDATE BY
YOU AND UPDATION OF NECESSARY AT OUR END. ANY CONSEQUENT
DELAYS IN PAYMENT WILL BE TO YOUR ACCOUNT AND HPCL SHALL NOT
BE RESPONSIBLE FOR THE SAME.
 IN CASE THE E-MANDATE HAS BEEN SUBMITTED EARLIER THE SAME IS
NOT REQUIRED TO BE RE-SUBMITTED.

 Payment Office:- Finance department , MPSPL, HP Fuel Refinery, B.D.Patil Marg,


Cembur,Mumbai-400074.

GENERAL TERMS & CONDITIONS OF WORKS CONTRACT


1 PRELIMINARY
1.1 This is a Contract for execution of job as defined in tender document at the specified
Location
1.2 The tenderer for the abovementioned item of work is the company/ proprietary concern/
individual (as per details & address mentioned in the unpriced bid) and undersigned
(digitally) is authorized to submit the bid on behalf of tenderer.
1.3 The terms and conditions mentioned hereunder are the terms and conditions of the
Contract for the execution of the work mentioned under item 1.1 above.
1.4 It is the clear understanding between Hindustan Petroleum Corporation Limited and the
tenderer that in case the bid of tenderer is accepted by Hindustan Petroleum Corporation
Limited and an intimation to that effect is so issued and also a Procurement Order is on the
tenderer this document shall form part of the Contract between the parties and terms and
conditions hereunder would govern the parties interest.
1.5 Interpretation of Contract Documents: All documents forming part of the Contract are to
be taken mutually explanatory. Should there be any discrepancy, inconsistency, error or
omission in the contract, the decision of the Owner/Engineerin- Charge/Site-in-Charge shall
be the final and the contractor shall abide by the decision. The decision shall not be
arbitrable. Works shown upon the drawings but not mentioned in the specification or
described in the specifications without being shown on the drawings shall nevertheless be
deemed to be included in the same manner as if they are shown in the drawings and
described in the specifications.
1.6 Special conditions of Contract : The special conditions of contract, if any provided and
whenever and wherever referred to shall be read in conjunction with General Terms and
Conditions of contract, specifications, drawings, and any other documents forming part of
this contract wherever the context so requires. Notwithstanding the subdivision of the
documents into separate sections, parts volumes, every section, part or volume shall be
deemed to be supplementary or complementary to each other and shall be read in whole. In
case of any misunderstanding arising the same shall be referred to decision of the Owner/
Engineer-in-Charge/Site-in-Charge and their decision shall be final and binding and the
decision shall not be arbitrable.
It is the clear understanding that wherever it is mentioned that the Contractor shall
do/perform a work and/or provide facilities for the performance of the work, the doing or the
performance or the providing of the facilities is at the cost and expenses of the Contractor
not liable to be paid or reimbursed by the Owner.
2. DEFINITIONS
In this contract unless otherwise specifically provided or defined and unless a contrary
intention appears from the contract the following words and expressions are used in the
following meanings;
2.1 The term "Agreement" wherever appearing in this document shall be read as "Contract".
2.2 The "Authority" for the purpose of this Contract shall be the Chairman and Managing
Director or any other person so appointed or authorised.
GTC OF WORKS CONTRACT

Page 1

2.3 The "Chairman and Managing Director" shall mean the Chairman and Managing
Director of HINDUSTAN PETROLEUM CORPORATION LIMITED or any person so
appointed, nominated or designated and holding the office of Chairman & Managing
Director.
2.4 The "Change Order" means an order given in writing by the Engineer-in-Charge or by
Owner to effect additions to or deletion from or alterations into the Work.
2.5 The "Construction Equipment" means all appliances and equipment of whatsoever
nature for the use in or for the execution, completion, operation or maintenance of the work
except those intended to form part of the Permanent Work.
2.6 The "Contract" between the Owner and the Contractor shall mean and include all
documents like enquiry, tender submitted by the contractor and the procurement order
issued by the owner and other documents connected with the issue of the procurement
order and orders, instruction, drawings, change orders, directions issued by the
Owner/Engineer-in-Charge/Site-in-Charge for the execution, completion and commissioning
of the works and the period of contract mentioned in the Contract including such periods of
time extensions as may be granted by the owner at the request of the contractor and such
period of time for which the work is continued by the contractor for purposes of completion of
the work.
2.7 "The Contractor" means the person or the persons, firm or Company whose tender has
been accepted by the Owner and includes the Contractor's legal heirs, representative,
successor(s) and permitted assignees.
2.8 The "Drawings" shall include maps, plans and tracings or prints thereof with any
modifications approved in writing by the Engineer-in-Charge and such other drawings as
may, from time to time, be furnished or approved in writing by the Engineer-in-Charge.
2.9 The "Engineer-in-Charge or Site-in-Charge" shall mean the person appointed or
designated as such by the Owner and shall include those who are expressly authorised by
the owner to act for and on its behalf.
2.10 "The Owner" means the HINDUSTAN PETROLEUM CORPORATION LIMITED
incorporated in India having its Registered office at PETROLEUM HOUSE, 17, JAMSHEDJI
TATA ROAD, BOMBAY - 400020 and Marketing office at the address mentioned for this
purpose in the tender header or their successors or assignees.
2.11 The "Permanent Work" means and includes works which form a part of the work to be
handed over to the Owner by the Contractor on completion of the contract.
2.12 The "Project Manager" shall mean the Project Manager of HINDUSTAN PETROLEUM
CORPORATION LIMITED, or any person so appointed, nominated or designated.
2.13 The "Site" means the land on which the work is to be executed or carried out and such
other place(s) for purpose of performing the Contract.
2.14 The "Specifications" shall mean the various technical and other specifications
attached and referred to in the tender documents. It shall also include the latest editions,
including all addenda/corrigenda or relevant Indian Standard Specifications and Bureau Of
Indian Standards.

GTC OF WORKS CONTRACT

Page 2

2.15 The "Sub-Contractor" means any person or firm or Company (other than the
Contractor) to whom any part of the work has been entrusted by the Contractor with the prior
written consent of the Owner/Engineer-in-Charge/Site-in- Charge and their legal heirs,
representatives, successors and permitted assignees of such person, firm or Company.
2.16 The "Temporary Work" means and includes all such works which are a part of the
contract for execution of the permanent work but does not form part of the permanent work
confirming to practices, procedures applicable rules and regulations relevant in that behalf.
2.17 The "Tender" means the document submitted by a person or authority for carrying out
the work and the Tenderer means a person or authority who submits the tender offering to
carry out the work as per the terms and conditions.
2.18 The "Work" shall mean the works to be executed in accordance with the Contract or
part thereof as the case may be and shall include extra, additional, altered or substituted
works as maybe required for the purposes of completion of the work contemplated under the
Contract.
3. SUBMISSION OF TENDER
3.1 Before submitting the Tender, the Tenderer shall at their own cost and expenses visit the
site, examine and satisfy as to the nature of the existing roads, means of communications,
the character of the soil, state of land and of the excavations, the correct dimensions of the
work facilities for procuring various construction and other material and their availability, and
shall obtain information on all matters and conditions as they may feel necessary for the
execution of the works as intended by the Owners and shall also satisfy of the availability of
suitable water for construction of civil works and for drinking purpose and power required for
fabrication work etc. Tenderer, whose tender may be accepted and with whom the Contract
is entered into shall not be eligible and be able to make any claim on any of the said counts
in what so ever manner for what so ever reasons at any point of time and such a claim shall
not be raised as a dispute and shall not be arbitrable.
A pre-bid meeting may be held as per the schedule mentioned in the tender.
3.2 The Tenderer shall be deemed to have satisfied fully before tendering as to the
correctness and sufficiency of his tender for the works and of the rates and prices quoted in
the schedule of quantities which rates and prices shall except as otherwise provided cover
all his obligations under the contract.
3.3 It must be clearly understood that the whole of the conditions and specifications are
intended to be strictly enforced and that no work will be considered as extra work and
allowed and paid for unless they are clearly outside the scope, spirit, meaning of the
Contract and intent of the Owner and have been so ordered in writing by Owner and/or
Engineer-in-Charge/Site-in-Charge, whose decision shall be final and binding.
3.4 Before filling the Tender the Contractor will check and satisfy all drawings and materials
to be procured and the schedule of quantities by obtaining clarification from the Owner on all
the items as may be desired by the Tenderer. No claim for any alleged loss or compensation
will be entertained on this account, after submission of Tender by the Tenderer/Contractor
and such a claim shall not be arbitrable.
3.5 Unless specifically provided for in the tender documents or any Special
Conditions, no escalation in the Tender rates or prices quoted will be permitted
throughout the period of contract or the period of actual completion of the job
GTC OF WORKS CONTRACT

Page 3

whichever is later on account of any variation in prices of materials or cost of labour


or due to any other reasons. Claims on account of escalation shall not be arbitrable.
3.6 The quantities indicated in the Tender are approximate. The approved schedule of rates
of the contract will be applicable for variations upto plus or minus 25% of the contract value.
No revision of schedule of rates will be permitted for such variations in the contract value,
including variations of individual quantities, addition of new items, alterations,
additions/deletions or substitutions of items, as mentioned above. Quantities etc. mentioned
and accepted in the joint measurement sheets shall alone be final and binding on the
parties.
3.7 Owner reserve their right to award the contract to any tenderer and their decision in this
regard shall be final. They also reserve their right to reject any or all tenders received. No
disputes could be raised by any tenderer(s) whose tender has been rejected.
3.8 The Rates quoted by the Tenderer shall include Costs and expenses on all counts viz.
cost of materials, transportation of machine(s), tools, equipments, labour, power,
Administration charges, price escalations, profits, etc. etc. except to the extent of the cost of
material(s), if any, agreed to be supplied by Owner and mentioned specifically in that regard
in condition of Contract, in which case, the cost of such material if taken for preparation of
the Contractor's Bill(s) shall be deducted before making payment of the Bill(s) of the
Contractor. The description given in the schedule of quantities shall unless otherwise stated
be held to include wastage on materials, carriage and cartage, carrying in and return of
empties, hoisting, setting, fitting and fixing in position and all other expenses necessary in
and for the full and complete execution and completion of works and in accordance with
good practice and recognised principles in that regard.
3.9 Employees of the State and Central Govt. and employees of the Public Sector
Undertakings, including retired employees are covered under their respective service
conditions/rules in regard to their submitting the tender. All such persons should ensure
compliance to the respective/applicable conditions, rules etc. etc. Any person not complying
with those rules etc. but submitting the tender in violation of such rules, after being so
noticed shall be liable for the forfeiture of the Earnest Money Deposit made with the tender,
termination of Contract and sufferance on account of forfeiture of Security Deposit and
sufferance of damages arising as a result of termination of Contract.
3.10 In consideration for having a chance to be considered for entering into a contract
with the Owner, the Tenderer agrees that the Tender submitted by him shall remain
valid for the period prescribed in the tender conditions, from the date of opening of
the tender. The Tenderer shall not be entitled during the said validity period, to revoke
or cancel the tender without the consent in writing from the Owner.
In case the tenderer revokes or cancels the tender or varies any of terms of the tender
without the Consent of the Owner, in writing, the Tenderer forfeits the right to the refund of
the Earnest Money paid along with the tender.
3.11 The prices quoted by the Tenderer shall be firm during the validity period of the
bid and Tenderer agrees to keep the bid alive and valid during the said period. The
Tenderers shall particularly take note of this factor before submitting their tender(s).
3.12 The works shall be carried out strictly as per approved specifications. Deviations, if any,
shall have to be authorised by the Engineer-in-Charge/Site-in-Charge in writing prior to
implementing deviations. The price benefit, if any, arising out of the accepted deviation shall
be passed on to the Owner. The decision of Engineer-in-Charge shall be final in this matter.
GTC OF WORKS CONTRACT

Page 4

3.13 The contractor shall make all arrangements at his own cost to transport the required
materials outside and inside the working places and leaving the premises in a neat and tidy
condition after completion of the job to the satisfaction of Owner. All materials except those
agreed to be supplied by the Owner shall be supplied by the contractor at his own cost and
the rates quoted by the Contractor should be inclusive of all royalties, rents, taxes, duties,
octroi, statutory levies, if any, etc. etc.
3.14 The Contractor shall not carry on any work other than the work under this Contract
within the Owners premises without prior permission in writing from the Engineer-inCharge/Site-in-charge.
3.15 The Contractor shall be bound to follow and ensure compliance to all the safety and
security regulations and other statutory rules applicable to the area. In the event of any
damage or loss or sufferance caused due to non-observance of such rules and regulations,
the contractor shall be solely responsible for the same and shall keep the Owner indemnified
against all such losses and claims arising from the same.
3.16 At any time after acceptance of tender, the Owner reserves the right to add, amend or
delete any work item, the bill of quantities at a later date or reduce the scope of work in the
overall interest of the work by prior discussion and intimation to the Contractor. The decision
of Owner, with reasons recorded therefor, shall be final and binding on both the Owner and
the Contractor. The Contractor shall not have right to claim compensation or damage etc. in
that regard. The Owner reserves the right to split the work under this contract between two
or more contractors without assigning any reasons.
3.17 Contractor shall not be entitled to sublet, sub contract or assign, the work under this
Contract without the prior consent of the Owner obtained in writing.
3.18 All signatures in tender document shall be dated as well as all the pages of all sections
of the tender documents shall be initialled at the lower position and signed, wherever
required in the tender papers by the Tenderer or by a person holding Power of Attorney
authorising him to sign on behalf of the tenderer before submission of tender.
3.19 The tender should be quoted in English, both in figures as well as in words. The rates
and amounts tendered by the Tenderer in the Schedule of rates for each item and in such a
way that insertion is not possible. The total tendered amount should also be indicated both in
figures and words with the signature of tenderer.
If some discrepancies are found between the rates given in words and figures ofthe
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.
3.20 All corrections and alterations in the entries of tender paper will be signed in full by the
tenderer with date. No erasures or over writings are permissible.

GTC OF WORKS CONTRACT

Page 5

3.21 Transfer of tender document by one intending tenderer to the another one is not
permissible. The tenderer on whose name the tender has been sent only can quote.
3.22 The Tender submitted by a tenderer if found to be incomplete in any or all manner is
liable to be rejected. The decision of the Owner in this regard is final and binding.
4. DEPOSITS
a) EARNEST MONEY DEPOSIT (EMD)
The tenderer will be required to pay a sum as specified in the covering letter, as earnest
money deposit along with the tender either thru a crossed demand draft or a non-revokable
Bank Guarantee in favour of Hindustan Petroleum Corporation Limited, from any Scheduled
Bank (other than a Co-Operative Bank) payable at Mumbai in favour of Hindustan Petroleum
Corporation Limited, Mumbai in the proforma enclosed. The earnest money deposit will be
refunded after finalisation of the contract.
Note: Public sector enterprises and small scale units registered with National Small Scale
Industries are exempted from payment of Earnest Money Deposit. Small scale units
registered with National Small Scale Industries should enclose a photocopy of their
registration certificate with their quotation to make their quotation eligible for consideration.
The Registration Certificate should remain valid during the period of the contract that may be
entered into with such successful bidder. Such tenderers should ensure validity of the
Registration Certificate for the purpose.
b) SECURITY DEPOSIT:
The tenderer, with whom the contract is decided to be entered into and intimation is so given
will have to make a security deposit of one percent (1%) of the total contract value in the
form of account payee crossed demand draft drawn in favour of the Owner, within 15 days
from the date of intimation of acceptance of their tender, failing which the Owner reserves
the right to cancel the Contract and forfeit the EMD.
1% of PO/Contract value as Security deposit will be acceptable in the form of Demand
draft upto r50,000/- and in the form of Demand draft / Bank guarantee beyond r
50,000/-.
Composite Performance Bank Guarantee (CPBG) for 10% of PO value towards
Performance Bank Guarantee inclusive of Security Deposit shall be accepted (in lieu
of deduction of retention money); such CPBG shall be valid upto a period of 3 months
beyond the expiry of defect liability period.
Demand Draft should be drawn on Scheduled Banks, other than co-operative bank.
5. EXECUTION OF WORK
All the works shall be executed in strict conformity with the provisions of the contract
documents and with such explanatory details, drawings, specifications and instructions as
may be furnished from time to time to the Contractor by the Engineer-in-Charge/ Site-inCharge, whether mentioned in the Contract or not. The Contractor shall be responsible for
ensuring that works throughout are executed in the most proper and workman- like manner
with the quality of material and workmanship in strict accordance with the specifications and
to the entire satisfaction of the Engineer-in- Charge/Site-in-Charge.
GTC OF WORKS CONTRACT

Page 6

The completion of work may entail working in monsoon also. The contractor must maintain
the necessary work force as may be required during monsoon and plan to execute the job in
such a way the entire project is completed within the contracted time schedule. No extra
charges shall be payable for such work during monsoon. It shall be the responsibility of the
contractor to keep the construction work site free from water during and off the monsoon
period at his own cost and expenses.
For working on Sundays/Holidays, the contractor shall obtain the necessary permission from
Engineer Incharge/Site Incharge in advance. The contractor shall be permitted to work
beyond the normal hours with prior approval of Engineer-In-Charge/Site-In-Charge and the
contractors quoted rate is inclusive of all such extended hours of working and no extra
amount shall be payable by the owner on this account.
5.a. SETTING OUT OF WORKS AND SITE INSTRUCTIONS
5.a.1. The Engineer-in-Charge/Site-in-Charge shall furnish the Contractor with only the four
corners of the work site and a level bench mark and the Contractor shall set out the works
and shall provide an efficient staff for the purpose and shall be solely responsible for the
accuracy of such setting out.
5.a.2. The Contractor shall provide, fix and be responsible for the maintenance of all
necessary stakes, templates, level marks, profiles and other similar things and shall take all
necessary precautions to prevent their removal or disturbance and shall be responsible for
consequences of such removal or disturbance should the same take place and for their
efficient and timely reinstatement. The Contractor shall also be responsible for the
maintenance of all existing survey marks, either existing or supplied and fixed by the
Contractor. The work shall be set out to the satisfaction of the Engineer-in-Charge/Site-inCharge. The approval thereof or joining in setting out the work shall not relieve the
Contractor of his responsibility.
5.a.3. Before beginning the works, the Contractor shall, at his own cost, 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 the scheme, for bearing marks
acceptable to the Engineer-in-Charge/Site-in-Charge. The Centre longitudinal or face lines
and cross lines shall be marked by means of small masonary pillars. Each pillar shall have
distinct marks at the centre to enable theodolite to be set over it. No work shall be started
until all these points are checked and approved by the Engineer-in-Charge/Site-in-Charge in
writing. But such approval shall not relieve the contractor of any of his responsibilities. The
Contractor shall also provide all labour, materials and other facilities, as necessary, for the
proper checking of layout and inspection of the points during construction.
5.a.4. Pillars bearing geodetic marks located at the sites of units of works under construction
should be protected and fenced by the Contractor.
5.a.5. On completion of works, the contractor shall submit the geodetic documents according
to which the work was carried out.
5.a.6. The Engineer-in-Charge/Site-in-Charge shall communicate or confirm his instructions
to the contractor in respect of the executions of work in a "work site order book" maintained
in the office having duplicate sheet and the authorised representative of the contractor shall
confirm receipt of such instructions by signing the relevant entries in the book.
5.a.7. All instructions issued by the Engineer-in-Charge/Site-in-Charge shall be in writing.
The Contractor shall be liable to carry out the instructions without fail.
GTC OF WORKS CONTRACT

Page 7

5.a.8. If the Contractor after receipt of written instruction from the Engineer-in-Charge/ Sitein-Charge requiring compliance within seven days fails to comply with such drawings or
'instructions' or both as the Engineer-in-Charge/Site-in-Charge may issue, owner may
employ and pay other persons to execute any such work whatsoever that may be necessary
to give effect to such drawings or `instructions' and all cost and expenses incurred in
connection therewith as certified by the Engineer-in-Charge/ Site-in-Charge shall be borne
by the contractor or may be deducted from amounts due or that may become due to the
contractor under the contract or may be recovered as a debt.
5.a.9. The Contractor shall be entirely and exclusively responsible for the horizontal and
vertical alignment, the levels and correctness of every part of the work and shall rectify
effectually any errors or imperfections therein. Such rectifications shall be carried out by the
Contractor, at his own cost.
5.a.10. In case any doubts arise in the mind of the Contractor in regard to any expressions,
interpretations, statements, calculations of quantities, supply of material rates, etc. etc., the
contractor shall refer the same to the Site-in-Charge/ Engineer-in-Charge for his clarification,
instructions, guidance or clearing of doubts. The decision of the Engineer-in-Charge/Site-inCharge shall be final and the contractor shall be bound by such a decision.
5.a.11."The Contractor shall take adequate precautions, to ensure that his operations do not
create nuisance or misuse of the work space that shall cause unnecessary disturbance or
inconvenience to others at the work site".
5.a.12. "All fossils, coins articles of value of antiquity and structure or other remains of
geological or archaeological discovered on the site of works shall be declared to be the
property of the Owner and Contractor shall take reasonable precautions to prevent his
workmen or any other persons from removing or damaging any such articles or thing and
shall immediately inform the Owner/ Engineer-in-Charge/Site-in- Charge."
5.a.13. "Contractor will be entirely and exclusively responsible to provide and maintain at his
expenses all lights, guards, fencing, etc. when and where even necessary or/as required by
the Engineer-in-Charge/Site-in-Charge for the protection of works or safety and convenience
to all the members employed at the site or general public."
5.b. COMMENCEMENT OF WORK
The contractor shall after paying the requisite security deposit, commence work within 15
days from the date of receipt of the intimation of intent from the Owner informing that the
contract is being awarded. The date of intimation shall be the date/day for counting the
starting day/date and the ending day/date will be accordingly calculated. Penalty, if any, for
the delay in execution shall be calculated accordingly.
Contractor should prepare detailed fortnightly construction programme for approval by the
Engineer-in-Charge within one month of receipt of Letter Of Intent. The work shall be
executed strictly as per such time schedule. The period of Contract includes the time
required for testing, rectifications, if any, re-testing and completion of work in all respects to
the entire satisfaction of the Engineer-in-Charge.
A Letter of Intent is an acceptance of offer by the Owner and it need not be accepted by the
contractor. But the contractor should acknowledge a receipt of the purchase order within 15
days of mailing of Purchase Order and any delay in acknowledging the receipt will be a
breach of contract and compensation for the loss caused by such breach will be recovered
GTC OF WORKS CONTRACT

Page 8

by the Owner by forfeiting earnest money deposit/bid bond.


5.c. SUBLETTING OF WORK
5.c.1. No part of the contract nor any share or interest thereof shall in any manner or degree
be transferred, assigned or sublet, by the Contractor, directly or indirectly to any firm or
corporation whatsoever, without the prior consent in writing of the Owner.
5.c.2. At the commencement of every month the Contractor shall furnish to the Engineer-in
charge/Site-in-Charge list of all sub-contractors or other persons or firms engaged by the
Contractor.
5.c.3 The contract agreement will specify major items of supply or services for which the
Contractor proposes to engage sub-Contractor/sub-Vendor. The contractor may from time to
time propose any addition or deletion from any such list and will submit the proposals in this
regard to the Engineer-in-charge/Designated officer-in-charge for approval well in advance
so as not to impede the progress of work. Such approval of the Engineer-incharge/Designated officer-in-charge will not relieve the contractor from any of his obligations,
duties and responsibilities under the contract.
5.c.4. Notwithstanding any sub-letting with such approval as resaid and notwithstanding that
the Engineer-in-Charge shall have received copies of any sub-contract, the Contractor shall
be and shall remain solely to be responsible for the quality and proper and expeditious
execution of the works and the performance of all the conditions of the contract in all
respects as if such subletting or sub-contracting had not taken place and as if such work had
been done directly by the Contractor.
5.c.5 Prior approval in writing of the Owner shall be obtained before any change is made in
the constitution of the contractor/Contracting agency otherwise contract shall be deemed to
have been allotted in contravention of clause entitled sub-letting of works and the same
action may be taken and the same consequence shall ensue as provided in the clause of
sub- letting of works.
5.d EXTENSION OF TIME
1) If the Contractor anticipates that he will not be able to complete the work within the
contractual delivery/ completion date (CDD), then the Contractor shall make a request
for grant of time extension clearly specifying the reasons for which he seeks
extension of time and demonstrating as to how these reasons were beyond the
control of the contractor or attributable to the Owner. This request should be made
well before the expiry of the Contractual Delivery/ Completion Date (CDD).
2) If such a request for extension is received with a Bank Guarantee for the full Price
Reduction amount calculated on the Total Contract Value, the concerned General
Manager of the Owner shall grant a Provisional extension of time, pending a decision
on the request.
3) The concerned General Manager of the Owner shall expeditiously decide upon the
request for time extension and decide the levy of price reduction within a maximum
period of 6 months fom the CDD or date of receipt of the request, whichever is earlier.
4) Grant of any extension of time shall be by means of issuance of a Change Order.

GTC OF WORKS CONTRACT

Page 9

5) In order to avoid any cash crunch to the Contractor, a Bank Guarantee could be
accepted against Price Reduction, as stated above. Once a decision is taken, the
Price Reduction shall be recovered from any pending bills or by encashment of the
BG. Any balance sum of Contractor or the BG (if Price Reduction is fully recovered
from the bills) shall be promptly refunded/returned to the Contractor.
5.e. SUSPENSION OF WORKS
5.e.1. Subject to the provisions of this contract, the contractor shall if ordered in writing by
the Engineer- in-Charge/Site-in-Charge for reasons recorded suspend the works or any part
thereof for such period and such time so ordered and shall not, after receiving such, proceed
with the work therein ordered to suspended until he shall have received a written order to restart. The Contractor shall be entitled to claim extension of time for that period of time the
work was ordered to be suspended. Neither the Owner nor the Contractor shall be entitled to
claim compensation or damages on account of such an extension of time.
5.e.2. In case of suspension of entire work, ordered in writing by Engineer-in- Charge/Site-inCharge, for a period of 30 days, the Owner shall have the option to terminate the Contract as
provided under the clause for termination. The Contractor shall not be at liberty to remove
from the site of the works any plant or materials belonging to him and the Employer shall
have lien upon all such plant and materials.
5.e.3. The contractor shall, in case of suspension have the right to raise a dispute and have
the same arbitrated but however, shall not have the right to have the work stopped from
further progress and completion either by the owner or through other contractor appointed by
the owner.
5.f. OWNER MAY DO PART OF WORK
Not withstanding anything contained elsewhere in this contract, the owner upon failure of the
Contractor to comply with any instructions given in accordance with the provisions of this
contract, may instead of Contract and undertaking charge of entire work, place additional
labour force, tools, equipment and materials on such parts of the work, as the Owner may
decide or engage another Contractor to carryout the balance of work. In such cases, the
Owner shall have the right to deduct from the amounts payable to the Contractor the
difference in cost of such work and materials with ten percent overhead added to cover all
departmental charges. Should the total amount thereof exceed the amount due to the
contractor, the Contractor shall pay the difference to the Owner within 15 days of making
demand for payment failing which the Contractor shall be liable to pay interest at 24% p.a.
on such amounts till the date of payment.
5.g. INSPECTION OF WORKS
5.g.1. The Engineer-in-Charge/Site-in-Charge and Officers from Central or State
Government will have full power and authority to inspect the works at any time wherever in
progress, either on the site or at the Contractor's premises/workshops of any person, firm or
corporation where work in connection with the contract may be in hand or where the
materials are being or are to be supplied, and the Contractor shall afford or procure for the
Engineer-in-Charge/Site-in-Charge every facility and assistance to carryout such inspection.
The Contractor shall, at all times during the usual working hours and at all other times at
which reasonable notice of the intention of the Engineer-in-Charge/Site-in-Charge or his
representative to visit the works shall have been given to the Contractor, either himself be
present to receive orders and instructions, or have a responsible agent, duly accredited in
GTC OF WORKS CONTRACT

Page 10

writing, present for the purpose. Orders given to the Contractor's agent shall be considered
to have the same force as if they had been given to the Contractor himself. The Contractor
shall give not less than seven days notice in writing to the Engineer-in-Charge/Site-inCharge before covering up or otherwise placing beyond reach of inspection and
measurement any work in order that the same may be inspected and measured. In the event
of breach of above, the same shall be uncovered at Contractor's expense for carrying out
such measurement and/or inspection.
5.g.2. No material shall be removed and despatched by the Contractor from the site without
the prior approval in writing of the Engineer-in-charge. The contractor is to provide at all
times during the progress of the work and the maintenance period proper means of access
with ladders, gangways, etc. and the necessary attendance to move and adapt as directed
for inspection or measurements of the works by the Engineer-in-Charge/Site-in-Charge.
5.h. SAMPLES
5.h.1. The contractor shall furnish to the Engineer-in-charge/Site-in-Charge for approval
when requested or required adequate samples of all materials and finishes to be used in the
work.
5.h.2. Samples shall be furnished by the Contractor sufficiently in advance and before
commencement of the work so as the Owner can carry out tests and examinations thereof
and approve or reject the samples for use in the works. All material samples furnished and
finally used/applied in actual work shall fully be of the same quality of the approved samples.
5.i. TESTS FOR QUALITY OF WORK
5.i.1. All workmanship shall be of the respective kinds described in the contract documents
and in accordance with the instructions of the Engineer-in-Charge / Site in- Charge and shall
be subjected from time to time to such tests at Contractor's cost as the Engineer-inCharge/Site-in-Charge may direct at the place of manufacture or fabrication or on the site or
at all or any such places. The Contractor shall provide assistance, instruments, labour and
materials as are normally required for examining, measuring and testing any workmanship
as may be selected and required by the Engineer-in-Charge/Site-in-Charge.
5.i.2. All the tests that will be necessary in connection with the execution of the work as
decided by the Engineer-in- charge/Site-in-Charge shall be carried out at the contractors
cost and expenses.
5.i.3. If any tests are required to be carried out in connection with the work or materials or
workmanship to be supplied by the owner, such tests shall be carried out by the Contractor
as per instructions of Engineer-in-Charge/Site-in-Charge and expenses for such tests, if any,
incurred by the contractor shall be reimbursed by the Owner. The contractor should file his
claim with the owner within 15 (fifteen) days of inspection/test and any claim made beyond
that period shall lapse and be not payable.
5.j. ALTERATIONS AND ADDITIONS TO SPECIFICATIONS, DESIGNS AND WORKS
5.j.1. The Engineer-in-Charge/Site-in-Charge shall have powers to make any alterations,
additions and/or substitutions to the schedule of quantities, the original specifications,
drawings, designs and instructions that may become necessary or advisable or during the
progress of the work and the Contractor shall be bound to carryout such altered/extra/new
items of work in accordance with instructions which may be given to him in writing signed by
the Engineer-in-Charge/Site- in-Charge. Such alterations, omissions, additions or
GTC OF WORKS CONTRACT

Page 11

substitutions shall not invalidate the contract. The altered, additional or substituted work
which the Contractor may be directed to carryon in the manner as part of the work shall be
carried out by the Contractor on the same conditions in all respects on which he has agreed
to do the work. The time for completion of such altered added and/or substituted work may
be extended for that part of the particular job. The rates for such additional altered or
substituted work under this Clause shall, be worked out in accordance with the following
provisions:
5.j.2. If the rates for the additional, altered or substituted work are specified in the contract
for similar class of work, the Contractor is bound to carryout the additional, altered or
substituted work at the same rates as are specified in the contract.
5.j.3. If the rates for the additional, altered or substituted work are not specifically provided in
the contract for the work, the rates will be derived from the rates for similar class of work as
are specified in the contract for the work. In the opinion of the Engineer in- Charge/Site-inCharge as to whether or not the rates can be reasonably so derived from the items in this
contract, will be final and binding on the Contractor.
5.j.4. If the rates for the altered, additional or substituted work cannot be determined in the
manner specified above, then the Contractor shall, within seven days of the date of receipt of
order to carry out the work, inform the Engineer-in-Charge/ Site in- Charge of the rate at
which he intends to charge for such class of work, supported by analysis of the rate or rates
claimed and the Engineer-In-Charge/ Site-in-Charge shall determine the rates on the basis
of the prevailing market rates for both material and labour plus 10% to cover overhead and
profit of labour rates and pay the Contractor accordingly. The opinion of the Engineer-inCharge/Site-in-Charge as to current market rates of materials and the quantum of labour
involved per unit of measurement will be final and binding on the contractor.
5.j.5. In case of any item of work for which there is no specification supplied by the Owner
and is mentioned in the tender documents, such work shall be carried out in accordance with
Indian Standard Specifications and if the Indian Standard Specifications do not cover the
same, the work should be carried out as per standard Engineering Practice subject to the
approval of the Engineer-in-Charge/ Site in- Charge.
5.k. PROVISIONAL ACCEPTANCE
Acceptance of sections of the works for purposes of equipment erection, piping, electrical
work and similar usages by the Owner and payment for such work or parts of work shall not
constitute a waiver of any portion of this contract and shall not be construed so as to prevent
the Engineer from requiring replacement of defective work that may become apparent after
the said acceptance and also shall not absolve the Contractor of the obligations under this
contract. It is made clear that such an acceptance does not indicate or denote or establish to
the fact of execution of that work or the Contract until the work is completed in full in
accordance with the provisions of this Contract.
5.l. COMPLETION OF WORK AND COMPLETION CERTIFICATE
As soon as the work is completed in all respects, the contractor shall give notice of such
completion to the site in charge or the Owner and within thirty days of receipt of such notice
the site in charge shall inspect the work and shall furnish the contractor with a certificate of
completion indicating:
a) defects, if any, to be rectified by the contractor
b) items, if any, for which payment shall be made in reduced rates
GTC OF WORKS CONTRACT

Page 12

c) the date of completion.


5.m. USE OF MATERIALS AND RETURN OF SURPLUS MATERIALS
5.m.1. Notwithstanding anything contained to the contrary in any or all of the clauses of this
contract, where any materials for the execution of the contract are procured with the
assistance of Government either by issue from Government stocks or procurement made
under orders or permits or licences issued by Government, the contractor shall use the said
materials economically and solely for the purpose of the contract and shall not dispose them
of without the permission of the Owner.
5.m.2. All surplus(serviceable) or unserviceable materials that may be left over after the
completion of the contract or at its termination for any reason whatsoever, the Contractor
shall deliver the said product to the Owner without any demur. The price to be paid to the
Contractor, if not already paid either in full or in part, however, shall not exceed the amount
mentioned in the Schedule of Rates for such material and in cases where such rates are not
so mentioned, shall not exceed the CPWD scheduled rates. In the event of breach of the
aforesaid condition the contractor shall become liable for contravention of the terms of the
Contract.
5.m.3. The surplus (serviceable) and unserviceable products shall be determined by joint
measurement. In case where joint measurement has failed to take place, the Owner may
measure the same and determine the quantity.
5.m.4. It is made clear that the Owner shall not be liable to take stock and keep possession
and pay for the surplus and unserviceable stocks and the Owner may direct the Contractor
to take back such material brought by the Contractor and becoming surplus and which the
Owner may decide to keep and not to pay for the same.
5.n. DEFECT LIABILITY PERIOD
The contractor shall guarantee the work executed for a period of 12 months from the date of
completion of the job. Any damage or defect that may arise or lie undiscovered at the time of
completion of the job shall be rectified or replaced by the contractor at his own cost. The
decision of the Engineer In-charge/Site-In-charge/Owner shall be the final in deciding
whether the defect has to be rectified or replaced.
Equipment or spare parts replaced under warranty/guarantees shall have further warranty
for a mutually agreed period from the date of acceptance.
The owner shall intimate the defects noticed in writing by a Registered A.D. letter or
otherwise and the contractor within 15 days of receipt of the intimation shall start the
rectification work and complete within the time specified by the owner failing which the owner
will get the defects rectified by themselves or by any other contractor and the expenses
incurred in getting the same done shall be paid by the Contractor under the provision of the
Contract.
Thus, defect liability is applicable only in case of job/works contract (civil, mechanical,
electrical, maintenance etc. ) where any damage of defect may arise in future (i.e. within 12
months from the date of completion of job) or lie undiscovered at the time of completion of
job.

GTC OF WORKS CONTRACT

Page 13

In other words, in case of service contracts (like car hire etc.) where there is no
question of damage or defect arising in future, the defect liability clause is not
applicable.
5.o. DAMAGE TO PROPERTY
5.o.1. Contractor shall be responsible for making good to the satisfaction of the Owner any
loss of and any damage to all structures and properties belonging to the Owner or being
executed or procured by the Owner or of other agencies within the premises of the work of
the Owner, if such loss or damage is due to fault and/or the negligence or willful acts or
omission of the Contractor, his employees, agents, representatives or sub-contractors.
5.o.2. The Contractors shall indemnify and keep the Owner harmless of all claims for
damage to Owner's property arising under or by reason of this contract.

6. DUTIES AND RESPONSIBILITIES OF CONTRACTOR


6.a. EMPLOYMENT LIABILITY TOWARDS WORKERS EMPLOYED BY THE
CONTRACTOR
6.a.1 The Contractor shall be solely and exclusively responsible for engaging or employing
persons for the execution of work. All persons engaged by the contractor shall be on
Contractor's payroll and paid by Contractor. All disputes or differences between the
Contractor and his/their employees shall be settled by Contractor.
6.a.2. Owner has absolutely no liability whatsoever concerning the employees of the
Contractor. The Contractor shall indemnify Owner against any loss or damage or liability
arising out of or in the course of his/their employing persons or relation with his/their
employees. The Contractor shall make regular and full payment of wages and on any
complaint by any employee of the Contractor or his subcontractor regarding non-payment of
wages, salaries or other dues, Owner reserves the right to make payments directly to such
employees or subcontractor of the Contractor and recover the amount in full from the bills of
the Contractor and the contractor shall not claim any compensation or reimbursement
thereof. The Contractor shall comply with the Minimum Wages Act applicable to the area of
work site with regard to payment of wages to his employees and also to employees of his
subcontractor.
6.a.3. The Contractor shall advise in writing or in such appropriate way to all of his
employees and employees of sub-contractors and any other person engaged by him that
their appointment/employment is not by the Owner but by the Contractor and that their
present appointment is only in connection with the construction contract with Owner and that
therefore, such an employment/appointment would not enable or make them eligible for any
employment/appointment with the Owner either temporarily or/and permanent basis.
6.b. NOTICE TO LOCAL BODIES
The contractor shall comply with and give all notices required under any Government
authority, instruction, rule or order made under any act of parliament, state laws or any
regulations or by-laws of any local authority relating to the works.
6.c. FIRST AID AND INDUSTRIAL INJURIES
6.c.1 Contractor shall maintain first aid facility for his employees and those of his subcontractors.
GTC OF WORKS CONTRACT

Page 14

6.c.2. Contractor shall make arrangements for ambulance service and for the treatment of all
types of injuries. Names and telephone numbers of those providing such services shall be
furnished to Owner prior to start of construction and their name board shall be prominently
displayed in Contractor's field office.
6.c.3. All industrial injuries shall be reported promptly to owner and a copy of contractor's
report covering each personal injury requiring the attention of a physician shall be furnished
to the Owner.
6.d. SAFETY CODE
6.d.1. The Contractor shall at his own expenses arrange for the Safety provisions as may be
necessary for the execution of the work or as required by the Engineer-in-Charge in respect
of all labours directly or indirectly employed for performance of the works and shall provide
all facilities in connections therewith. In case the contractor fails to make arrangements and
provide necessary facilities as aforesaid, the Owner shall be entitled to do so and recover
the cost thereof from the Contractor.
6.d.2. From the commencement to the completion of the works, the contractor shall take full
responsibility for the care thereof and of all the temporary works (defined as meaning all
temporary works of every kind required in or for the execution, completion or maintenance of
the works). In case damage, loss or injury shall happen to the works or to any part thereof or
to temporary works or to any cause whatsoever repair at his (Contractor's) own cost and
make good the same so that at the time of completion, the works shall be in good order and
condition and in conformity in every respect with the requirement of the contract and
Engineer-in-Charge's instructions.
6.d.3. In respect of all labour, directly or indirectly employed in the work for the performance
of the Contractor's part of this agreement, the contractor shall at his own expense arrange
for all the safety provisions as per relevant Safety Codes of C.P.W.D Bureau of Indian
Standards, the Electricity Act/I.E. Rules. The Mines Act and such other Acts as applicable.
6.d.4. The Contractor shall observe and abide by all fire and safety regulations of the Owner.
Before starting construction work, the Contractor shall consult with Owner's Safety Engineer
or Engineer-in-Charge/Site-in-Charge and must make good to the satisfaction of the Owner
any loss or damage due to fire to any portion of the work done or to be done under this
agreement or to any of the Owner's existing property.
6.d.5. The Contractor will be fully responsible for complying with all relevant provisions of the
Contract Labour Act and shall pay rates of Wages and observe hours of work/conditions of
employment according to the rules in force from time to time.
6.d.6. The Contractor will be fully responsible for complying with the provision including
documentation and submission of reports on the above to the concerned authorities and
shall indemnify the Corporation from any such lapse for which the Government will be taking
action against them.
6.d.7. Owner shall on a report having been made by an inspecting Office as defined in the
Contract Labour Regulations have the power to deduct from the money due to the
Contractor any sum required or estimated to be required for making good the loss suffered
by a worker(s) by reasons of non-fulfilment of conditions of contract for the benefit of workers
no-payment of wages or of deductions made from his or their wages which are not justified
by the terms of contract or non-observance of the said contractor's labour Regulation.
6.e. INSURANCE AND LABOUR
GTC OF WORKS CONTRACT

Page 15

Contractor shall at his own expense obtain and maintain an insurance policy with a
Nationalised Insurance Company to the satisfaction of the Owner as provided hereunder.
6.e.1. EMPLOYEES STATE INSURANCE ACT
i. The Contractor agrees to and does hereby accept full and exclusive liability for the
compliance with all obligations imposed by Employees State Insurance Act, 1948, and the
Contractor further agrees to defend indemnify and hold Owner harmless from any liability or
penalty which may be imposed by the Central, State or local authority by reason of any
asserted violation by Contractor, or sub-contractor of the Employees' State Insurance Act,
1948 and also from all claims, suits or proceedings that may be brought against the Owner
arising under, growing out of or by reason of the work provided for by this contract whether
brought by employees of the Contractor, by third parties or by Central or State Government
authority or any political subdivision thereof.
ii. The Contractor agrees to file with the Employees State Insurance Corporation, the
Declaration forms and all forms which may be required in respect of the Contractor's or subcontractor's employee whose aggregate emuneration is within the specified limit and who
are employed in the work provided or those covered by ESI Act under any amendment to the
Act from time to time.
The Contractor shall deduct and secure the agreement of the sub-contractor to deduct the
employee's contribution as per the first schedule of the Employee's State Insurance Act from
wages and affix the employee's contribution cards at wages payment intervals. The
Contractor shall remit and secure the agreement of the sub-contractor to remit to the State
Bank of India, Employee's State Insurance Corporation Account, the Employee's contribution
as required by the Act.
ii. The Contractor agrees to maintain all records as required under the Act in respect of
employees and payments and the Contractor shall secure the agreement of the sub
contractor to maintain such records. Any expenses incurred for the contributions, making
contribution or maintaining records shall be to the Contractor's or sub-contractor's account.
iv. The Owner shall retain such sum as may be necessary from the total contract value until
the Contractor shall furnish satisfactory proof that all contributions as required by the
Employees State Insurance Act, 1948, have been paid.
v. WORKMAN'S COMPENSATION AND EMPLOYEE'S LIABILITY INSURANCE
Provide Insurance for all the Contractor's employees engaged in the performance of this
contract. If any of the work is sublet, the Contractor shall ensure that the sub-contractor
provides workmen's compensation and Employer's Liability Insurance for the latter's
employees who are not covered under the Contractor's insurance.
vi. AUTOMOBILE LIABILITY INSURANCE
Contractor shall take out an Insurance to cover all risks to Owner for each of his vehicles
plying on works of this contract and these insurances shall be valid for the total contract
period. No extra payment will be made for this insurance. Owner shall not be liable for any
damage or loss not made good by the Insurance Company, should such damage or loss
result from unauthorised use of the vehicle. The provisions of the Motor Vehicle Act would
apply.
vii. FIRE INSURANCE
GTC OF WORKS CONTRACT

Page 16

Contractor shall within two weeks after award of contract insure the Works, Plant and
Equipment and keep them insured until the final completion of the Contract against loss or
damage by accident, fire or any other cause with an insurance company to be approved by
the Employer/Consultant in the joint names of the Employer and the Contractor (name of the
former being placed first in the Policy). Such Policy shall cover the property of the Employer
only.
6.e.2. ANY OTHER INSURANCE REQUIRED UNDER LAW OR REGULATION OR BY
OWNER
i. Contractor shall also provide and maintain any and all other insurance which may be
required under any law or regulations from time to time. He shall also carry and maintain any
other insurance which may be required by the Owner.
ii. The aforesaid insurance policy/policies shall provide that they shall not be cancelled till the
Engineer-in-Charge has agreed to their cancellation.
iii. The Contractor shall satisfy to the Engineer-in-Charge/Site-in-Charge from time to time
that he has taken out all insurance policies referred to above and has paid the necessary
premium for keeping the policies alive till the expiry of the defects liability period.
iv. The contractor shall ensure that similar insurance policies are taken out by his subcontractor (if any) and shall be responsible for any claims or losses to the Owner resulting
from their failure to obtain adequate insurance protections in connection thereof. The
contractor shall produce or cause to be proceed by his sub-contractor (if any) as the case
may be, the relevant policy or policies and premium receipts as and when required by the
Engineer in- Charge/Site-in-Charge.
6.e.3. LABOUR AND LABOUR LAWS
i. The contractor shall at his own cost employ persons during the period of contract and the
persons so appointed shall not be construed under any circumstances to be in the
employment of the Owner.
ii. All payments shall be made by the contractor to the labour employed by him in
accordance with the various rules and regulations stated above. The contractor shall keep
the Owner indemnified from any claims whatsoever inclusive of damages/costs or otherwise
arising from injuries or alleged injuries to or death of a person employed by the contractor or
damages or alleged damages to the property.
iii. No labour below the age of eighteen years shall be employed on the work. The Contractor
shall not pay less than what is provided under the provisions of the contract labour
(Regulations and Abolition) Act, 1970 and the rules made thereunder and as may be
amended from time to time. He shall pay the required deposit under the Act appropriate to
the number of workman to be employed by him or through sub contractor and get himself
registered under the Act. He shall produce the required Certificates to the Owner before
commencement of the work. The Owner recognises only the Contractor and not his sub
contractor under the provisions of the Act. The Contractor will have to submit daily a list of
his workforce. He will also keep the wage register at the work site or/and produce the same
to the Owner, whenever desired. A deposit may be taken by the Owner from the Contractor
to be refunded only after the Owner is satisfied that all workmen employed by the Contractor

GTC OF WORKS CONTRACT

Page 17

have been fully paid for the period of work in Owner's premises at rates equal to or better
than wages provided for under the Minimum Wages Act. The contractor shall be responsible
and liable for any complaints that may arise in this regard and the consequences thereto.
iv. The Contractor will comply with the provisions of the Employee's Provident Fund Act and
the Family Pension Act as may be applicable and as amended from time to time.
v. The Contractor will comply with the provisions of the payment of Gratuity Act, 1972, as
may be applicable and as amended from time to time.
vi. IMPLEMENTATION OF APPRENTICES ACT, 1961
The Contractor shall comply with the provisions of the Apprentices Act, 1961 and the Rules
and Orders issued thereunder from time to time. If he fails to do so, his failure will be a
breach of the contract and the Engineer-in-Charge may, at his discretion, cancel the
contract. The Contractor shall also be liable for any pecuniary liability arising on account of
any violation by him of the provision of the Act.
vii.MODEL RULES FOR LABOUR WELFARE
The Contractor shall at his own expenses comply with or cause be complied with Model
rules for Labour Welfare as appended to those conditions or rules framed by the
Government from time to time for the protection of health and for making sanitary
arrangements for worker employed directly or indirectly on the works. In case the contractor
fails to make arrangements as aforesaid the Engineer-in-Charge/Site-in-Charge shall be
entitled to do so and recover the cost thereof from the contractor.
6.f. DOCUMENTS CONCERNING WORKS
6.f.1. All documents including drawings, blue prints, tracings, reproducible models, plans,
specifications and copies, thereof furnished by the Owner as well as all drawings, tracings,
reproducibles, plans, specifications design calculations etc. prepared by the contractor for
the purpose of execution of works covered in or connected with this contract shall be the
property of the Owner and shall not be used by the contractor for any other work but are to
be delivered to the Owner at the completion or otherwise of the contract.
6.f.2. The Contractor shall keep and maintain secrecy of the documents, drawings etc.
issued to him for the execution of this contract and restrict access to such documents,
drawings etc. and further the Contractor shall execute a SECRECY agreement from each or
any person employed by the Contractor having access to such documents, drawings etc.
The Contractor shall not issue drawings and documents to any other agency or individual
without the written approval by the Engineer-in-Charge/Site-in- Charge.
6.f.3. Contractor will not give any information or document etc. concerning details of the work
to the press or a news disseminating agency without prior written approval from Engineer-incharge/Site-in-Charge. Contractor shall not take any pictures on site without written approval
of Engineer-in-Charge/Site-in-Charge.
7. PAYMENT OF CONTRACTOR'S BILLS
7.1. Payments will be made against Running Accounts bills certified by the Owner's
Engineer-in-Charge/Site-in-Charge within 15 days from the date of receipt of the bill.

GTC OF WORKS CONTRACT

Page 18

7.2. Running Account Bills and the final bill shall be submitted by the Contractor together
with the duly signed measurements sheet(s) to the Engineer-in-Charge/ Site-in-Charge
of the Owner in quadruplicate for certification. The Bills shall also be accompanied by
quantity calculations in support of the quantities contained in the bill along with cement
consumption statement, actual/theoretical, wherever applicable duly certified by the
Engineer-in-Charge/ Site-in-Charge of the Owner.
7.3. All running account payments shall be regarded as on account payment(s) to be finally
adjusted against the final bill payment. Payment of Running Account Bill(s) shall not
determine or affect in any way the rights of the Owner under this Contract to make the final
adjustments of the quantities of material, measurements of work and adjustments of
amounts etc.etc. in the final bill.
7.4. The final bill shall be submitted by the Contractor within one month of the date of
completion of the work fully and completely in all respects. If the Contractor fails to submit
the final bill accordingly Engineer-in-Charge/Site-in-Charge may make the measurement and
determine the total amount payable for the work carried out by the Contractor and such a
certification shall be final and binding on the Contractor. The Owner/Engineer- inCharge/Site-in-Charge may take the assistance of an outside party for taking the
measurement, the expenses of which shall be payable by the Contractor.
7.5. Payment of final bill shall be made within 30 days from the date of receipt of the certified
bill by the Disbursement Section of the owner.
7.6 Wherever possible, payment shall be tendered to the contractor in electronic
mode (e-payment) through any of the designated banks. The contractor will comply
by furnishing full particulars of Bank acount (mandate) to which the payments will be
routed. Owner reserves the right to make payment in any alternate mode also.
7.a. MEASUREMENT OF WORKS
7.a.1. All measurements shall be in metric system. All the works will be jointly measured by
the representative of the Engineer-in-Charge/Site-in-Charge and the Contractor or their
authorised agent progressively. Such measurement will be recorded in the Measurement
Book/Measurement Sheet by the Contractor or his authorised representative and signed in
token of acceptance by the Owner or their authorised representative.
7.a.2. For the purpose of taking joint measurement, the Contractor/representative shall be
bound to be present whenever required by the Engineer-in-Charge/Site-in- Charge. If,
however, they are absent for any reasons whatsoever, the measurement will be taken by the
Engineer-in-Charge/Site-in-Charge or his representative and the same would be deemed to
be correct and binding on the Contractor.
7.a.3. In case of any dispute as to the mode of measurement for any item of work, the latest
Indian Standard Specifications shall be followed. In case of any further dispute on the same
the same shall be as per the certification of an outside qualified Engineer/ Consultant. Such
a measurement shall be final and binding on the Owner and the Contractor.
7.b. BILLING OF WORKS EXECUTED
The Contractor will submit a bill in approved proforma in quadruplicate to the Engineer-inCharge/Site-in-Charge of the work giving abstract and detailed measurement for the various
items executed during a month, before the expiry of the first week of the succeeding month.
The Engineer-in-Charge/Site-in-Charge shall take or cause to be taken the requisite
GTC OF WORKS CONTRACT

Page 19

measurements for the purpose of having the bill verified and/or checked before forwarding
the same to the disbursement office of the Owner for further action in terms of the Contract
and payment thereafter. The Engineer-in-Charge/Site-in-Charge shall verify the bills within 7
days of submission of the Bill by the Contractor.
7.c. RETENTION MONEY
10% of the total value of the Running Account and Final Bill will be deducted and retained by
the Owner as retention money on account of any damage/defect liability that may arise for
the period covered under the defect liability period clause of the Contract free of interest.
Any damage or defect that may arise or lie undiscovered at the time of issue of completion
certificate connected in any way with the equipment or materials supplied by contractor or in
workmanship shall be rectified or replaced by the contractor at his own expense failing which
the Owner shall be entitled to rectify the said damage/defect from the retention money. Any
excess of expenditure incurred by the Owner on account of damage or defect shall be
payable by the Contractor. The decision of the Owner in this behalf shall not be liable to be
questioned but shall be final and binding on the Contractor.
Thus, deduction towards retention money is applicable only in case of job/works contracts
(civil, mechanical, electrical, maintenance etc.) where any damage or defect may arise in
future (i.e. within 12 months from the date of completion of job) or lie undiscovered at the
time of issue of completion certificate.
7.d. STATUTORY LEVIES
7.d.1 The Contractor accepts full and exclusive liability for the payment of any and all taxes,
duties, octroi, rates, cess, levies and statutory payments payable under all or any of the
statutes etc.
Variations of taxes and duties arising out of the amendments to the Central / State
enactments, in respect of sale of goods / services covered under this bid shall be to HPCLs
account, so long as :
They relate to the period after the opening of the price bid, but before the contracted
completion period ( excluding permitted extensions due to delay on account of the
contractors, if any) or the actual completion period, whichever is earlier; and
The vendor furnishes documentary evidence of incurrence of such variations, in addition to
the invoices/documents for claiming Cenvat /Input Tax credit, wherever applicable.
All contributions and taxes for unemployment compensation, insurance and old age
pensions or annuities now or hereafter imposed by Central or State Governmental
authorities which are imposed with respect to or covered by the wages, salaries or other
compensations paid to the persons employed by the Contractor and the Contractor shall be
responsible for the compliance with all obligations and restrictions imposed by the Labour
Law or any other law affecting employer-employee relationship and the Contractor further
agrees to comply and to secure the compliance of all sub-contractors with all applicable
Central, State, Municipal and local laws, and regulations and requirements of any Central,
State or Local Government agency or authority.
Contractor further agrees to defend, indemnify and hold harmless from any liability or penalty
which may be imposed by the Central, State or Local authorities by reason of any violation
by Contractor or sub-contractor of such laws, regulations or requirements and also from all
claims, suits or proceedings that may be brought against the Owner arising under, growing
out of, or by reasons of the work provided for by this contract by third parties, or by Central
GTC OF WORKS CONTRACT

Page 20

or State Government authority or any administrative sub-division thereof. The Contractor


further agrees that in case any such demand is raised against the Owner, and Owner has no
way but to pay and pays/makes payment of the same, the Owner shall have the right to
deduct the same from the amounts due and payable to the Contractor. The Contractor shall
not raise any demand or dispute in respect of the same but may have recourse to
recover/receive from the concerned authorities on the basis of the Certificate of the Owner
issued in that behalf.
7.d.2. The rates quoted should be inclusive of all rates, cess, taxes and sales tax on works
contracts wherever applicable. However, wherever the sales tax on works contract is
applicable and is to be deducted at source, the same will be deducted from the bills of the
Contractor and paid to the concerned authorities. The proof of such payments of sales tax
on works contract will be furnished to the contractor.
7.d.3. Income tax will be deducted at source as per rules at prevailing rates, unless
certificate, if any, for deduction at lesser rate or nil deduction is submitted by the Contractor
from appropriate authority.
7.d.4 The contractor shall provide accurate particulars of PAN number as required, under
Section 206AA of Income Tax Act 1961.
7.d.5 The contractors having their tax residency status outside India shall provide
Tax Residency Certificate (TRC), issued by Government of the Country or the
specified territory where the Contractor is a Resident. Rule 21AB of the Income Tax
Rules, 1962 has prescribed the contents of a TRC. This would enable the Corporation
to deduct tax at source by duly considering the treaty relief, if any, under Double
Taxation Avoidance Agreement (DTAA) entered into between GOI and the respective
country/specified territory in which the Contractors tax residency status is currently
in force.
7.e. MATERIALS TO BE SUPPLIED BY CONTRACTOR
7.e.1. The Contractor shall procure and provide the whole of the materials required for
construction including tools, tackles, construction plant and equipment for the completion
and maintenance of the works except the materials viz. steel and cement which may be
agreed to be supplied as provided elsewhere in the contract. The contractor shall make
arrangement for procuring such materials and for the transport thereof at their own cost and
expenses.
7.e.2. The Owner may give necessary recommendation to the respective authority if so
desired by the Contractor but assumes no responsibility of any nature. The Contractor shall
procure materials of ISI stamp/certification and supplied by reputed suppliers borne on
DGS&D list.
7.e.3. All materials procured should meet the specifications given in the tender document.
The Engineer-in-charge may, at his discretion, ask for samples and test certificates for any
batch of any materials procured. Before procuring, the Contractor should get the approval of
Engineer-in-Charge/Site-in-Charge for any materials to be used for the works.
7.e.4. Manufacturer's certificate shall be submitted for all materials supplied by the
Contractor. If, however, in the opinion of the Engineer-in-Charge/Site-in-Charge any tests
are required to be conducted on the material supplied by the Contractor, these will be
arranged by the Contractor promptly at his own cost.
GTC OF WORKS CONTRACT

Page 21

7.f. MATERIALS TO BE SUPPLIED BY THE OWNER


7.f.1. Steel and Cement maybe supplied by the Owner to the contractor against payment by
Contractor from either godown or from the site or within work premises itself and the
contractor shall arrange for all transport to actual work site at no extra cost.
7.f.2. The contractor shall bear all the costs including loading and unloading, carting from
issue points to work spot storage, unloading, custody and handling and stacking the same
and return the surplus steel and cement to the Owner's storage point after completion of job.
7.f.3. The contractor will be fully accountable for the steel and cement received from the
Owner and contractor will give acknowledgement/receipt for quantity of steel and cement
received by him each time he uplifts cement from Owner's custody.
7.f.4. For all computation purposes, the theoretical cement consumption shall be considered
as per CPWD standards.
7.f.5. Steel and Cement as received from the manufacturer/stockists will be issued to the
contractor. Theoretical weight of cement in a bag will be considered as 50 Kg. Bags
weighing upto 4% less shall be accepted by the contractor and considered as 50 Kg. per
bag. Any shortage in the weight of any cement bag by more than 4% will be to the Owner's
account only when pointed out by the Contractor and verified by Engineer-in-Charge/Site in
Charge at the time of Contract or taking delivery.
7.f.6. The contractor will be required to maintain a stock register for receipt, issuance and
consumption of steel and cement at site. Cement will be stored in a warehouse at site.
Requirement of cement on any day will be taken out of the warehouse. Cement issued shall
be regulated on the basis of FIRST RECEIPT to go as FIRST ISSUE.
7.f.7. Empty cement bag shall be the property of the Contractor. Contractor shall be
penalised for any excess/under consumption of cement. The penal rate will be twice the rate
of issue of cement for this work.
7.f.8. All the running bills as well as the final bills will be accompanied by cement
consumption statements giving the detailed working of the cement used, cement received
and stock-on-hand.
7.f.9. The Contractor will be fully responsible for safe custody of cement once it is received
by him and during transport. Owner will not entertain any claims of the contractor for theft,
loss or damage to cement while in their custody.
7.f.10. The contractor shall not remove from the site any cement bags at any time.
7.f.11. The Contractor shall advise Engineer-in-charge/Site-in-charge in writing atleast 21
days before exhausting the Cement stocks already held by Contractor to ensure that such
delays do not lead to interruptions in the progress of work.
7.f.12. Cement shall not be supplied by the Owner for manufacturing of mosaic tiles, precast
cement jali and any other bought out items which consume cement and for temporary works.
7.f.13. Cement in bags and in good usable condition left over after the completion of work
shall be returned by the contractor to the Owner. The Owner shall make payment to the
Contractor at the supply rate for such stocks of cement they accept and receive. Any refused
GTC OF WORKS CONTRACT

Page 22

stock of cement shall be removed by the Contractor from the site at his cost and expenses
within 15 days of completion of the work.
8. PAYMENT OF CLAIMS AND DAMAGES
8.1. Should the Owner have to pay money in respect of claims or demands as aforesaid the
amount so paid and the costs incurred by the Owner shall be charged to and paid by the
Contractor and the Contractor shall not be entitled to dispute or question the right of the
Owner to make such payments notwithstanding the same may have been without his
consent or authority or in law or otherwise to the contrary.
8.2. In every case in which by virtue of the provisions of Workmen's Compensation Act,
1923, or other Acts, the Owner is obliged to pay Compensation to a Workman employed by
the Contractor in execution of the works, the Owner will recover from the Contractor the
amount of compensation so paid and without prejudice to the rights of Owner under the said
Act. Owner shall be at liberty to recover such amount or any part thereof by deducting it from
the security deposit or from any sum due to the Contractor whether under this contract or
otherwise. The Owner shall not be bound to contest any claim made under Section 12 sub
section (1) of the said Act, except on the written request of the Contractor and upon his
giving to the Owner full security for all costs for which the owner might become liable in
consequence of contesting such claim.

8.a. ACTION AND COMPENSATION IN CASE OF BAD WORK


If it shall appear to the Engineer-in-Charge/Site-in-Charge that any work has been executed
with bad, imperfect or unskilled workmanship, or with materials, or that any materials or
articles provided by the Contractor for execution of the work are not of standards
specified/inferior quality to that contracted for, or otherwise not in accordance with the
contract, the CONTRACTOR shall on demand in writing from the Engineer-in- Charge/Sitein-Charge or his authorised representative specifying the work, materials or articles
complained of, notwithstanding that the same may have been inadvertently passed, certified
and paid for, forthwith rectify or remove and reconstruct the work so specified and at his own
charge and cost and expenses and in the event of failure to do so within a period of 15 days
of such intimation/ information/knowledge, the Contractor shall be liable to pay
compensation equivalent to the cost of reconstruction by the Owner. On expiry of 15 days
period mentioned above, the Owner may by themselves or otherwise rectify or remove and
re-execute the work or remove and replace with others, the materials or articles complained
of as the case may be at the risk and expenses in all respects of the Contractor. The
decision of the Engineer-in- Charge/ Site-in-Charge as to any question arising under this
clause shall be final and conclusive and shall not be raised as a dispute or shall be
arbitrable.
8.b. INSPECTION AND AUDIT OF CONTRACT AND WORKS
This project is subject to inspection by various Government agencies of Government of
India. The contractor shall extend full cooperation to all the Government and other agencies
in the inspection of the works, audit of the Contract and the documents of Contract Bills,
measurements sheets etc. etc. and examination of the records of works and make enquiries
interrogation as they may deem fit, proper and necessary. Upon inspection etc. by such
agencies if it is pointed out that the contract work has not been carried out according to the
prescribed terms and conditions as laid down in the tender documents and if any recoveries
are recommended, the same shall be recovered from the contractors running bills/final
GTC OF WORKS CONTRACT

Page 23

bill/from ordered/suggested Security Deposit/retention money. The Contractor shall not rise
any dispute on any such account and the same shall not be arbitrable.
9. CONTRACTOR TO INDEMNIFY THE OWNER
The Contractor shall indemnify the Owner and every member, officer and employee of the
Owner, also the Engineer-in-Charge/Site-in-Charge and his staff against all the actions,
proceedings, claims, demands, costs, expenses, whatsoever arising out of or in connection
with the works and all actions, proceedings, claims, demands, costs, expenses which may
be made against the Owner for or in respect of or arising out of any failure by the Contractor
in the performance of his obligations under the contract. The Contractor shall be liable for or
in respect of or in consequence of any accident or injury to any workmen or other person in
the employment of the Contractor or his sub-contractor and Contractor shall indemnify and
keep indemnified the Owner against all such damages, proceedings, costs, charges and
expenses whatsoever in respect thereof or in relation thereto.
10. Price reduction
i) In case of any delay in completion of the work beyond the CDD, the Owner shall be
entitled to be paid Price Reduction by the Contractor. The price reduction shall be
initially at the rate of 0.5% (half percent) of the total contract value for every week of
the delay subject to a maximum of 5% of the total contract value. The price
reductionshall be recovered by the Owner out of the amounts payable to the
Contractor or from any Bank Guarantees or Deposits furnished by the Contractor or
the Retention Money retained from the Bills of the Contractor, either under this
contract or any other contract.
ii) The Contractor shall be entitled to give an acceptable unconditional Bank
Guarantee in lieu of such a deduction if Contractor desires any decision on a request
for time extension.
iii) Once a final decision is taken on the request of the Contractor or otherwise, the
price reduction shall be applicable only on the basic cost of the contract and on each
full completed week(s) of delay (and for part of the week, a pro-rata price reduction
amount shall be applicable).
iv)This final calculation of price reduction shall be only on the value of the
unexecuted portion/quantity of work as on the CDD.
v) Contractor agrees with the Owner, that the above represents a genuine preestimate of the damages which the Owner will suffer on account of delay in the
performance of the work by Contractor. The Contractor further agrees that the price
reduction amount is over and above any right which owner has to risk purchase
under Clause 12.4 and any right to get the defects in the work rectified at the cost of
the contractor.
11. DEFECTS AFTER TAKING OVER OR TERMINATION OF WORK CONTRACT BY
OWNER
The Contractor shall remain responsible and liable to make good all losses or damages that
may occur/appear to the work carried out under this Contract within a period of 12 months
from date of issue of the Completion Certificate and/or the date of Owner taking over the
work, whichever is earlier. The Contractor shall issue a Bank Guarantee to the Owner in the
sum of 10% of the work entrusted in the Contract, from any Scheduled Bank (other than a
GTC OF WORKS CONTRACT

Page 24

Co-Operative Bank) acceptable to the Owner and if however, the Contractor fails to furnish
such a Bank Guarantee the Owner shall have right to retain the Security Deposit and
Retention Money to cover the 10% of the Guarantee amount under this clause and to
return/refund the same after the expiry of the period of 12 months without any interest
thereon. (Please refer to clause 4. Deposits).
12. TERMINATION OF CONTRACT
12.1 The owner may terminate the contract at any stage of the construction for reasons to be
recorded in the letter of termination.
12.2 The Owner inter alia may terminate the Contract for any or all of the following reasons
that the contractor
a) has abandoned the work/Contract.
b) has failed to commence the works, or has without any lawful excuse under these
conditions suspended the work for 15 consecutive days.
c) has failed to remove materials from the site or to pull down and replace the work within 15
days after receiving from the Engineer written notice that the said materials or work were
condemned and/or rejected by the Engineer under specified conditions.
d) has neglected or failed to observe and perform all or any of the terms acts, matters or
things under this Contract to be observed and performed by the Contractor.
e) has to the detriment of good workmanship or in defiance of the Engineer's instructions to
the contrary sub-let any part of the Contract.
f) has acted in any manner to the detrimental interest, reputation, dignity, name or prestige of
the Owner.
g) has stopped attending to work without any prior notice and prior permission for a period of
15 days.
h) has become untraceable.
i) has without authority acted in violation of the terms and conditions of this contract and has
committed breach of terms of the contract in best judgement of the owner.
j) has been declared insolvent/bankrupt.
k) in the event of sudden death of the Contractor.
12.3 The owner on termination of such contract shall have the right to appropriate the
Security Deposit, Retention Money and invoke the Bank Guarantee furnished by the
contractor and to appropriate the same towards the amounts due and payable by the
contractor as per the conditions of Contract and return to the contractor excess money, if
any, left over.
12.4 In case of Termination of the contract, Owner shall have the right to carry out the
unexecuted portion of the work either by themselves or through any other
contractor(s) at the risk and cost of the Contractor. In view of paucity of time, Owner
shall have the right to place such unexecuted portion of the work on any nominated
GTC OF WORKS CONTRACT

Page 25

contractor(s). However, the overall liability of the Contractor shall be restricted to 100
% of the total contract value.
12.5 The contractor within or at the time fixed by the Owner shall depute his authorised
representative for taking joint final measurements of the works executed thus far and submit
the final bill for the work as per joint final measurement within 15 days of the date of joint
final measurement. If the contractor fails to depute their representative for joint
measurement, the owner shall take the measurement with their Engineer-in- Charge/Site-inCharge or any other outside representatives. Such a measurement shall not be questioned
by the Contractor and no dispute can be raised by the Contractor for purpose of Arbitration.
12.6 The Owner may enter upon and take possession of the works and all plant, tools,
scaffoldings, sheds, machinery, power operated tools and steel, cement and other materials
of the Contract at the site or around the site and use or employ the same for completion of
the work or employ any other contractor or other person or persons to complete the works.
The Contractor shall not in any way object or interrupt or do any act, matter or thing to
prevent or hinder such actions, other Contractor or other persons employed for completing
and finishing or using the materials and plant for the works. When the works shall be
completed or as soon thereafter the Engineer shall give a notice in writing to the Contractor
to remove surplus materials and plant, if any, and belonging to the Contractor except as
provided elsewhere in the Contract and should the Contractor fail to do so within a period of
15 days after receipt thereof the Owner may sell the same by public auction and shall give
credit to the contractor for the amount realised. The Owner shall thereafter ascertain and
certify in writing under his hand what (if anything) shall be due or payable to or by the Owner
for the value of the plant and materials so taken possession and the expense or loss which
the Owner shall have been put to in procuring the works, to be so completed, and the
amount if any, owing to the Contractor and the amount which shall be so certified shall
thereupon be paid by the Owner to the Contractor or by the Contractor to the Owner, as the
case may, and the Certificate of the Owner shall be final and conclusive between the
parties.
12.7 When the contract is terminated by the Owner for all or any of the reasons mentioned
above the Contractor shall not have any right to claim compensation on account of such
termination.
13. FORCE MAJEURE
13.1. Any delay in or failure of the performance of either part hereto shall not constitute
default hereunder or give rise to any claims for damage, if any, to the extent such delays or
failure of performance is caused by occurrences such as Acts of God or an enemy,
expropriation or confiscation of facilities by Government authorities, acts of war, rebellion,
sabotage or fires, floods, explosions, riots, or strikes. The Contractor shall keep records of
the circumstances referred to above and bring these to the notice of the Engineer-inCharge/Site-in-Charge in writing immediately on such occurrences. The amount of time, if
any, lost on any of these counts shall not be counted for the Contract period. Once decision
of the Owner arrived at after consultation with the Contractor, shall be final and binding.
Such a determined period of time be extended by the Owner to enable the Contractor to
complete the job within such extended period of time.
13.2. If Contractor is prevented or delayed from the performing any of its obligations under
this Agreement by Force Majeure, then Contractor shall notify Owner the circumstances
constituting the Force Majeure and the obligations performance of which is thereby delayed
or prevented, within seven days of the occurrence of the events.
GTC OF WORKS CONTRACT

Page 26

14. ARBITRATION
14.1 All disputes and differences of whatsoever nature, whether existing or which shall at
any time arise between the parties hereto touching or concerning the agreement, meaning,
operation or effect thereof or to the rights and liabilities of the parties or arising out of or in
relation thereto whether during or after completion of the contract or whether before after
determination, foreclosure, termination or breach of the agreement (other than those in
respect of which the decision of any person is, by the contract, expressed to be final and
binding) shall, after written notice by either party to the agreement to the other of them and
to the Appointing Authority hereinafter mentioned, be referred for adjudication to the Sole
Arbitrator to be appointed as hereinafter provided.
14.2 The appointing authority shall either himself act as the Sole Arbitrator or
nominate some officer/retired officer of Hindustan Petroleum Corporation Limited
(referred to as owner or HPCL) or a retired officer of any other Government Company
in the Oil Sector of the rank of Ch. Manager & above or any retired officer of the
Central Government not below the rank of a Director, to act as the Sole Arbitrator to
adjudicate the disputes and differences between the parties. The contractor/vendor
shall not be entitled to raise any objection to the appointment of such person as the
Sole Arbitrator on the ground that the said person is/was an officer and/or
shareholder of the owner, another Govt. Company or the Central Government or that
he/she has to deal or had dealt with the matter to which the contract relates or that in
the course of his/her duties, he/she has/had expressed views on all or any of the
matters in dispute or difference.
14.3 In the event of the Arbitrator to whom the matter is referred to, does not accept
the appointment, or is unable or unwilling to act or resigns or vacates his office for
any reasons whatsoever, the Appointing Authority aforesaid, shall nominate another
person as aforesaid, to act as the Sole Arbitrator.
14.4 Such another person nominated as the Sole Arbitrator shall be entitled to
proceed with the arbitration from the stage at which it was left by his predecessor. It
is expressly agreed between the parties that no person other than the Appointing
Authority or a person nominated by the Appointing Authority as aforesaid, shall act
as an Arbitrator. The failure on the part of the Appointing Authority to make an
appointment on time shall only give rise to a right to a Contractor to get such an
appointment made and not to have any other person appointed as the Sole Arbitrator.
14.5 The Award of the Sole Arbitrator shall be final and binding on the parties to the
Agreement.
14.6 The work under the Contract shall, however, continue during the Arbitration
proceedings and no payment due or payable to the concerned party shall be withheld
(except to the extent disputed) on account of initiation, commencement or pendency of such
proceedings.
14.7 The Arbitrator may give a composite or separate Award(s) in respect of each dispute or
difference referred to him and may also make interim award(s) if necessary.
14.8 The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by
the parties unless the Sole Arbitrator otherwise directs in his award with reasons. The
lumpsum fees of the Arbitrator shall be r 40,000/- per case for transportation
contracts and r 60,000/- for engineering contracts and if the sole Arbitrator completes
the arbitration including his award within 5 months of accepting his appointment, he
GTC OF WORKS CONTRACT

Page 27

shall be paid r10,000/- additionally as bonus. Reasonable actual expenses for


stenographer, etc. will be reimbursed. Fees shall be paid stage wise i.e. 25% on
acceptance, 25% on completion of pleadings/documentation, 25% on completion of
arguments and balance on receipt of award by the parties
14.9 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or
any statutory modification or re-enactment thereof and the rules made thereunder, shall
apply to the Arbitration proceedings under this Clause.
14.10 The Contract shall be governed by and constructed according to the laws in force in
India. The parties hereby submit to the exclusive jurisdiction of the Courts situated at
Mumbai for all purposes. The Arbitration shall be held at Mumbai and conducted in
English language.
14.11 The Appointing Authority is the Functional Director of Hindustan Petroleum
Corporation Limited.
15. GENERAL
15.1. Materials required for the works whether brought by the or supplied by the Owner shall
be stored by the contractor only at places approved by Engineer-in-Charge/Site-in- Charge.
Storage and safe custody of the material shall be the responsibility of the Contractor.
15.2. Owner and/or Engineer-in-Charge/Site-in-Charge connected with the contract, shall be
entitled at any time to inspect and examine any materials intended to be used in or on the
works, either on the site or at factory or workshop or at other place(s) manufactured or at
any places where these are laying or from which these are being obtained and the contractor
shall give facilities as may be required for such inspection and examination.
15.3. In case of any class of work for which there is no such specification supplied by the
owner as is mentioned in the tender documents, such work shall be carried out in
accordance with Indian Standard Specifications and if the Indian Standard Specifications do
not cover the same the work should be carried out as per standard Engineering practice
subject to the approval of the Engineer-in-Charge/Site-in-Charge.
15.4. Should the work be suspended by reason of rain, strike, lockouts or other cause the
contractor shall take all precautions necessary for the protection of the work and at his own
expense shall make good any damages arising from any of these causes.
15.5 The contractor shall cover up and protect from injury from any cause all new work also
for supplying all temporary doors, protection to windows and any other requisite protection
for the whole of the works executed whether by himself or special tradesmen or subcontractors and any damage caused must be made good by the contractors at his own
expense.

15.6 If the contractor has quoted the items under the deemed exports, then it will be the
responsibility of the contractor to get all the benefits under deemed exports from the
Government. The Owners responsibility shall only be limited to the issuance of required
certificates. The quotation will be unconditional and phrases like subject to availability of
deemed exports benefit etc. will not find place in it.

GTC OF WORKS CONTRACT

Page 28

16. Integrity Pact : Effective 1st September, 2007, all tenders and contracts shall comply with
the requirements of the Integrity Pact (IP) if the value of such tenders or contracts is r1.00
crore & above. Failure to sign the Integrity Pact shall lead to outright rejection of bid.
# 17. Grievances of parties participating or intend to participate in the tender shall be
addressed in writing to the officer designate of the Grievance Redressal Cell where
the tenders have to be submitted within the stipulated period. Detailed mechanism of
Grievance Redressal is available on the HPCL website.

GTC OF WORKS CONTRACT

Page 29

Tips for successful bid submission in the HPCL e-Procurement platform

As you are aware, HPCL has rolled out an improved e-Procurement platform
for floating of tenders and receiving bids. The new system is much simpler
and user friendly compared to the previous system. However, it has been
observed in few instances that vendors upload large files as addendum to
their bid document and try to submit bid only in the last 2-3 hours from the
due date resulting in some of the bids not getting submitted within the due
time. The following tips are given below to avoid such pitfalls and help is
successful bid submission in the new system:
1. Please start the process of bid preparation well in advance and do not
wait for the last moment to get DC validated/prepare the technical
response and priced bid. In the current system the process mimics the
manual bidding procedure. You have to enter all the necessary
technical responses in the form provided (ie upload necessary
documents like old PO copies, vendor declaration form etc and answer
the question) and thereafter generate the technical response pdf
document, which is saved in your local machine. In the next form, you
have to enter the prices/taxes and generate the priced bid pdf
document which is also saved in your local machine. Please note
that during this process we are not capturing any data entered by
you in the server. These documents have to be digitally signed and
uploaded by you. Only after you submit the digitally signed document,
the same is stored in the server in encrypted format. The main points
are:
a. You can go to the forms any number of times and generate
any number of Technical response pdf and priced bid pdf
before you finally submit the same (however system will
allow only for uploading the latest generated document).
b. You may generate both the documents, digitally sign and
keep it ready, in case you want to submit the same only on
last day. However, it is recommended, not to wait till the
last day as traffic congestion, unforeseen connectivity issue
or other aspects may adversely affect your bid submission
chances.
2. Please note that the larger your bid size, the lesser are the chances of
successful bid submission in the system. This is not for the fact that
server cannot receive big files, but for the fact that traffic congestion,
connectivity speed, type of connection and other aspects adversely
affect the time taken for upload of large files. So it may happen that

the session times out before the entire upload is completed. The main
points are:
a. Please keep the size of the bid document within 40-45 MB
(max). To keep the size of the bid document low, you must
scan all the documents in low resolution, preferably 150200 dpi wherein the data should be legible. Further please
scan in grayscale and not color to reduce file size.
b. Whenever there is a requirement to upload supporting
documents like old PO copies, or credential document,
please focus on the main requirement. If the PO copies are
meant to arrive at value of jobs executed, you may scan
only the first page(where name of client is given) and last
page of the PO(where value of PO) is mentioned. This way
you can avoid unnecessarily inflating the size of bid
document.
c. Pl ensure to upload all such supporting documents in your
bid which can have a financial implication while arriving at
the net delivered cost as such documents cannot be
received at the technical evaluation stage.
3. In case of any doubt regarding the tender, you may raise queries to
clarify the same before due date. Please remember that for every
tender, the query start date and query end date is specified in the
first page of the tender document. You cannot raise any query
after the query end date is over, so it makes sense to start the bid
preparation process early.
4. And finally, if you have any issue during the bid preparation
process, pl get in touch with e-procurement helpdesk at 02242100111 and seek help. However, you must seek help at least
two to three days (min) in advance so that if there is really any
issue, we have time to remedy the same. You will realize that,
helpdesk can do very little if you are calling up helpdesk on the
last day/last hour.

DK:7d4c6224d0ff23e24f0810da78b8fd87
Document Generated Date & Time : Mon Dec 07 14:50:21 IST 2015
24004565 : NARMADA OFFSHORE CONSTRUCTIONS (P) LTD
15000119-HB-11577::Agreed Terms and conditions

Description

Bidder Response

1.Please confirm that you have not been banned or


delisted by any Government or Quasi Government
agencies or PSUs. If you have been banned, then this
fact must be clearly mentioned here.

#S01~~CONFIRMED~~#E0

2.Technical
A. Acceptance of technical specifications and scope
of supply as per tender enquiry.

#S23~~CONFIRMED~~#E2

B. In case of deviation, confirm that the same has


been highlighted separately.

#S34~~CONFIRMED~~#E3

3.Firm Prices- Confirm quoted prices will remain


FIRM Fixed till complete execution of the order.

#S45~~CONFIRMED~~#E4

4.Delivery periodConfirm acceptance of delivery #S56~~CONFIRMED~~#E5


period as indicated in the tender documents.
5.Delayed Delivery OR Liquidated DamagesConfirm your acceptance for delayed delivery clause
as per the attached Terms and Conditions.

#S67~~CONFIRMED~~#E6

6.Payment termsConfirm acceptance of payment


terms as specified in the attached Terms &
Conditions.

#S78~~CONFIRMED~~#E7

7. Retention money/Performance Bank GuaranteeConfirm acceptance of the Guarantee clause


mentioned in the attached Terms and Conditions and
that Performance Bank Guarantee will be furnished
accordingly.

#S89~~CONFIRMED~~#E8

8.Part Order QuantityPart order quantity.

#S910~~CONFIRMED~~#E9

Confirm acceptance of

9.ValidityConfirm that your offer is valid for 90 #S1011~~CONFIRMED~~#E10


Days from due date OR extended due date of the
tender.
10.Terms and conditionConfirm acceptance of
attached instructions to Bidders and Terms and
conditions.

#S1112~~CONFIRMED~~#E11

11.PSUIndicate whether you are a Govt. Of


India Undertaking.

#S1213~~NOT AAPLICABLE~~#E12

12. for NSIC units


i)Are you registered with NSIC (copy of registration
to be attached if applicable )

#S1415~~NOT APPLICABLE~~#E14

ii)NSIC Registration Certificate is valid up to


(provide date)
13.In case of delay in Delivery beyond contractual
Delivery Date
i)In case of delays in supplies beyond contractual
#S1718~~CONFIRMED~~#E17
delivery date for reasons attributable to Bidder, please
confirm that any increase in Statutory levies / duties /
taxes will be to Bidder's account and any decrease
shall be passed on to Owner.
ii)In case of delay in Delivery due to reasons
attributable to Bidder, please confirm that any new or
additional taxes and duties imposed after contractual
delivery dates shall be to Bidders account.

#S1819~~CONFIRMED~~#E18

14.Confirm acceptance of ARBITRATION clause.

#S1920~~CONFIRMED~~#E19

IMPORTANT NOTES :
i) In case of any contradiction, the information filled
by the Bidders in this Agreed Terms & Conditions
shall prevail.
ii) Offers deviating from our Commercial Terms, and
Offers not accompanied by this Agreed Terms &
Conditions are liable for rejection without recourse to
the Bidder.
15.Contact Details
Name of Contact person

#S2223~~DEO BHANDARI~~#E22

Contact no (Mobile no)

#S2324~~9223900416~~#E23

Land line Phone number

#S2425~~27631221~~#E24

Phone number residence

#S2526~~27635661~~#E25

Fax number
Address of Regd office

#S2728~~PLOT NO.D295 TTC MIDC ARE


TURBHE NAVI MUMBAI 400705~~#E27

16.ENTITY STATUS INDICATE YOUR


COMPANY'S ENTITY STATUS
Corporate Entity-Public Limited, Private Limited Or
Non-body Corporate -Individuals-Hindu Undivide
Family-Partnership Firms- Association of
Persons(AOP)
Reverse charges on Service tax is applicable to this
#S3031~~CONFIRMED~~#E30
tender. In respect of the Services covered by this
tender, where the bidder is Individual
/HUF/Firm/AOP,the service tax liability will be
discharged by Vendor and HPCL in the ratio of 50:50.
Hence bidder should mention his entity status along
with necessary proof supporting the same. Please
confirm.

Bidder File

Below 03 clauses are meant only for bidders who are


Individual
/HUF/Firm/AOP/Partnership/Proprietorship
Incase you have quoted service tax as inclusive,
please confirm if you have included your portion of
service tax only. (please respond as Yes or No)
Incase you have quoted service tax as inclusive,
please confirm if you have included your portion of
service tax along with HPCL portion of service
tax.(please respond as Yes or No)
Incase you have quoted service tax seperately, please #S3435~~CONFIRMED~~#E34
confirm whether it is your portion or HPCL's portion.
(please respond as 'Quoted Vendors Portion only' or
'Quoted Full Service tax considering Vendors portion
and HPCL portion'
BELOW THREE CLAUSES ARE MEANT ONLY
FOR MSE PARTIES.
MSE :-If your company/establishment is registered
as a Micro or Small enterprise under MSMED Act,
2006, please upload a notorized copy of the MSE
Registration Certificate.
Please confirm you will submit the original MSE
registration certificate If required by HPCL.
HPCL will follow the purchase policies as per the
prevailing guidelines of Govt of
India
Towards service tax / VAT quoted , bidder would be #S3940~~CONFIRMED~~#E39
required to submit tax invoice (with service tax / VAT
registration number) at the time of payment (in case
job is awarded to the bidder).
Irrespective of taxes/duties quoted by bidder in the
tender, bidder shall be fully responsible for the
payment of any and all taxes, duties, octroi, rates,
cess, levies and statutory payments payable under all
or any of the statutes etc. as per clause 7d of General
Terms & Conditions of the tender.

#S4041~~CONFIRMED~~#E40

Bidders to note that in case you are not quoting taxes #S4142~~NOTED~~#E41
extra in the on line tax sheet (ie incase bidders quoted
rates are inclusive of taxes ) , no statutory variations
will be granted.
Please confirm that you have read & understood the
#S4243~~CONFIRMED~~#E42
clauses pertaining to taxes & duties in e Tender Terms
of the tender and have quoted accordingly. Statutory
variation in taxes / duties shall be governed by clause
7 d of General Terms & Conditions of the tender.
Upload technical documents wherever applicable
Upload Copy of PAN Card

#S4445~~ENCLOSED~~#E44

PAN_ NOCPL-Colour.PDF

Upload copy of Service tax registration no

#S4546~~ENCLOSED~~#E45

ST Certificate NEW 2013-14.pdf

Upload supporting document if necessary


Upload supporting document if necessary
Upload supporting document if necessary
Upload supporting document if necessary

:L ..J I !{ ,\L [;;

;:\I<. i.J

F L\ C ISE .\f\...U e l.!

I 'O\, \~

FORM 8T-2
Shri'/Ms. NARMADA OFFSHORE CONSTRUCTIONS PVT LTDD-29/5 ,TTC INDc - - l
AREA,MIDC TURBHE ,KRISHI UTPANNA BAZAR ,THANE,MAHARASHTRA,400705 h.:vl~g
undertaken to comply with the conditions prescribed in Chapter V of the Finance Act,1994

read with the Service Tax Rules, 1994,and any orders issued thereunder is hereby certified to

have been registered with the Central Excise Department.The Service Tax Code and other

details are mentioned hereunder.

Name:
Address:

NARMADA OFFSHORE CONSTRUCTIONS PVT LTD


D-29/5,TTC INDL AREA,MIDC TURBHE,KRISHI UTPANNA BAZ
AR, THAN E, MAHARASHTRA,400705
PAN No: AAACN2334D
Name as in PAN: NARMADA OFF SHORE CONSTRU CTIONS PVT LTD
Nature of re~istration: Registration of a single premise
Service Tax Code(Registration AAACN2334DST001
Number) :
Taxable services: Construction services other than residential complex, including commerciallindustrial
buildings or civil structures , Transport of goods by road/goods transport agency ser
vice , Cleaning. services

ADDRESS OF BUISNESS PREMISES


Name Of Premises/Building:

NARMADA OFFSHORE
. CONSTRUCTIONS PVT
LTD
Road / Street / Lane : TTC INDl AREA
Block I Taluk I Sub-Division I KRISHI UTPANNA BAZAR
Town:
City I District: THANE
PIN: 400705
Phone Number-2 :
Fax Number 2 :
Premises Code:

Flat / Door / Block No:

Village / Area I Lane:


Post Office:
State I U...nion Te ~itofY ":
Phone Number1;
Fax Number-1:
Email Address:

0-29/ 5

MIDC TURBHE

MAHARASHTRA
27631224
27635661
narmadaoff
shore@gmail.com

SG0207000t

This Certificate is issued incorporating the changes intimated by the applicant and the previous certi
ficate of registration bearing Registration NumberAAACN2334DST001 Issued on 12/12/2007 stand can
celled.

SiNo

Types of Services

Accounting Codes

Tax Collection

Construction services othe r than residential complex,


including commercial /industrial buildings or civil struc
tures
2 Transport of goods by roadigoods transport agency
service
3 Cleaning services

Penalties

Other Receipts
(Interest)
00440290 00440291

00441399

00440262 00440263

00441392

00440318 00440319

00441434

00440298
00440426

00441486
00441487

CESSES
1 EDUCATIO N CE SS
2 SECONDARY AND HIGHER EDUCATION CESS

~. ~.~/R/ C.KARTA

~~ (tMlCfROI)
Superintendent (Regn.)
~~-v,~-n
C'.
11- . , n
i

00440299
00440427

timate the department.


2. In case the registrant starts billing from other premises (other than those mentioned above), he shall intimate
the department.
3. These intimations and any other information which registrant wishes to bring to the notice of the department

I
I

can be submitted on-line by the registrant after logging on to web-site.


4. This registration cert ificate is not transferable .
5. List of Accounting Codes is Enclosed. These may invariably be furnished in the challan at the time of making
payment of service tax .

r
Date of Issue of Original ST-2 : 12/12/2007
Date of Last Amendment of ST-2 : 04/12/2013
entral Excise Officer
With Official Seal
CC ( bye-mail) To
(1) The Pay And Accounts Officer (SERVICE TAX-II MUMBAI)
(2) The Superintendent of Central Excise (GROUP-VII)

~ ~. ~/R. C. KARTA
(Q\;ftCP~OI)
~upe'intendent (Regn .)
>;"; crrcfi~ l1lJ.~- V. ~- IT
Jm:r4fqj

Service Tax on - V . Mumbai-U

------------------------________________________~_______Page2of2-

DK:7d4c6224d0ff23e24f0810da78b8fd87
Document Generated Date & Time : Mon Dec 07 14:50:21 IST 2015
24004565 : NARMADA OFFSHORE CONSTRUCTIONS (P) LTD
15000119-HB-11577::DeviationForm

SNo

Section Name

Tender Clause

Deviation clause

#S1~~NIL~~

~~NIL~~

~~NIL~~#E1~~15000119-HB-11577HPCLVALUESEND~~

DK:7d4c6224d0ff23e24f0810da78b8fd87
Document Generated Date & Time : Mon Dec 07 14:50:21 IST 2015
24004565 : NARMADA OFFSHORE CONSTRUCTIONS (P) LTD
15000119-HB-11577::Taxes And Extras

Srl. No.

Header/ Schedule/ Line


Description

TaxnExtras Formula

Quoted

Currency

Ref. Tax1

Header Level Taxes

~~Swacch Bharat Cess:0.5% on (Base Value) , SERVICE


Y
TAX COMPOSITE:5.6% on (Base Value) ~~#S0H~~,H~~~~111#0.5#TP:BR,@21#5.6#TP:BR,#SERVICE TAX
COMPOSITE@CO:0,4,~~

-#E0

PRICE SCHEDULE
1

Excavation upto 1.5m depth

~~As Per Line: Ref. Tax-1~~#S1L~~H,1~~~~REF~~

INR#E1

RCC (M30) 1:1:3

~~As Per Line: Ref. Tax-1~~#S2L~~H,1~~~~REF~~

INR#E2

RCC (M20) 1:1.5:3

~~As Per Line: Ref. Tax-1~~#S3L~~H,1~~~~REF~~

INR#E3

Reinforcement Steel hysd bar

~~As Per Line: Ref. Tax-1~~#S4L~~H,1~~~~REF~~

INR#E4

Rubble stone soling

~~As Per Line: Ref. Tax-1~~#S5L~~H,1~~~~REF~~

INR#E5

Erection of ML Pumps

~~As Per Line: Ref. Tax-1~~#S6L~~H,1~~~~REF~~

INR#E6

Alignment of ML Pump

~~As Per Line: Ref. Tax-1~~#S7L~~H,1~~~~REF~~

INR#E7

Inst of 12" CS Pipe

~~As Per Line: Ref. Tax-1~~#S8L~~H,1~~~~REF~~

INR#E8

Inst of 12" T-Strainer 900#

~~As Per Line: Ref. Tax-1~~#S9L~~H,1~~~~REF~~

INR#E9

10

Erection of Basket Filters

~~As Per Line: Ref. Tax-1~~#S10L~~H,1~~~~REF~~

INR#E10

11

Inst of Lube Oil Skid

~~As Per Line: Ref. Tax-1~~#S11L~~H,1~~~~REF~~

INR#E11

12

Breaking of RCC/PCC

~~As Per Line: Ref. Tax-1~~#S12L~~H,1~~~~REF~~

INR#E12

13

Commisioning Assistance

~~As Per Line: Ref. Tax-1~~#S13L~~H,1~~~~REF~~

INR#E13~~15000119HB11577HPCLVALUES
END~~

Tender No. : 15000119-HB-11577

Tender Published On : 25-Nov-2015 14:23

Line Details Of Tender


Srl.
No.

Line Description

Excavation upto 1.5m depth

UOM
PRICE SCHEDULE

Quantity

Mandatory

Manadatory: Yes
Cubic Meters

80

Yes

DESCRIPTION => Earthwork in excavation upto a depth of 1.5m to the required profile for all types of soil (including hard rock etc.) including shoring, strutting, de-watering, if any,
disposal of total excavated earth inside/outside the plant premises as directed by the Engineer-in-charge including all labour, transportation vehicles, loading & unloading, spreading,
compacting for all leads & lifts etc. complete as per the detailed technical specifications and as directed by the site-in-charge. The surplus earth to be dumped out of the plant premises at
a place which is not objectionable to any private / Govt. Agencies and HPCL is not responsible for any issues arising due to dumping of surplus earth outside plant premises.
2

RCC (M30) 1:1:3

Cubic Meters

40

Yes

DESCRIPTION => Supplying, providing, mixing and placing in position R.C.C of mix ratio 1:1:3 (M30) as per specification and drawings with 20 mm downsize crushed graded
coarse aggregates for pump foundation (of Approx. 8.3m X 2.4 m) for all depths and heights, providing provision for foundation bolt pockets, including bailing out water manually,
compacting, mechanical mixing & vibrating, finishing, curing complete as per Technical specifications (Group : 2) mentioned in the tender and as directed by the site-in-charge. Rate
includes providing required good quality MS shuttering also. ( Reinforcement steel to be paid separately)
3

RCC (M20) 1:1.5:3

Cubic Meters

60

Yes

DESCRIPTION => Supplying, providing, mixing and placing in position R.C.C of mix ratio 1:1.5:3 (M20) as per specification and drawings with 20 mm downsize crushed graded
coarse aggregates for RCC Driveways, columns, Pipe supports, equipment foundation, cable trenches , RCC covers & other cast-in-situ works etc. for all depths and heights, including
mechanical mixing & vibrating, 15 Days curing complete as per Technical specifications (Group : 2) mentioned in the tender and as directed by the site-in-charge. Rate includes
providing required good quality MS shuttering also. ( Reinforcement steel to be paid separately)
4

Reinforcement Steel hysd bar

Metric Ton

Yes

DESCRIPTION => Supplying, transporting, stacking, straightening, cleaning, cutting, bending, placing, tying in position (including providing 16 Gauge annealed binding wire) High
yield strength deformed ( HYSD ) TMT bars of FE 415 (thermo mechanically treated bars) conforming to IS 1786 ( latest edition / revision ) as reinforcement steel as per drawings,
technical specifications (Group : 2) mentioned in the tender & as directed by the site-in-charge. (The rate shall be applicable for any height & depth).
5

Rubble stone soling

Cubic Meters

Yes

DESCRIPTION => Supplying & laying Rubble stone soling to the required grade and profile in buildings' flooring, road works, paving, ramps etc. using approved quality black stone
properly hand packed & filling up the crevices with smaller size stones followed by stone dust and watering so as to fill all voids for thickness as shown on drawing, including rolling
with power roller etc. Complete as per the Technical specifications (Group : 5) mentioned in the tender document and as advised by the site-in-charge.
6

Erection of ML Pumps

Each

Yes

DESCRIPTION => Erection of Mainline Pumps with electric motor and base frame (2650 KW, Approx Weight : 26 Tone): Taking delivery of Owner's supplied materials/equipments
within a radius of 600 meters, unpacking of pump & motor including all assesories, loading, unloading, handling, hauling, shifting / transporting within station premises, placing on preconstructed foundations in mainline pump house by means of required capacity cranes, assembling together all sub-assemblies, leveling of base frame with specified size sims & wedges
packing, Grouting of foundation Bolt & Grouting of Pump Base Frame (Approx.size= 7.9 Meter X 2.1 Meter) by Non Shrink Grout Mix SHRINKKOMP-30 or FOSROC
CONBEXTRA-GP2,Cleaning and flushing by water, Draining, Checking, including supply of all necessary manpower, etc.including supply of all necessary tools & tackles, Lifting
Equipments, dressing and making good of the foundation and completing the work in all respects in accordance with the relevant drawings, manufacturer's installation instruction,
specifications and instructions of Site Engineer / EIC. Total estimated consumption of Grouting Material may be considered as aprox. 450 Bags (20 Kg each). HPCL will issue aprox.
120 bags of grout material as free issue material. Balance qty to be supplied by contractor as part of scope of this item. Approved Makes for Non Shrink Grout Mix are SHRINKKOMP30 & FOSROC CONBEXTRA-GP2.
7

Alignment of ML Pump

Each

Yes

DESCRIPTION => Alignment of Main Line Pump: Alignment of pump & motor without piping and alignment of pump & motor with piping. Job to be done by mean to latest
instrument including preparation & submission of document for alignment work as per direction of Engineer-in-charge & Including supply of all manpower, necessary tools & tackles,
Alignment equipment's, consumables like SS Sims etc., completing the work in all respects in accordance with the relevant drawings, manufacturer's installation instruction,
specifications and instructions of Site Engineer / EIC.
8

Inst of 12" CS Pipe

Meters

20

Yes

DESCRIPTION => FABRICATION, ERECTION, INSTALLATION AND TESTING OF PIPING (Size 12''): Receiving and taking over of all Owner supplied materials from
Owner's designated place(s) of issue, transportation including loading, unloading, handling from Owner's designated place(s) of issue to Contractor's own stock yard(s)/ work site(s)/
work shop(s) including arranging all necessary intermediate storage area(s) thereof, as required; supply of all materials (except those specified subsequently in SOR), equipment,
consumables as defined in Contractor's scope of supply and their transportation to the work site(s); performing all above ground/buried piping fabrication works including cutting, edge
preparation (inclusive of grinding the edges of pipes, fittings, flanges etc. to match with the matching edges of uneven/ different thickness wherever required), fit up, bending, preheating wherever required, welding, threading etc.; erection of pipes of all types and thickness over sleepers, overhead on racks and at all elevations; hook-up with equipment nozzles;
installation of all type of valves up to size of 1.5" NB, all types of inline and online instruments such as pressure/thermal safety valves (other than those covered separately), fittings of
all sizes i.e. flow tees, insulating joints, LR bends, pig signallers, elbows, reducers, tees, 'o' lets, flanges, blind flanges spectacle blinds, tapping's for pressure gauges, thermowells, hoses
and hose couplings of all sizes, if applicable, sample connections, flame arrestors as applicable, vents and drains required for process and hydrotesting purposes etc. including fixing of
all types of gaskets (including gaskets for RTJ flanges ), bolts, studs and nuts of all sizes; fabrication of strainers of sizes up to 1.5", carrying out non-destructive testing such as
magnetic particle/ liquid penetration including performance of radiographic inspection of piping of all types, sizes, thickness including providing or hiring of all necessary equipment,
supply of all consumables including radiographic films and whatever else even though not expressly mentioned but required to perform the work as per specification and instructions of
Engineer-in-Charge etc. as required; hook-up with existing piping/pipeline installed by others as per drawings wherever required; cleaning and flushing by water/ compressed air,
carrying out hydrostatic test, pneumatic test, valve functional test and any other type of testing as specified, de-pressurising, dewatering, drying by compressed air if applicable; cutting/
rebeveling (as required), pre-commissioning and providing commissioning assistance to commissioning Contractor/Agency for process piping and commissioning of non-process piping
if applicable; clean-up and restoration of site, preparation of as built drawings, documents and project records; transportation of surplus free issue materials to Owner's designated
place(s); completing all works in all respects as per the AFC drawings, specifications, standards and other provisions of Contract and instruction of Engineer-in- Charge.
This job is specially for Installation of Suction & Discharge arm of main line pump as per above specification for Carbon Steel Process Piping of size 12 INCH 14.3 mm thk., 900#
API 5L Gr. X-42 PSL1, Bevel End
9

Inst of 12" T-Strainer 900#

Each

Yes

DESCRIPTION => Installation of 12" Dia ANSI 900 # T-Strainers : Taking delivery of Owner's supplied materials/equipment's within a radius of 600 meters, unpacking including all
assesories, shifting / transporting within station premises, installation of T-type Strainer in suction arm including all welding ,cutting, testing as per specification provided in item no 8
for FABRICATION, ERECTION, INSTALLATION AND TESTING OF PIPING (Size 12'') including cleaning & flushing inside/outside the strainer & mech (SS304) provided,Nut
bolting providing necessary manpower,tools tackles ,equipment's ,completing the work in all respects in accordance with the relevant drawings, manufacturer's installation instruction,
specifications and instructions of Site Engineer / EIC. Supply of T-type strainer is in scope of HPCL and detail about Strainer are Body -ASTM A234 GR WPB, SMLS,MeshSS304,Plug-ASTM A105,Bottom Flange-ASTM A105,Gasket-SOFT IRON OVAL RING,Bolt-ASTM A 193 GR B7,Nut-ASTM A 194 GR 2H,Class -900 # ,End connection
Thickness-MATCHING TO CONNECTING PIPE Etc.
10

Erection of Basket Filters

Each

Yes

DESCRIPTION => Installation of Basket Filters (Approx Weight : 600 Kg) : Shifting basket filter from the designated place of Owner's supplied materials within a radius of 600
meters, equipment's, shifting / transporting within station premises, placing on pre-constructed foundations, assembling together all sub-assemblies, leveling, alignment, grouting,
cleaning and flushing by water, draining, checking, testing, pre-commissioning, dressing and making good of the foundation and completing the work in all respects in accordance with
the relevant drawings, manufacturer's installation instruction, specifications and instructions of Site Engineer / EIC.
11

Inst of Lube Oil Skid

Each

Yes

DESCRIPTION => Installation of Lube Oil Skid ( Approx Weight -2750 Kg) : Shifting Lube Oil Skid from the designated place of Owner's supplied materials within a radius of 600
meters, equipment's, unpacking of Lube Oil skid including all assesories,shifting / transporting within station premises, placing on pre-constructed foundations, assembling together all
sub-assemblies, all releated piping job , leveling, alignment, grouting, cleaning and flushing by water, draining, checking, testing, pre-commissioning, dressing and making good of the
foundation and completing the work in all respects in accordance with the relevant drawings, manufacturer's installation instruction, specifications and instructions of Site Engineer /
EIC.
12

Breaking of RCC/PCC

Cubic Meters

60

Yes

DESCRIPTION => Breaking of RCC/PCC : Breaking RCC/PCC to the required profile disposal of total broken debris inside/outside the plant premises as directed by the Engineer-incharge including all labour, transportation vehicles, loading & unloading, spreading, compacting for all leads & lifts etc. complete as per the detailed technical specifications and as
directed by the site-in-charge. The surplus debris to be dumped out of the plant premises at a place which is not objectionable to any private / Govt. Agencies and HPCL is not
responsible for any issues arising due to dumping of surplus debris outside plant premises.
13

Commisioning Assistance

Man Day

50

Yes

DESCRIPTION => Testing, Trial Run and Commisioning of equipment : Providing Skilled Manpower assistance for Testing ,Trial Run and Commissioning assistance of main Line
pump & Lube oil Pump as & when required basis in all shift ( 24 Hr Basis) in all the days as per direction of Engineer-in-charge. Hand tools and instruments will be provided by
HPCL. Each manday will be 9 hrs. which will include stagergerd lunch break. Deployment of more than one manpower may be required at a time in each shift.

S-ar putea să vă placă și