To Be Submitted Along with Un-Price Bid

SUB: MECHANICAL JOBS AT LUCKNOW ASF

DECLARATION

(To be submitted along with un-price bid)

M/s.______hereby declare/clarify that we have not been banned or de- listed by any Government or quasi Government agencies or Public Sector Undertakings.

Seal and Signature of the bidder

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

Page 36 of 73

8000113-HB-13010/AKB Tender Document

Seal & Signature of the Tenderer

SUB: MECHANICAL JOBS AT LUCKNOW ASF

INSTRUCTIONS TO BIDDER-WORKS CONTRACTS

(TWO BID SYSTEM)

1.  This is only a Price Enquiry (invitation to offer) and not an order.

2.  Two Bid System :

The bid shall be submitted in two parts namely Unpriced & Priced. Each part shall be submitted in separate envelope marked. “Unpriced” & “Priced” as applicable with tender number and due date / time. All above two envelopes duly sealed shall be kept in a large common sealed envelope for submitting the tender, mentioning the tender number, due date and job.

Tender documents to be returned / forwarded (duly signed by Contractor) along with the tender will be as follows:

i)  Un priced Bid

a)  Booklet(s) containing Technical Specifications, Detailed Job Schedule (without filling rates), General Terms and Conditions, etc.

b)  Vendor Data Form (if required as per covering letter) duly completed with all the Annexure.

c)  Deviations, if any, to our Technical Specifications / General Terms and Conditions. Contractor to note that deviations shall be brought out separately on bidder’s letter head. Corrections in our tender document will not be accepted.

ii)  Priced Bid

a)  Schedule of Rates (Computer Print-Out) with Rate and Amount columns duly filled signed and stamped. Rates should be indicated in figures and words.

b)  The rates shall be quoted in price bid only. Do not quote your rate anywhere else in the tender booklet.

c)  Contractor shall provide Grand Total at the end without fail.

d)  Contractor shall avoid corrections and overwriting in the priced bid.

NOTE:

1.  The tender (sealed envelope) mentioning the tender number, due date and name of the job, should be deposited in the tender box provided in the office of Sr. Manager – Aviation, Sr. Manager (BD) Aviation, Aviation SBU, Ground Floor, Hindustan Bhavan, 8 Shoorji Vallabhdas Marg, Mumbai-400 001by the due date and time.

2.  Late, delayed tenders received after the due date and time for reasons whatsoever will not be considered. HPCL shall not be responsible for any delay including postal delay.

3.  If you are not in a position to quote, please return the tender documents with a covering letter giving reasons thereof with “regret” clearly written in bold letters on the envelope to enable us to keep you on our active vendor list.

4.  Offers not in conformity with above are liable for rejection.

5.  In case of any discrepancy between Schedules of Rates and Detailed Job Schedule (in Booklet), the later shall prevail.

6.  HPCL reserve the right to extend purchase/price preference to PSU/NSIC as per prevailing guidelines of Government of India.

7.  Validity :

8.  Quoted prices shall be valid for a period of 90 Days from the due date / extended due date.

9.  Taxes :

a)  Income-tax shall be deducted at source as per rules at prevailing rates. Please furnish your permanent Income Tax Number.

b)  Quoted Rates shall be inclusive of Sales Tax on Works Contracts.

c)  ITCC / EPF / ESIC Certificates should be submitted with the offer.

10. HPCL reserves the right to accept any tender in whole or in part or reject any or all tenders without assigning any reason whatsoever.

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

12. Please sign each and every page of job Schedule, Technical Specification, General Terms and Conditions and Schedule of Rates as a token of your acceptance.

13. Please quote your rates in all items. Please note that, if any item is left unquoted, your quotation will be loaded with the highest quoted rate in that item for evaluation purpose.

14. Units registered with NSIC (copy of valid registration Certificate required) are exempted from submitting Security Deposit.

15. Grievance Redressal Mechanism.

Hindustan Petroleum Corporation (HPCL) has developed a "Grievance Redressal Mechanism" to deal with references/grievances, if any, that are received from parties who participated/intends to participate in the Corporation's Tenders. The details of the same are available on our website www.hindustanpetroleum.com.

Page 36 of 73

8000113-HB-13010/AKB Tender Document

Seal & Signature of the Tenderer

SUB: MECHANICAL JOBS AT LUCKNOW ASF

JOB DETAILS

JOB SCHEDULE FOR MECHANICAL WORKS FOR LUCKNOW ASF, AMOUSI, LUCKNOW

SL. NO. / DESCRIPTION / UNIT / QUANTITY
1 / EXCAVATION
Excavation in any type of soil upto a depth of 2.0 M (actual depth shall be as per site conditions) including providing and erecting necessary shoring, shuttering carting away the surplus earth and spreading / levelling and compacting in low lying areas inside the depot premises as directed by EIC. Rate to include bailing out of water if encountered and backfilling the pits using excavated earth and compacting with adequate watering in layers of 200mm thickness each. / CUM / 100
2 / MURRUM FILLING
Supply and filling of locally available good quality murrum in layers of 200mm in and around the proposed tank farm. Murrum shall be of good quality with minimum dry density of 1.8gm/cc. Rate to include watering, compacting the same to achieve desired compaction as directed by Engineer-in-charge. / CUM / 300
3 / RUBBLE SOLING
Providing and laying 230 mm thick dry trap rubble stone soling including hand packing, filling the interstices with chips, spalls and binding with grit and selected murrum, watering, compaction by hand ramming and rolling with 2 MT/ 10 MT road roller etc. complete / SQM / 50
4 / PLAIN CEMENT CONCRETE
Supplying and laying 1:3:6 mix PCC , using 20 mm and down size crushed aggregate ,providing and fixing form work, compacting, curing etc. complete as per the specifications / CUM / 5
5 / BRICK MASONRY:
Providing and constructing brick masonry in CM 1:5 using bricks of Class designation 75 and conforming to IS: 1077-1986 including raking the joints to 1 cm deep, scaffolding, soaking of bricks prior to use and curing etc complete as per specifications . / CUM / 10
6 / RCC FOR FOUNDATION AND COLUMNS
Providing and laying RCC 1:1.5:3 mix concrete with 20 mm and down size graded crushed stone aggregate conforming to IS 456 –1978 for foundation block/common raft of horizontal above ground tank at a maximum depth of 2.0 m from the ground. Rate shall include compacting by vibrator, shuttering, curing etc. complete. Reinforcement shall be paid separately under item no.4.0. / CUM / 30
7 / REINFORCEMENT:
Supplying, fabrication, hoisting and placing in Position Tor steel reinforcement conforming to IS: 1786-latest edition as per detailed drawing and specifications including cutting, bending and tying with 18 gauge binding wires complete. The rates will be applicable for all heights and depths. Payment shall be made as per reinforcement drawings, with theoretical weights including all authorised laps and hooks. / MT / 1.5
8 / PLASTERING
Providing and applying 12 MM THK sand faced external cement plaster in CM 1:3 on brick surfaces. Item to include cost and all materials, labour, scaffolding, curing etc complete in all respects, to the satisfaction of the site in charge. / SQM / 100
9 / PCC 1:2:4 IN COPING
Supplying and laying 1:2:4 mix PCC, using 20 mm and down size crushed aggregate for coping works, providing and fixing form work, compacting, curing etc. complete as per the specifications. / SQM / 50
10 / PCC 1:2:4 IN TANK FARM FLOOR
Supplying and laying 1:2:4 mix PCC , using 20 mm and down size crushed aggregate for flooring works inside the tank farm, providing and fixing form work, compacting, curing etc., complete as per the specifications. / SQM / 25
11 / CERAMIC TILING
Supply and laying of white ceramic tiling of 6 mm thk. of Johnson/ Kajaria or any approved make for the inspection chambers / SQM / 10
12 / PAVOR BLOCKS
Supply and laying of M-40 grade 80 mm thick Grey/Coloured interlocking pavers in line and level and approved pattern and shape, as per specifications. The job includes supplying and laying sand bedding of minimum 50mm thick, compacting using plate vibrator, compacting the ground before laying of sand layer, all material and labour complete. / SQM / 400
13 / SAND FILLING
Supply and filling with clean locally available approved quality sand in layers of 150 mm each including compacting by hand ramming and watering. / CUM / 50
14 / WBM Work Ist Layer
Providing and laying first layer of 100mm thick WBM base using well graded stone aggregates of 90 mm to 63 mm size of approved quality. Rate includes spreading metals, hand packing, filling the interstices with spalls, chips, and approved quality binder and rolling each layer with 10 MT power roller with simultaneous watering till the metal is bound by the water binder paste to achieve maximum compaction, finishing the surface to proper grade and level. Rate also to include carrying out the following tests on aggregates and test results to be submitted to EIC before use and shall meet the following strength requirements for LA Abrasion value of 40 % and Flakiness Index of 15 %. / SQM / 300
15 / WBM Work IInd Layer
Providing and laying second layer of 75mm thick WBM using well graded stone aggregates of 63 mm to 40 mm size of approved quality. Rate includes spreading metals, hand packing, filling the interstices with spalls, chips, and approved quality binder and rolling each layer with 10 MT power roller with simultaneous watering till the metal is bound by the water binder paste to achieve maximum compaction, finishing the surface to proper grade and level. Rate also to include carrying out the following tests on aggregates and test results to be submitted to EIC before use and shall meet the following strength requirements for LA Abrasion value of 40 % and Flakiness Index of 15 %. / SQM / 300
16 / SUPPLY OF STEEL PLATES
Supply of steel plates, as per the technical specifications attached to the tender, required for fabrication of 4.01m Dia x 15m long horizontal above ground tank which will have 8mm thick plates for shell strakes and 10mm thick plates for dish ends. Apart from these plates, 6mm thick pad plates shall be provided wherever the tank shell rests on the column supports. Measurement will be done basis the quantity of steel plates used in the fabrication only and not on the basis of number and size of plates brought by the contractor for the above job. No measurement will be done for off cuts / unused plates / scrap. Contractor is free to take all off cuts/ unused plates/scrap after the completion of job. / MT / 17
17 / DESIGN, FABRICATION AND WELDING OF SHELL STRAKES
Design, engineering, fabrication, erection and welding of shell strakes of 180 KL fill capcity horizontal above ground tank for ATF service. Scope of design to include design of full tank along with civil foundation, structural stiffeners, nozzles, accessories and submission of construction drawings prior to fabrication and submission of as built drawings after completion of work in six sets. The shell thickness shall be 8mm. Rate to include cutting the plates as per approved drawings, squaring the plates, making “V” grooves where ever required, marking the plates for identification, lifting & placing the plates in position by any approved method and welding as per specification and approved sequence of welding. Job also to include fabrication and welding of 6mm thick pad plates on the shell where the tank is supported on the pedestals.
Note : 1) Welder to be qualified at site in accordance with IS 823 - Latest edition in the presence of HPCL Engineer In Charge who will certify each welder separately. Contractor shall submit the welder qualification test report in the standard format and obtain approval before commencement of welding. Only those welders who have been approved by HPCL’s Engineer -In-Charge shall be deployed for welding. It shall be the sole responsibility of contractor to carry out qualification of the tender
2) Rate to include DP test/Oil chalk test for shell to bottom joint. / MT / 14
18 / DESIGN, FABRICATION AND WELDING OF DISH END PLATES
Design, engineering, fabrication, erection and welding of dish end plates for 180 KL horizontal above ground tank. Scope of design to include design of dish ends along with structural stiffeners and submission of construction drawings prior to fabrication and submission of as built drawings after completion of work in six sets. The dish ends shall be made out of 10mm thick plates. Rate to include cutting the plates as per approved drawings, marking the plates for identification, lifting & placing the plates in position by any approved method and welding as per specification and approved sequence of welding.
Note : 1) Welder to be qualified at site in accordance with IS 823 - Latest edition in the presence of HPCL Engineer In Charge who will certify each welder separately. Contractor shall submit the welder qualification test report in the standard format and obtain approval before commencement of welding. Only those welders who have been approved by HPCL’s Engineer -In-Charge shall be deployed for welding. It shall be the sole responsibility of contractor to carry out qualification of the tender
2) Rate to include DP test/Oil chalk test for shell to bottom joint. / MT / 3
19 / STRUCTURAL STEEL FOR TANK STIFFENERS
Supply, fabrication, erection and welding of structural steel conforming to IS 2062- 1976 of SAIL/TISCO make only of different sections for shell and dish ends of horizontal tank and gantry column extension for TT gantry. / MT / 3.5