Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
(MARKETING DIVISION)
KARNATAKA STATE OFFICE
ENGINEERING DEPARTMENT, 2ND FLOOR,
NO. 29, P. KALINGA RAO ROAD,
BANGALORE-560027
NAME OF WORK: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD,
OPP. G.K CONVENTION HALL, BANASHANKARI 2ND STAGE,
BANGALORE URBAN DISTRICT UNDER BANGALORE DIVISIONAL
OFFICE
EMD : Rs.59,600/-
INVITATION TO TENDER
REF: KASO/ENG/LT-020/13-14 DATE:07/10/2013
To,
The parties empanelled under category EMP – II with digital signature & TIN.
Dear Sirs,
SUBJECT: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP. G.K
CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN DISTRICT UNDER
BANGALORE DIVISIONAL OFFICE.
We request you to submit your lowest quotation for the work contained in the tender. Your
offer complete in all respects must be uploaded in the prescribed manner on our e-
tendering portal ‘www.iocletenders.gov.in” on or before 21/10/2013 @ 11:00 hrs.
Earnest Money Deposit (EMD) of Rs 59,600/- to be deposited in the form of DD/ Pay Order.
EMD submitted in the form of Demand Draft/ Pay Order should be in favour of Indian Oil
Corporation Ltd., payable at Bangalore with validity of 3 months from date of issue of
instrument. Tenderers not paying EMD on or before tender submission date and time will be
disqualified. A scanned copy of the instrument DD or exemption certificate in case of NSIC
or exempted category has to be uploaded along with clear scanned copies of required
documents to substantiate the claim towards their credentials along with the tender
documents in the appropriate link.
TENDER NO: KASO/ENG/LT-020/ 13-14
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
Bidders are requested to go through the “Bidders Manual Kit” available in the homepage of the e-
tendering portal i.e. https://iocletenders.gov.in to have a clear understanding of the steps to be
followed for bid submission. The “Bidders Mannual kit” is for general reference only and the
tenderers have to abide by the terms and conditions of this tender.
Tenderers must note that Indian Oil will not be responsible for delay in submission of online
tender on or before due date & time of tender submission.
Tenderers must also note that before the bid is uploaded, the bid comprising of all attached
documents should be digitally signed using digital signatures as specified in the tender.
Thanking you,
Yours faithfully
For Indian Oil Corporation Limited
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
TECHNICAL BID
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
Vikrant 9999188919
Ankit 9717983330
Sawan 8130269544
eMail-id: prakashjee_25@yahoo.co.in
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
Digital Signature Certificate is a unique digital code which can be transmitted electronically
and primarily identifies a unique sender. The objective of digital signature is to guarantee
that the individual sending the message is who he or she really claims to be just like the
written signature. The Controller of Certifying Authorities of India (CCA) has authorized
certain trusted Certifying Authorities (CA) who in turn allot on a regular basis Digital
Certificates, Documents which are signed digitally are legally valid documents as per the
Indian IT Act (2000).
In order to bid for IndianOil e-tenders all the vendors are required to obtain a legally valid
Digital Certificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating
under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA)
of India. The Digital Certificate is issued by CA in the name of a person authorized for filing
Bids / Offers on behalf of his Company. A Vendor / Bidder can submit their Bids / Offers On-
line only after digitally signing the bid / documents with the above allotted Digital Signatures.
Bidders have to procure Digital Certificate (Class II/III) on their own from any of the Certifying
Authorities in India.
5.0 It is advised that the bidder uploads small sized documents (preferably upto 10 MB) at
a time to facilitate easy uploading into e-tendering site. IndianOil does not take any
responsibility in case of failure of the bidder to upload the documents within specified time
of tender submission. Indian Oil will not be responsible for any delay under any circumstances
for non-receipt of Tenders/submission of filled in tender document by due date & time.
6.0 Submission and Opening of Bids
Bid along with all the copies of documents should be submitted in the electronic form only
through IndianOil e-tendering system. Before the bid is uploaded, the bid comprising of all
attached documents should be digitally signed using digital signatures issued by an approved
Certifying Authority (CA) in accordance with the Indian IT Act 2000. The bidder should go
through the detailed instructions available in the homepage of the portal for enrolment and
online bid submission process. Bidder has to ensure that their bid is complete in all respect
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
before pressing on the “FREEZE BID” button. Any revision or amendment in bid shall be
possible after the “FREEZE BID” button is pressed only till the due date and time of
submission of tender.
7.0 Last Date for Submission of Bids
Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement
system well before the closing date and time of bid. Vendors / Bidders must use any
computer having Windows XP versions or higher operating system and an Internet web
browser version internet explorer V8.0 or higher recommended.
Note: Bidders are requested to go through the “Bidders Manual Kit” available in the
homepage of the e-tendering portal i.e. https://iocletenders.gov.in to have a clear
understanding of the steps to be followed for bid submission. The “Bidders Manual kit” is for
general reference only and the tenderers have to abide by the terms and conditions of this
tender.
ENCLOSURES: The Tender Should, Inter-Alia, be accompanied with scanned copies of the
following documents, which should be uploaded with digital signature:
1. Copy of original EMD instrument/ Cash receipt of permanent EMD or details/
Certificate for exemption of EMD
Indian Oil will not be responsible for delay in submission of online tender & physical copy of
EMD Instrument on or before due date & time of tender submission. Indian Oil Corporation
reserves the right to accept / reject any or all tenders without assigning any reason
whatsoever.
The original EMD instruments must be dropped in tender kept at ENGINEERING DEPARTMENT,
2nd FLOOR, INDIAN OIL CORPORATION LIMITED, MARKETING DIVISION, INDIAN OIL BHAVAN,
KARNATAKA STATE OFFICE, No. 29, P KALINGA RAO ROAD, BANGALORE – 560 027 before
due date and time of tender submission mentioned above.
Tenders/ EMD Instruments received after the due date and time shall be rejected outright.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
1. 0 GENERAL:
1.1 PARTY/ CONTRACTOR: Whenever the term ‘Party/Contractor is used the same shall
mean “Successful Tenderer”.
1.2 COMPLIANCE OF SAFETY CODE: Following clause is also included in the General
Conditions of Contract (GCC), which forms part of this tender / contract, under Section-10
(Safety Code).
i. Any physical injury, a penalty of 0.5% of the contract value (maximum of Rs.2,00,000/-) per
injury in addition to Rs.5,000/- as in item 1.
ii. Fatal accident a penalty of 1% of the contract value (maximum of Rs.10,00,000/-) per
fatality in addition to Rs. 5,000/- as in item 1.
The aforesaid penalty clause is over and above the applicable statutory requirements.
1. Formal contract
2. Acceptance of tender
3. Item wise description of work
4. Price schedule annexed to work order
5. Special terms & conditions of contract
6. General conditions of contract
7. Instructions to tenderers
3.0 The estimated quantum of work is given in the Price Schedule. Please note that this is the
estimated quantum of work and payment will be based on actual measurement of works
executed at site as per requirement.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
4.1 Tenderers are required to submit an EMD of Rs 59,600/- (Rupees Fifty Nine Thousand
and Six Hundred Only) in the form of pay order/ crossed DD in favour of ‘Indian Oil
Corporation Limited, Marketing Division’ payable at Bangalore or Bank Guarantee valid for
three months in IOC’s Prescribed format (Enclosed along with tender) from
Scheduled/Nationalized Bank on requisite value stamp paper as per Stamp Duty Act for
Karnataka State. BG towards EMD shall be accepted only for EMD costing not less than Rs.
One lakh. The EMD shall be enclosed only in technical bid cover.
4.2. Alternatively parties can pay Permanent EMD of Rs 2.0 lacs for Category – II (50 to 100
Lacs)by way of DD/ Pay order only and there shall be no interest payable on the same. The
Permanent EMD is payable on a one time basis and parties can bid for any number of tenders
under the subject category of empanelment with this Permanent EMD. This EMD shall be valid
for the time period contained under the empanelment.
Permanent EMD submitted against Cat – I (0 to 50 Lacs) for Rs 1 Lac cannot be used for
tenders invited under Cat – II (50 to 100 lacs) for Rs 2 Lacs nor vise versa.
Firms registered as per MSME Act 2006 (erstwhile NSIC registered parties), PSU’s (Central &
State) and JV’s of IOCL are exempt from payment of EMD. THE MSME parties must note that
the certificate issued to them shall be valid on the date of tender opening and the certificate
contains the items tendered as mentioned in price schedule. Tenderers are also required to
note that no exemption other than tender fee & EMD will be given to MSME parties.
4.4 The EMD of unsuccessful tenderers shall be returned after finalization of tender and after
submission of Original Cash Receipt by tenderer. EMD will not carry any interest.
4.5 Tenderers may note that the EMD shall be forfeited in case of any of the following
situations:
4.6 Firms registered as per MSME Act 2006 (erstwhile NSIC registered parties), PSU’s (Central
& State) and JV’s of IOCL are exempt from payment of Tender Fee. THE MSME parties must
note that the certificate issued to them shall be valid on the date of tender opening and the
certificate contains the items tendered as mentioned in price schedule. Tenderers are also
required to note that no exemption other than tender fee & EMD will be given to MSME
parties.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
5.1 The tenders are advised to submit their quote as a percentage (+/ -) on the total amount
indicated in the price schedule. In the event of identical rates received from more than one
tenderer, the tenderer with higher average annual financial turnover for the last three FY
years ( 2010-11, 2011-12 & 2012-13 ) worked out to 3 decimal places as per qualifying
parameters shall be given precedence.
5.2 The Tenderers must note that the rate in terms of percentage must be submitted limited to 3
decimal places. In case the rates in terms of percentage is quoted to more than 3 decimal
places, then the offer shall be worked out to the first 3 decimal places without rounding off.
5.4 For execution of the subject work, (1) One contractor will be selected. “Negotiations will not
be conducted with the bidders as a matter of routine. However, the Corporation reserves the
right to conduct negotiations”.
7.0 SECURITY DEPOSIT: As per Section 2, clause 2.1.1.0 of the GCC, the successful tenderer
shall pay security deposit up on placement of work order equivalent to 10% of the work order
value in any of the following modes.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
7.1 CASH:
Initial security deposit: The successful tenderer within 10 days of receipt of acceptance of
tender issued by owner shall deposit initial security deposit in an amount equal to 2.5% (Two
and a half percent) of the total work order value in any of the following modes.
a.Crossed Demand draft/ Pay order/ Bankers Cheque drawn on a nationalized/ scheduled
bank drawn in favour of Indian Oil Corporation Limited payable at Bangalore. (Cheques shall
not be accepted)
If the EMD has been made in DD, the contractor may be permitted to adjust the same towards
the initial security deposit and pay balance in the manner stipulated in (a) above.
b. Balance security deposit will be recovered at the rate of 10% of gross certified value of
work from incoming running bills till such time entire security deposit is recovered.
7.2 BANK GUARANTEE (Only if the quantum of security deposit is in excess of Rs. 1,00,000/-):
Entire amount of security deposit (worked out on the basis of work order value) should be
covered by BG as per the format issued by the Corporation and should be submitted prior to
commencement of work. The BG will be valid for a period of 3 months beyond the end of
defects liability period (12 months from the date of successful completion of works as per
contract) i.e. BG towards SD should be initially valid for a period of 21 months [ 6 months
completion time + 12 months defect liability + 3 months]. This BG shall be submitted directly
by the bankers under their covering letter to the office of the Corporation in a sealed cover.
The tenderer should clearly indicate in his offer one of the modes of payment towards the
security deposit. The SD will be held for a period of 12 months from the date of successful
completion of works as per contract.
7.3 The security deposit collected as per the terms shall be released after a period of 12
months from the date of completion of works subject to the relevant clauses of the GCC. The
SD shall not carry any interest.
7.4 In case the tenderer does not accept the work order and complete the formalities of work
order acceptance along with submission of Security deposit within stipulated time of 15 days
then, Corporation shall reserve the right to cancel the work order awarded and forfeit the
EMD.
8.0 VALIDITY OF OFFER : Tender offer shall be valid for a period of 4 months(120 days) from
the date of opening of tender for consideration. IOC reserves the right to place work order at
anytime within 4 months from date of opening of tender. Once work order is placed the rates
shall remain firm till completion of entire work in all respects.
9.0 FIRM PRICE: Once the offer is accepted and agreement executed, the rate shall be valid
till the completion of work in all respects and no escalation whatsoever will be entertained
due to extension of time on any grounds. Similarly no variations or reimbursement shall be
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
10.0 MOBILISATION ADVANCE : No mobilization advance shall be given for this work.
Mobilization clause, mentioned in the GCC, shall not be valid for this tender.
11. Following clauses forming part of GCC already issued are deleted from the scope of
this tender:
Clause 2.6.1.0 & 2.6.2.0- General, Section 2 of GCC
Clause 3.0 – Instruction to tenderers of GCC
12.2 Parties are required to make prior visit to the sites and quote accordingly. The price
quoted by the tenderer shall remain firm for the entire duration of the Contract till
completion of work. The rates quoted shall be inclusive of all materials, labour, all types of
taxes, duties, octroi,WCT and other levies, including sales tax on works contract / VAT as
applicable, packing, forwarding and transportation charges on materials & machinery, all
leads and lifts, hire charges, insurance coverage etc., wherever as applicable and no separate
payment will be made for the same except service tax.
12.3 The Contractor will have to execute the work in accordance with the drawings,
Technical specifications and other conditions laid down in the Work Order documents and
issued from time to time as well as to the full satisfaction of the Corporation/Consultants.
The drawings accompanying the Work Order are indicative in nature.
12.4 The rates quoted by the tenderer in the schedule of rates will be deemed to be for the
finished work and shall also include all charges for testing of materials, assisting taking joint
measurements, all safety related requirements in connection with execution of works
included in the schedule.
12.5 The rates once accepted shall remain unchanged till the expiry of Contract and no
request for revision of rates shall be entertained from the successful tenderer for any reason.
12.6 The Corporation reserves the right to accept the whole or any part of the tender
received and the Contractor shall be bound to perform the same at the quoted rate.
12.7 Making of any cut / opening for electrical wiring/ fitting in masonry work etc. and proper
finishing of the masonry surface is deemed to be included in the work and shall not be paid
extra.
12.8 All materials supplied by the Contractor shall be of best quality and shall be got
approved by the Site Engineer before use.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
12.9 Unless otherwise provided in the description of various items of work, the rates tendered
by the Contractor shall be for complete items of work covering all liabilities, obligations and
risk arising out of the conditions of contract and carrying the work in part(s) or
under/across/along pipes, cables drains etc complete and shall apply to all heights, depths,
leads and lifts. No extra charges whatsoever consequent on any misunderstanding or
otherwise shall be allowed. All materials required for the entire work unless specifically
mentioned in rate schedule shall be supplied by Contractor.
12.10 Any damage caused to the existing work including finished work by the Contractor
while executing the work shall be made good by the Contractor at his own cost.
12.11 Payment to the Contractor shall be made for the actual quantity of work measured at
the site at the rates agreed. All the items of work given in the schedule of rates shall be
executed strictly in accordance with the relevant approved drawings, item wise description
work, specifications and instructions of Site Engineer.
12.12 The quoted prices for items shall include all accessories, consumables, spares etc as
required, whether specifically mentioned in the item or not, to make the item complete in all
respects compatible with other related /associated items and fully functional.
12.13 Loading, transporting, unloading, handling / double handling, hoisting to all levels,
setting, fittings and fixing in position protecting, disposal of debris and other labour necessary
in and for job in accordance with the Contract documents, good practice and recognized
principles shall be responsibility of the Contractor.
12.14 All hardware / fasteners and other components shall function smoothly without any
friction or crack when fixed in position.
12.15 Wherever any specified capacity of equipment/ fixture, thickness of material or size of
section is not available, the next higher available capacity, size or thickness is to be provided
without any extra cost.
12.16 Plans, drawings, and other information forming part of the tender documents shall
constitute only a general guidance to enable the Tenderer to visualize the work and/or
supplies contemplated under the Contract. These have been prepared and released in good
faith on the basis of information available to the OWNER. IOC assumes no responsibility as to
the correctness thereof and the Tenderer is expected prior to submission of offer to have
undertaken a complete and independent survey and to have made his own study of all factors
relevant to the performance of the work or making the supplies.
12.17 Should there be any doubt or ambiguity in the interpretation of the Tender Documents
or error, omission or contradiction therein or any of them the Tenderer shall sufficiently in
advance prior to submission of offer, apply in writing to IOC the Engineer-in-Charge for
clarification or resolution of the doubt, ambiguity or contradiction or correction of the error
or omission as the case may be. Should the Tenderer fail to apply to IOC for decision as
aforesaid, the Tenderer shall, if awarded the work perform the said work at their own risk
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
and the provisions relevant clauses of General Conditions of Contract shall apply to any such
work performed by the CONTRACTOR.
In case of any class of work for which no specifications is mentioned, the same shall be
carried out in accordance with the latest Bureau of Indian Standards specifications subject to
the approval of the Corporation.
b) APPLICABILITY OF IS CODES :
13.1 The Contractor shall have to start the work within 15 days from the date of issue of work
Order or the actual date of handing over, whichever is earlier, failing which price adjustment
shall be done as per provisions of clause No.4.4.0.0 of General Conditions of Contract.
13.2 It shall be noted that for the purpose of price discount, completion time, extension,
and delay, the time of commencement, completion and price discount shall be calculated
separately for each RO and not on the entire work order value in case multiple ROs are
covered in the same tender.
13.3 If the Contractor does not start the work by the above stated period and if the
Corporation is not satisfied with the reason for not starting the work in time or if Contractor
refuses to carry out the work due to any other reason, the Corporation can cancel that work
order by giving a Registered Notice after the expiry of the specified period as per the order
and the same work shall be carried out by any other Contractor at the entire risk and cost of
original Contractor.
13.4 In the event of such cancellation, the ISD/SD for the subject work, Earnest Money
Deposit and/or Permanent Earnest money Deposit will be forfeited and the empanelment
of the contractor in all categories shall be cancelled forthwith, without any further
intimation to the contractor. In addition the Corporation also reserves the right to holiday
list the contractor in the event of such default.
Any bushes/vegetation etc. required to be cut during the start/ course of the work shall be
done by the party and no separate payment shall be made for the same.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
th
15.1 The entire work of : Construction of NEW RO AT Site No. 06, 9 Main Road, Opp.
nd
G.K Convention Hall, Banashankari 2 Stage, Bangalore Urban District under
BangaloreDivisional Office OF KASO. including all items of work specified in the price
schedule shall be completed within 5 (five) months from the date of handing over the site,
which will be taken as 15th day from the date of commencement order or the actual date of
handing over which ever is earlier, failing which price adjustment for delay in completion
shall be levied in line with the Clause no. 4.4.0.0. of Sec.4 of General Conditions of Contract.
Tenderers must note that the time for commencement of works for all locations shall start
concurrently.
15.2 The Contractor shall submit within 15 days of the receipt of detailed work order, a
detailed construction programme mutually agreed by the Corporation and the Contractor
giving the complete schedule of executing the work. The programme thus submitted shall
form part of the contract and shall be binding on the Contractor. However, the Corporation
reserves the right to alter the programme if necessary. No claim whatsoever of the Contractor
on this account, shall be entertained. All works intimated by the Corporation shall have to be
carried out at the quoted rates irrespective of Contractor’s schedule for completing the
works.
15.3 In case of failure to adhere to the time limit or if the pace of progress is not satisfactory,
the Corporation will be at liberty to terminate the contract and get the works executed by an
alternate agency at the risk and cost of the Contractor. No claims on account of loss in profits
on this or on any other grounds shall be entertained.
15.4.1 Adequate technical man power and site organization should be provided by the
Contractor during execution of the works. The Corporation reserves the right to ask for
replacement/enhancement in the site organization depending upon the progress of the work
and Contractor shall agree to abide by them.
15.4.2 The time limit for completion of the work is determined depending upon the nature of
jobs and site conditions etc. and the stipulated time of completion shall be strictly adhered
to, failing which price adjustments as per clause number 4.4.0.0 of General Conditions of
Contract shall be imposed.
15.4.3 Depending upon the requirement, with the concurrence of Site Engineer, the
Contractor may be permitted to work beyond the normal working hours to the extent of round
the clock and holidays also for which no extra claim would be entertained. A prior notice will
be required from the Contractor for nighttime working. In the event of nighttime working, the
Contractor shall provide and maintain at his own cost sufficient lights and Security Personnel,
if so required, to enable the work to proceed satisfactory without hindrance.
15.4.4 Similarly, if the Contractors required to work on holidays or extended hours to
complete the work within time schedule, a prior notice will have to be given to the
Corporation and no claims regarding payment of overtime etc will be entertained by the
Corporation.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
15.4.5 The progress of work shall be proportionate to time of completion and amount of
order. If at any stage the progress is found to be below the schedule, the Corporation will
have option to cancel the work order and get the balance work executed from other agencies
at the risk, cost and consequences of the Contractor.
15.4.6 After issuance of the work order, under some special circumstances, the Corporation
may advise postponement of commencement date or to carry out the work in stages, in which
case the time of completion shall be extended suitably depending upon the actual
delay/interruptions caused. The Corporation will not however be liable under any
circumstances for payment of compensations of any nature to the Contractor for such delay
or interruptions.
15.4.7 If the Contractor fails to complete work within the completion period, does not show
sufficient progress as per schedule fixed for completion of the work, the Corporation can
terminate the contract by giving 21 days notice by a Registered Letter and get the full or
remaining job done through any other Contractor at even higher rate than the Order Rates
and recover the difference from the Contractors’ pending bill/security deposit. If the work is
done through any other Contractor at the same rate the Corporation shall in that event forfeit
party’s initial EMD/SD for a particular state office/Category.
15.4.8 The Contractor, if they so desire, can make an application sufficiently in advance
before the completion time, if they anticipate any obstacle/ hindrances in completion of
their work, before the schedule date of completion. The Corporation however shall not be
bound to give any extension of time if the delay is on the part of the Contractor.
15.4.9 Acceptance of facility/facilities by the Corporation does not constitute final
completion of the contract. The contract shall be deemed to be executed in full and final
measurement certified only when the Contractor has fully discharged all his obligations in
terms of all the contract documents.
17.1 The scope of work is as detailed in the schedule of rates, Item wise detailed description
of work, enclosed drawings and technical specifications enclosed.
17.2 The work described in the specifications and other Work Order documents along with
their various elements to be supplied and erected by the Contractor shall be complete with
all components and accessories which are necessary, or are usual for their efficient
performance and satisfactory maintenance. Such works shall be deemed to be within the
scope of the Contract, whether specifically included or not in the schedule. All material and
workmanship shall be best of its particular kind.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
IOC will not make available electrical power / water, required for the job. The contractor
should make their own arrangements at their cost for required power / Diesel Generator sets
and water for all leads and lifts for completion of works within stipulated time limit. No delay
shall be entertained on account of non-availability of water or power supply. Electrical work
shall be carried out through licensed electrical personnel only.
19.1.3 EQUIPMENTS LIKE COMPRESSOR, DAG , SUBMERSIBLE PUMP ETC & ITEMS LIKE YARD
LIGHT ETC.
A. Upto 80% of the item rate on supply of equipment/ items to site including test certificates
B. 15% After installation & grouting of equipment
C. Balance 5% on completion of all works & in final bill
19.2 Submission of Bills: The Contractor is required to submit the bills in the standard
Performa of the Corporation only.
19.3 E-PAYMENT SYSTEM : To enable quick release of payments, Corporation has implemented
SYSTEM OF PAYMENTS THROUGH EFTT/RTGS/ INTERNET. Tenderer is required to positively
furnish Particulars of their Bank Account in prescribed format enclosed with Tender
(Annexure A of Special Terms and Conditions).
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
Contractor shall make necessary arrangements for the safe custody of their materials and the
Corporation shall in no case be responsible for any loss or damage to the same. Any temporary
structure if allowed to be erected by the Corporation for the purpose shall be demolished and
removed on completion of works. Further, safe custody of all machinery and equipment used
by the Contractor for the work shall be their sole responsibility. They shall therefore employ
sufficient staff for watch and ward at their expenses if felt necessary.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
25.0.REMOVAL OF DEBRIS:
Contractor shall arrange to dispose off debris and any other waste product created while
carrying out the work, outside Corporation’s premises. The Contractor shall take due care
while disposing of such waste materials and ensure that any rules/ regulations laid down by
Municipal Corporation or any other statutory body are not violated. The Contractor shall be
responsible and answerable to any complaint arising out of improper disposal of waste
material. Quoted rate shall involve the cost of same and no extra payment shall be made
towards this account.
In case of failure to do so by the Contractor, the Corporation will have the right to get the
site cleared at the risk and cost of the Contractor.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
31.0 On execution of the Contract, all prior proposals of the Contractor, quotations, and
agreements between the parties, understandings, representations and arrangements not
specifically incorporated in the Contract shall be superseded.
32.0 DRAWINGS:
Wherever dimensions or sizes are not specified in schedule of rates, the drawings
provided may be referred. Figured dimensions are to be followed in all cases. Large-
scale details take precedence over small-scale drawings. In general, the drawings
shall indicate the dimensions, positions and type of construction, the specifications
shall indicate the quantities and methods, and the schedule of rates shall indicate the
quantum and rate for each item of work. Any work indicated in the drawings and not
mentioned in the specifications or vice-versa, shall be treated as though fully set
forth in both. Any ambiguity, conflict of interpretation, errors or inconsistencies
discovered in the drawings/documents shall be promptly brought to the attention of
the Corporation shall prevail, but in the event of disagreement between the
Contractors and the Site Engineer, decisions of Engineer-In-charge shall be final. In
case of any discrepancy, the Contractor is to ask for explanation before proceeding
with the work.
33.0 MATERIALS/EQUIPMENT :
33.1Any sub standard materials, used during execution will be rejected and the Contractor
shall replace the same to the entire satisfaction of the Corporation at their own cost.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
33.2 All material required for this work shall be supplied by Contractor except dispensing
pumps and horizontal tanks which will be supplied by IOC. It will be the responsibility of the
party to provide at their cost qualified welders, labour, equipments, machinery, power and
all materials as detailed in our price bid schedule, scope of work/item wise detailed
description of work, specification and relevant IS codes so as to complete the job in all
respects.
33.3 Materials supplied by party shall be utilized only after getting approval from Site
Engineer.
33.4 Corporation shall not be responsible for the security of the party’ material/ equipments.
33.5 No covered space shall be made available for storage/stacking of party’s materials. The
party shall make their own arrangement for the same.
34.1 The tank/ pump and the miscellaneous fittings/fixtures, engineering materials etc. for
Retail Outlet, are usually dispatched in the name of Dealer OR Contractor and the Contractor
after taking over the site shall take delivery of the above materials from dealer for
installation and keep them in safe custody till the time of handing over. If any material is
found to be missing or short from the list of materials, the Contractor shall immediately
inform the concerned Divisional Engineer in writing of such shortages. If any material is lost or
damaged while it is in Contractors custody, the Contractor will have to make up for the
losses. The Corporation can ask for Bank Guarantee or security in the form of cash deposit for
any material issued to Contractor for the work outside any established premises of the
Corporation.
34.2 For works at any other site where Corporation has no established premises, the
Corporation may request the Contractor to take charge of equipment till handing over and
Contractor shall be responsible for security of the same.
34.3 The Contractor will not have any legal ownership on materials issued for Corporation
works.
34.4 The Contractor will submit the name of his authorized representative with his attested
signature to Divisional Engineer/Location- in-charge for issue of materials.
34.5 Contractor will preserve MIN/MRN (for receipt of material from the Corporation/ Return
of balance material to the Corporation after the individual work has been completed) till the
submission of final bill for individual works. The consumption of material for work will be
settled on the basis of MIN/MRN if any materials is found short, the Corporation will recover
its cost either book value plus 10% or market rate whichever is higher.
34.6 The Contractor on completion of job will hand over the facilities and site to Corporation
or its authorized representative and will have no legal claim of ownership on materials,
equipment and site.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
If any material has been purchased by the Contractor or credit and payment is not cleared,
Corporation on receipt of such complaint from any party can recover the amount from
Contractor’s pending bill or a security deposit, on account of non-clearance of such
transaction where the Corporation’s name/ dealing is likely to be adversely affected and may
make the payment to the concerned party.
Contractors in their own interest should purchase material from the authorized sources and
should fulfill all their obligations of all taxes etc. If the Corporation has reasons to believe
that any material has been brought to its premises from unauthorized sources, the
Corporation can refer the matter to police for verification. The Contractor can then be
debarred from Corporation and EMD/SD shall be forfeited for such lapses.
38.0 INCOME TAX, SALES TAX, WORKS CONTRACT TAX, SERVICE TAX, STATUTORY LEVIES :
a.The contractor shall note that the rates quoted shall be inclusive of all taxes, statutory
levies, royalty, Income tax, sales tax & work contract tax, transportation etc. except service
tax.
b. The contractor shall take note that this percentage devation tender is including all taxes,
statutory levies, royalty, income tax, sales tax & work contract tax etc., IOCL shall not
entertain any request for payment of any taxes/levies separately.
c. Contractor shall give undertaking to IOC that they will pay the prevailing sales Tax and all
other statutory levies on the materials purchased by them which shall be utilized or consumed
to carry out this work.
27.0 The quantities in the schedule are approximate. There may be variation in the
quantities. Payment shall be made only on the actual work carried out by the party
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
a.The Contractor shall have to take all safety precautions for carrying out hot work in the
Retail Outlet if required, at his own cost as directed by the site Engineer. Necessary safety
equipments such as safety belts, helmets and other equipment are to be positioned by the
contractor and used as per requirement
b. Heating the stone metal, sand, bitumen and hot mixing shall be done outside the Retail
Outlet.
Safety distances as per CCE Rules & OISD shall be maintained strictly.
c. Any casualty or damage caused by any untoward incidents while executing this contract
will be at the Contractors’ risk and cost.
d. Welding work may not be allowed during the daytime when Operation is on and may have
to be done during scattered hours or during night hours, however, no compensation will be
paid on account of idling of labour/equipment.
e. Since the work shall be carried out at running retail outlets, hot work permit on day to-day
basis as required under prevailing guidelines shall be obtained from the dealer of the retail
outlet.
f. The successful tenderer shall be responsible for observance of all conditions as per
appendix 3 furnished along with GCC with regard to safety.
All temporary connections are to be spark proof/ flame proof and shall be got approved from
Site Engineer.
Test Report (if required for this job as decided by the engineer) duly approved by the local
Electricity Department shall be submitted by the Contractor after completion of the work.
Any payment to Electricity Department needed shall be borne by the Contractor.
The entire electrification work shall be carried out by the Contractor under supervision of
licensed Electrical supervisor to the satisfaction of local Electricity Dept./Site Engineer.
The entire electrification work shall be carried out as per I.E. Rules/ Local Electricity
regulation/ IOC specification as applicable.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
All metal covering which is used to protect cables and apparatus shall be efficiently earthed.
The metal covering used to carry the cable must be electrically continuous and this includes
all the switchgear casing, if they are made of metal.
The number of points on any one circuit is limited and must not exceed the following:
For circuit not exceeding 6 amps 10 points
For circuit not exceeding 8 amps 6 points
For circuit not exceeding 10 amps 4 points
For circuit not exceeding 20 amps 2 points
The Contractor shall produce all invoices in original for the materials purchased as called for
by the Corporation Engineers for proof of having purchased approved makes / authorized
dealers, etc.
The Contractors should produce manufacturers test certificates as and when called for. The
Contractors have to get the materials tested from the Laboratories as approved by IOC
Engineer at no extra cost. The materials, which do not meet the minimum requirements, have
to be replaced with new materials. The Contractor should get new materials tested at no
extra cost.
The Contractor shall not take up any extra item unless he receives specific written
instructions from the concerned office or from IOC Engineer. Rates for the extra items shall
be submitted by the contractor along with supporting market quotations well in advance to
IOC. in line with market rates and the same shall be binding on the contractor.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
47.1. The works at site will be supervised either by IOC site engineer or by Project
Management Consultant (PMC) agency appointed by IOC. It shall be the responsibility of the
contractor to ensure that the works are carried out with due inspection of works by PMC
agency as per approved QAP at every stage of work. Further it shall also be the responsibility
of the successful tenderer to submit bills for payment which are duly certified by PMC
agency. Bills shall be processed for the works completed, measured and entered in the MB
duly signed by both successful tenderer and TPI. During execution of works, it shall be noted
that deviations shall be put up duly endorsed by TPI agency.
47.2. Since the work is to be carried out in running location also in some cases, the work is
likely to be hampered / delayed due to operational reasons. No claims on account of the
above and any other reason whatsoever shall be entertained by the corporation and work
shall be completed by the Contractor within the stipulated period considering the above
conditions also the Corporation shall not pay any compensation whatsoever for idling of
labour/ equipment.
47.3. Acceptance of the facility/ facilities by the Corporation does not constitute final
completion of the contract. The contract shall be deemed to be executed in full and final
measurement certified only when the Contractor has fully discharged all his obligations in
terms of all the contract documents.
47.4. Facilities dismantled/ Damaged while executing the works shall be restored to its
original condition without any extra cost to the Corporation.
47.6. Many works executed may need clearance from an Acceptance Committee formed by
Corporation at any stage of the work. Contractor shall render full cooperation and comply
with all the observations, instructions of the Committee at no extra cost to IOC.
47.7. The work orders shall be cancelled in the event of negligence in carrying out the works
or poor quality of work/workmanship.
47.8. The relevant clauses in the GCC shall also be applicable for termination of individual
work order / contract.
47.9. The checklist for bills and the materials / makes used is enclosed. The same has to be
filled and enclosed with the Running / Final bills along with the relevant documents, failing
which the bill shall not be passed for payment. The list is not exhaustive and hence, items
may be added, as applicable, by the Site Engineer.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
47.10 PHOTOGRAPHS OF WORKS CARRIED OUT: The contractors shall submit 4” X 6” size
coloured photographs of the work carried out from time to time, at their own cost as per the
instructions of the TPI Agency/ IOCL prior to clearance of final bill. Photographs to be
submitted for each of the major items of work such as Sales Building, Tank Installation,
Piping, Driveway, Compound/Retaining wall/ Chain link fencing, canopy etc and shall indicate
final completion of works.
48. Tenderers are advised to note the newly introduced changes in Service Tax. Taking in to
account of the Reverse Charge Mechanism (RCM), the following may please be noted:
In our estimated SOR, the rates are exclusive of applicable Service Tax for works contract.
The applicable service tax for the works contract, shall be calculated and 50 % of the payable
service tax has to be paid by the service receiver. Hence appropriate deductions shall be
made in the bills and same will be remitted by IOCL to Service Tax Department. Balance 50 %
ST to be remitted by the contractor directly. To have the same, you are required to submit
service providers invoice as per rule 4A of Service Tax Rules 1994, where ST payable by
service provider needs to be disclosed in the invoice. In the case of Ltd. companies it will be
as per rules.
A. MOBILISATION ADVANCE: No mobilization advance shall be given for this work. Mobilization
clause, mentioned in the GCC, shall not be valid for this tender.
B. Following clauses forming part of GCC already issued are deleted from the scope of this
tender:
Clause 2.6.1.0 & 2.6.2.0- General, Section 2 of GCC
Clause 3.0 – Instruction to tenderers of GCC
C. GCC contains provision for arbitration and alternative dispute resolution machinery under
Section 9, which stands deleted. Further, the reference to arbitration and alternative dispute
resolution machinery provision contained in any other term & condition in GCC, which maybe
general or special in nature shall also stand deleted to the extent the said contents are
applicable to the arbitration provisions.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
Dear Sir,
With reference to your advise, we hereby agree to accept the payment of our bills through
“RTGS/NEFT/Electronic Mode”.
A blank cancelled cheque leaf relating to the above bank account is enclosed for verifying the
accuracy of the bank account details.
I hereby declare that the particulars given above are correct and complete. I agree to receive
transactional SMS / E-Mail Alerts from IOCL with regard to my bill payments.
**** Verification required only in case vendors name is not printed/appearing on the cancelled
cheque leaf being submitted to IOCL office
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
Annexure – B
CHECK LIST FOR BILLS:
Sr Submitted Submitted
No Name of document Yes/No Yes/No
Site handing over / taking over
1 certificate (in case of 1st bill)
Manufacturer
’s Reports of test
Test certificates (Copies with Test Carried out
6 R / A bills & original with final bills) Certificate by Contractor
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
(TO BE EXECUTED ON STAMP PAPER RS. 100, for claiming refund in case IOC cash receipt is
misplaced)
AND WHEREAS Indian Oil Corporation Limited have at our request and entreaty agreed to refund to us
the amount covered by the said DEPOSIT RECEIPT on our executing these presents in the manner
hereinafter appearing NOW KNOW BE AND THESE PRESENTS WITNESS that we, the undersigned (name
and address) _____________________________________________________________________
_____________________________________________________________________
for ourselves and our heirs executors and administrators and our successors and assigns do hereby
agree covenant and undertake to Indian Oil Corporation Limited and its successors and assigns fully
and effectively indemnity and keep Indian Oil Corporation Limited and its successor’s and assigns
fully and expressly indemnified and expenses respectively that they and their successors and assigns
might suffer and be put to by reason of refunding to us the undersigned the sum covered by the said
DEPOSIT RECEIPT and we our heirs executors and administrators and our successors and assigns
hereby record having agreed to reimburse Indian Oil Corporation Limited the amount of all claims,
damaged costs charges and expenses suffered by them in the premises aforesaid.
IN WITNESS WHEREOF we the undersigned have hereunto set and subscribed our signature the day
and year first hereinabove written.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
To,
M/s. INDIAN OIL CORPORATION LIMITED
Sub.: (1) Work Order No. ......................................................... dt..............
(2) Agreement No............................................................ dt...............
hereafter called the "Contractors" (which expression shall mean and include if the context so
admits, the partners or partner for the time being of the Firm and their his respective heirs,
executors and administrations its successors and assigns in law) in favour of INDIAN OIL
CORPORATION LTD., a Company incorporated under the Company Act 1 of 1956 and having its
Registered Office at G-9, Ali Yavar Jung Marg, Bandra (East). Bombay - 400 051, hereinafter
called "the Corporation” (which expression shall include its successors and assigns in law).
WHEREAS the Corporation, desirous of having executed certain work specified in the
work order No. _____________ dated __________ issued by the Corporation on the
Contractors has caused drawings, specifications and bill of quantity showing and describing
the work to be done prepared and the same have been signed by or on behalf of the parties
hereto AND WHEREAS the Contractors have agreed with the said work Order upon certain
terms and conditions provided in the Agreement executed between the Contractors and the
Corporation and also contained in the General Conditions of contract attached thereto.
AND WHEREAS the Contractors are bound by law to comply with the provisions of various
Labour Laws like Minimum Wages Act 1948, Equal Remuneration Act 1976, Inter-State Migrant
Workmen (Regulation of Employment and Conditions of Service) Act 1979, Contact Labour
(Regulation and Act 1970), Workmen's Compensation Act 1923, Employees State Insurance Act
as also the Provident Fund Act providing for Provident Fund Act Scheme for labourers engaged
by the Contractors but amenities and facilities to the workers under the different labour laws,
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
not only the contractors but also the Corporation as the principal employer becomes liable for
the acts of omission and commissions by the Contractors.
The Contractor hereby undertake to furnish a certificate with regard to the number of
labourers employed by them in the Corporation and in other organisation throughout the
country to the Location in-charge of the Corporation where the work is undertaking by
the Contractors.
The Contractors hereby confirm and state that they are duly registered under Contact
Labour (Regulation and Abolition) Act 1979 as amended from time to time and that they
undertake to furnish a certified copy of the requisite License obtained by the Contractors
from the competent authority to the Corporation's representative.
The Contractors hereby undertake to keep proper record of attendance of his labourers
and will give opportunity to the officers of the Corporation to supervise the same and
confer upon the Corporation's representative the right to countersign the said register.
The Contractors shall provide a copy of pay sheets to the Location in-charge of the
Corporation and also confer the right of wages to the labourers on the spot whenever
required by the Corporation.
The Contractors state that they are fully aware of the provisions of the Provident Fund
Act, particularly with regard to the enrolment of labourers as a member of Provident
Fund. The Contractors further confirm that they are aware of the provisions and that
they are obliged to recover Provident Fund contribution from the eligible labourers
engaged by them and after adding their own contribution, remit the same to RPFC. The
contractors state and confirm that they are fully aware of their obligation to remit the
said amounts on account of Provident Fund to the RPFC within the prescribed period and
that they have obtained a separate code number from the Regional Provident Fund
Commissioner which is bearing Sanction No…………….……………………. dated
..................…………....... from ...............................RPFC.
The Contractors will afford all opportunities to the Corporation whenever required to
verity that the Provident Fund is actually deducted by the Contractors from the wages of
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
the labourers and the same together with the Contractors' contribution has been duly
remitted by the Contractors to the concerned P.F. Commissioners. The Contractors also
undertake to provide photocopy of the receipt issued by the concerned P.F.
Commissioner for having received the P.F. contribution from the Contractors.
In the event the location in-charge of the Corporation is not satisfied about the payment
of wages made and the recovery of P.F. etc. from the labourers employed by the
Contractors, the Contractors hereby agree and authorize the location in-charge to
complete all their obligations by deducting the dues from the bills.
Notwithstanding the provisions contained in clause 6 above, the Contractors hereby
undertake and authorize the Corporation to recover dues payable by the Contractors to
the labourers employed by them as also amounts on account of P.F. contributions
(including the Contractors' -contribution) as also all losses. damages, costs, charges,
expenses, penalties from their bills and other dues including the security amounts.
The Contractors hereby agree, confirm and declare that they have fully complied and will
comply with the provisions of various labour laws, particularly those referred to herein
above and that no violation of the provisions of various amenities and facilities to the
workers under different laws has been done by them and in the events of any past or
future violation of the various labour laws the contractors shall indemnify and keep the
Corporation duly indemnified against all losses, damages, costs, expenses, penalties,
suits or proceeding which the Corporation may incur, suffer or be put to.
The contractors hereby agree that the aforesaid indemnity undertaking are in addition to
and not in substitution of the terms and conditions contained in the tender documents
and the work order and also the Agreement executed by the Contractors with the
Corporation.
The Contractors hereby confirm, agree and record that these terms of undertaking and
indemnity shall be irrevocable and unconditional and shall be binding on their heirs,
executors, administrators and legal representatives and shall ensure for the Corporation's
benefit and for the benefit of its successors and assigns. Yours
faithfully.
Contractor's Name and Signature
Witness (1) …………………………………………………………………………...
(Full address) …………………………………………………………………………...
…………………………………………………………………………...
Witness (2) …………………………………………………………………………...
(Full address) …………………………………………………………………………...
…………………………………………………………………………...
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
D E C L A R A T I O N - `A'
We declare that we have complied with all the conditions of the tender and there are no
deviations.
Date:
Place:
D E C L A R A T I O N - `B'
We declare that we do not have any employee who is related to any officer of the
Corporation/Central/State Governments.
We have the following employees working with us who are near relatives of the
Officer/Director of the Corporation/Central/State Government.
Date :
Place :
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
D E C L A R A T I O N - `C'
The Tenderer is required to state whether he is a relative of any Director of our Corporation or the
Tenderer is a firm in which any Director of our Corporation or his relative is a partner or any other
partners of such a firm or alternately the Tenderer is a private company in which Director of our
Corporation is a member or Director.
1. Name of the Contractor and his relations
with the Director in our Corporation :
Date :
DECLARATION – ‘D’
Tenderer is required to state whether they have employed any retired Director and above rank
officer of Indian Oil Corporation Limited in their firm. If so, details hereunder to be submitted.
Name of the person :
Date of retirement :
Date :
Place : Signature & Seal of tenderer
N.B.
1. A separate sheet may be attached, if the above is not sufficient.
Strike out whichever is not applicable. If the Contractor employs any person subsequent to signing
the above declaration and the employee/s so appointed happens to be the near relatives of the
Officer/Director of the Corporation/Central/State Governments, the Contractor should submit
another declaration furnishing the name/s of such employee/s who is/are related to the officer/s of
the Corporation/Central/State Governments.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
I hereby declare that neither I in my personal name or in the name of my Proprietary concern
M/s.__________________________________ which is submitting the accompanying Bid/Tender nor
any other concern in which I am proprietor nor any partnership firm in which I am involved as a
Managing Partner have been placed on black list or holiday list declared by Indian Oil Corporation
Ltd. Or its Administrative Ministry (presently the Ministry of Petroleum & Natural Gas) except as
indicated below:
(Here give particulars of blacklisting or holiday listing, and in absence thereof state “NIL”)
(Here give particulars of blacklisting or holiday listing, and in the absence thereof state “NIL”)
We hereby declare that we have not been placed on any holiday list or black list declared by Indian
Oil Corporation Ltd. Or its Administrative Ministry (presently the Ministry of Petroleum & Natural
Gas) except as indicated below:
(Here give particulars of blacklisting or holiday listing, and in the absence thereof state “NIL”)
It is understood that if this declaration is found to be false in any particular, Indian Oil Corporation
Ltd. Or its Administrative Ministry, shall have the right to reject my/our bid, and if the bid has
resulted in a Contract, the Contract is liable to be terminated.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
LIST OF MAKES
A. CIVIL WORKS
SL.NO MATERIALS APPROVED MAKES IS CODE REF.
1 ORDINARY PORTLAND CEMENT ULTRA TECH / BIRLA / ACC / 8112 : 1989
MADRAS CEMENTS / INDIA 12269 : 1987
CEMENTS/ AMBUJA/ DALMIA /
ZUARI/RAMCO/SANKAR/
AMMASANDRA CEMENTS
(HEIDELBERG)
2 STRUCTURAL STEEL - SECTIONS, TATA / SAIL / VIZAG / HINDUSTAN 2062 : 1999
PLATES, RODS, FLATS, STRIPS
ETC.,
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
15 ACRYLIC EMULSION, PAINTS, I.C.I /BERGER /ASIAN /NEROLAC 354 : 1989, 428 :
DISTEMPERS / JENSON & NICHOLSON 2000
16 WATERPROOF CEMENT PAINTS SNOWCEM PLUS / DURACEM / 5410 : 1992
SUPREME / SURFACEM/BERGER
17 FLOAT GLASS INDO-ASAHI / MODI FLOAT / 14900 : 2000
SAINT GOBAIN
18 PRESSED CLAY TILES (FOR ANY APPROVED MAKE 2690 : Part I :
WATERPROOFING) 1993
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
55 BOREWELL WATER PIPE AND ANY IS APPROVED MAKE 4984 : 1995/ 8360
FITTINGS – HDPE : 1977
56 BOREWELL CASING PIPE - STEEL ANY IS APPROVED MAKE 4270 : 2001
57 SUBMERSIBLE PUMPSET FOR ATLANTA/ SUGUNA / APPROVED 8034 : 2002
WATER EQUIVALANT
58 MOTOR FOR SUBMERSIBLE ANY IS APPROVED MAKE 9283 : 1985
PUMPSET FOR WATER
59 PORTABLE FIRE EXTINGUISHERS CEASE FIRE / MINIMAX / SAFEX / 2171 : 1999
(DRY CHEMICAL POWDER) IS APPROVED MAKE
60 FIRE BUCKET ANY IS APPROVED MAKE 2546 : 1974
61 SYNTHETIC ENAMEL PAINT I.C.I /BERGER /ASIAN /NEROLAC 2932 : 2003
/ JENSON & NICHOLSON /
SHALIMAR
62 SAFETY COLOURS ANY IS APPROVED MAKE 9457 : 1980
63 BOLTS, NUTS, WASHERS (JOINTS ANY IS APPROVED MAKE 4000 : 1992, 3757
STEEL STRUCTURAL WORK) : 1985, 6623 :
1985, 6649 : 1985
64 FOUNDATION BOLTS ANY IS APPROVED MAKE 5624 : 1993
B. MECHANICAL WORKS
SL.NO MATERIALS APPROVED MAKES IS CODE REF.
1 M.S ERW PIPES (PLAIN END) – TATA /JINDAL / ZENITH 1239 -2004
CLASS `B’
2 M.S ERW PIPES (PLAIN END) – TATA /JINDAL / ZENITH 1239 : 2004
CLASS `C’
3 M.S ERW PIPES (SCREWED END) – TATA /JINDAL / ZENITH 1239 -2004
CLASS `B’
4 FLEXIBLE PIPES KPS - L&T/UPP-OILCO
5 CS VALVE LEADER / KSB / L&T(AUDCO) 10611 : 1983
6 HORIZONTAL TYPE/VERTICAL LEADER / 10989 : 1984/
TYPE GUN METAL CHECK VALVE TRISHUL/SANT/CHAMPION 11733 : 1986
SCREWED/ANGULAR
7 GM GATE VALVES LEADER / KSB / L&T / GG / 778 : 1984
SANT/CHAMPION
8 SLIP ON / BLIND FLANGES I.S APPROVED MAKE 6392 : 1971
9 WELDING ELECTRODES ADVANI OERLIKON/ESAB/D&H 817
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
SECHERON/HONAVAR
ELECTRODES/MAILAM
INDIA/ROYAL ARC
ELECTRODES/MARUTI
WELD/GEE
10 BOLTS & NUTS (PIPELINE WORK) TVS /NEXCO /TRIANGLE / 1367
TATA/ AS PER IS
11 COMPRESSED ASBESTOS GASKET CHAMPION / HINDUSTAN 2712 : 1998
FERRADO / PERMANITE
12 PRESSURE GAUGE H GURU / FEIBIG / MANOMETER 3624 : 1987
INDIA
13 UNION I.S APPROVED MAKE 1239
14 STEEL BUSH I.S APPROVED MAKE 1239
15 M.S CAP I.S APPROVED MAKE 1239
16 AIR COMPRESSOR ELGI/INGERSOl RAND 5456 : 1985
17 MECHANICAL AIR GAUGE (FOOT ELGI, OTHER EQUIVALENT MAKE 8411 : 1977
TYRE INFLATOR)
18 DIGITAL TYRE INFLATOR ELGI/ IRA
19 PRESSURE VACUUM VALVE OPW MODEL NO: 623V, FRANKLIN
FUELLING MODEL NO: 802,
MORISON BROS CO, NEOGI, TRISTAR
ENGG & CHEMICAL CO
20 BRAIDED RUBBER HOSE SWASTIC/GATES/DUNLOP 10733
21 BITUMINOUS PAINT SHALIMAR OR EQUIVALENT 9862
APPROVED MAKE
22 BITUMEN MASTIC SHALIMAR OR EQUIVALENT 5871 : 1987
APPROVED MAKE
23 ZINC PHOSPHATE PRIMER JENSON & NICHOLSON / I.C.I 104 : 1979
/BERGER /ASIAN PAINTS /
KANSAI NEROLAC
24 SYNTHETIC ENAMEL PAINT JENSON & NICHOLSON / I.C.I 2932 : 2003
/BERGER /ASIAN PAINTS /
KANSAI NEROLAC
25 ALUMINIUM PAINT (GENERAL JENSON & NICHOLSON / I.C.I 2339 : 1963
PURPOSE) /BERGER /ASIAN PAINTS /
KANSAI NEROLAC
26 SPRAYED ALUMINIUM AND ZINC JENSON & NICHOLSON / I.C.I 5905 : 1989
COATING ON IRON AND STEEL /BERGER /ASIAN PAINTS /
KANSAI NEROLAC
27 C.I /DI MANHOLE COVER NECO / ARECO 1726 : 1991
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
9 Canopy Lights Fittings – Metal WIPRO CAT No: WHH 96150 ( 150
Halide W)
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
R/OUTLET:__________________DIST:________DIV.OFFICE_____________
STATE OFFICE:____________________
CAT:_____YR COM:______PROP:_______________INSP
BY:_________________DATE:___/___/___
Sr DESCRIPTION YES NO NA REMARKS
1) Excavation
a. Whether safe angle of repose (usually 450 ) maintained while excavating trenches
exceeding 1.5m to 3m.
b. Whether suitable bench of 0.5m width at every 1.5m depth of excavation in all
soils except hard rock.
c. Whether proper shoring and strutting to prevent cave-in or slides.
d. Whether proper precaution taken for live electrical cable
passing under the area.
e. Whether minimum 2m distance from edge of excavation maintained from vehicles
operating near excavation or whether the support work has been specially designed
to permit the vehicle come close to excavation with adequately anchored stop
blocks and barriers.
f. Whether area has been cordoned off with warning board displayed.
g. Does the excavation not affect the stability of neighbouring structure.
h. Are excavated earth kept away from edge of the pit.
i. Personal Protective Equipment are in use by the persons.
j. Whether proper arrangement is provided in case of flooding of pit with water (Ring
buoys and de-watering pumps etc.)
k. Whether sufficient lighting arrangement has been made (in case working in dark).
2) Welding
a. Check whether acetylene cylinders are not kept near the hot area and kept in right
position.
b. Whether electric cables in use for electric arc welding, are armoured and properly
insulated.
c. Whether separate earthing conductor provided for the item being welded, in
addition to welding current return cable.
d. Whether painting and welding work is not carried out simultaneously at same work
site.
e. Whether work area is free from obstruction and combustible material.
f. Whether personal protective equipments are in use during welding (face shields
overall, goggles, gloves, shoes).
g. Whether the welder during welding work is in ‘Dry’ condition.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
3) Electrical Safety
a. Whether enough barriers or protection provided to stop people falling from height.
b. Whether workers use personal protective equipment (helmet,safety shoes, safety
belt, hand gloves).
c. Whether proper ladders are in use for working at height.
d. Whether metallic scaffoldings are in use.
e. Whether loose clothes are not in use by workers working on roof for reinforcement.
f. Whether shuttering is stable or not
g. Whether earthing of electrical mixer or vibration have been done.
h. Whether people excluded from the area below the roof work or additional
precautions been taken to stop debris falling on them.
5) Structure/facility demolition
a. Whether initial survey of the structure to be demolished has been carried out and
method of demolition has been formulated.
b. Whether all electrical connections have been cut off before start of demolition
c. Whether proper supporting temporary structure has been erected before
demolishing the structure.
d. Whether information on previous use of the structure has been obtained to prevent
any hazard from chemicals/flammable material.
e. Whether danger zone round the structure has been adequately fenced off and
caution sign board displayed.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
6) General
Signature of Signature of
Proprietor / Manager Inspecting Officer
Distribution of 4 (Four) sets:
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
Do’s
1. Before commencement of work give sufficient input to the workers on safety
requirement of the job.
2. Use personal protective equipment (safety belt, safety shoes, safety helmet etc) at
construction.
Safety belts (ISI approved) must be used when working at heights above 3 m height.
3. Keep the site clean from all unwanted materials and properly store the equipment
for easy access.
4. Keep the visitors away from the construction site.
5. Use safety net whenever required.
6. Keep fire fighting equipment handy at site.
7. Keep the escape route clear.
8. Provide adequate lighting at site.
9. Use electrical hand tools with double insulation or fitted with ELCB protection.
10. Maintain safe angle of repose while excavating pit exceeding 1.5M depth. (450 ).
Suitable bench of 0.5 M width at every 1.5 M depth of excavation in all soils to be
provided expect in case of hard rock or proper shuttering and shoring . Necessary
steps to be provided for escape.
11. Protect the neighbouring structure from collapse where excavation is planned.
12. Take adequate precaution for underground utility lines (cables, sewers) before
carrying out excavation.
13. Make necessary arrangement for de-watering of the pit .
14. Ensure Mechanised excavator is operated by well-trained experienced operator.
Ensure the wheel / belt of the excavator are suitably jammed to prevent
accidental movement.
15. Ensure use of metallic scaffolding designed for their maximum load.
16. Check for any overhead electric wire running over the construction site. If exist,
ensure the same is de-energised.
17. Cordon off the excavated pit with proper red and white band / caution board.
18. Provide suitable rubber mat around electrical panels/switches.
19. Provide First Aid kit with proper medicine at the site.
20. Openings of manholes etc should be kept in close condition.
21. Cordon off the area where field radiography is carried out.
22. Ensure all electrical connections, water connections etc have been cut off before
start of demolition.
23. Use 24 Volt FLP lamp fitting only for illumination inside confined space.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
Don’ts
Site specific Do’s & Don’ts (Date of visit by Site Engineer …………………………………………… )
SITE SPECIFIC DO’S AND DON’TS TO BE NOTED BY THE SITE ENGINEER AFTER MAKING
THE SITE VISIT AND THE SAME ALONG WITH ABOVE Do’s & Don’ts SHOULD BE
EXPLAINED TO THE CONTRACTOR / HIS SUPERVISOR
1.
2.
3.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
Date :
ALL THE ABOVE POINTS ARE EXPLAINED TO ME BY THE SITE ENGINEER. AND HAVE ALSO
BEEN UNDERSTOOD BY ME AND I AGREE TO THE SAME AND TAKE FULL RESPONSIBILITY
FOR COMPLIANCE OF ABOVE POINTS.
Date :
NOTE : The above list of Do’s and Don’ts broadly cover the requirement with and aim
to Highlight specific points related to safety. This does not override the
details mentioned in the contract in addition to the OISD 192 Guidelines /
other safety requirement mentioned therein and included in the GCC.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
FORM OF TENDER
Date:
To
Chief Engineering Manager
Indian Oil Corporation Ltd. (Marketing Division)
Karnataka State Office
Indian Oil Bhavan
#29, P.Kalinga Rao Road
Bangalore – 560 027.
TENDER NO: KASO/ENG/LT-020/ 13-14 DUE ON 21/10/2013 AT 1100 HRS
Dear Sirs,
Having examined the Tender Documents consisting of following:
1. Invitation to Tender
2. List of Documents
3. Important Guidelines to Tenderers
4. Declaration `A’,`B’, `C’, `D’
5. Details of Earnest Money Deposit
6. Proforma Declaration regarding Black Listing/Holiday Listing
7. Indemnity Bond Undertaking `Proforma `A’
8. Proforma Declaration regarding Contract Labour
9. Proforma of Indemnity Bond for Lost Deposit Receipt
10. Declaration regarding offer
11. Model form of Bank Guarantee Bond towards Earnest Money Deposit
12. Form of Tender
13. Format for Details to be indicated on Price Bid Envelope
14. Special Terms and Conditions with Annexures
15. Percentage Offer Form with Tender Schedule (Price Schedule)
16. Itemwise Description of Work (Description of work as per IOC Item Code)
17. Standard Working Drawings – RO Construction
18. Working Drawings Set I with Index & standard drawings
19. List of Approved Makes
20. QAP and Formats for record – RO Construction
21. IOC Civil works Specifications with Cover page and Index
22. General Conditions of Contract with Cover Page and Index
and having understood the provisions of the said Tender Documents and having thoroughly
studied the requirements of Indian Oil Corporation Ltd. relative to the work tendered for in
connection : Construction of NEW RO AT Site No. 06, 9th Main Road, Opp. G.K
Convention Hall, Banashankari 2nd Stage, Bangalore Urban District under Bangalore
Divisional Office. having conducted a thorough study of the Job Site(s) involved, the site
conditions, soil conditions, the climatic conditions, labour, power, water, material and
equipment availability the transport and communication facilities, the availability and
suitability of borrow areas, the availability of land for right of way and temporary office
accommodation and, quarters and all other facilities and things whatsoever necessary for or
relative to the formulation of the tender, of the performance of work, I/we hereby submit
my/our tender offer for the performance of proposed work in accordance with the terms and
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
conditions and within the time mentioned in the Bid Documents at the percentage quoted by
me/us in the accompanying Percentage Offer with Schedule of Rates based on the Form of
Schedule(s) of Rates included within the Tender Documents and arrived at a total Contract
value of ` ___________________(Rupees _____________________________
____________________________________________________________only) based on
an application of the quoted percentage of __________________percent on the rates
tendered in the accompanying Schedule(s) of Rates to the relative quantities indicated in the
Form Schedule(s) of Rates forming part of the Tender Documents.
If the work or any part thereof is awarded to me/us, I/We undertake to perform the work in
accordance with the CONTRACT DOCUMENTS as defined in the Form of Contract forming part
of the Tender Documents and accept the terms and conditions of Contract as laid down
therein and undertake within 10 (ten ) days of receipt of Acceptance of Tender to pay to
and/or deposit with Karnataka State Office, Indian Oil Corporation Ltd. (Marketing Division) a
sum which together with the amount of earnest money deposited by me/us in terms hereof,
shall make 2 1/2 % (two and one-half percent) of total Contract value as specified in the
Acceptance of Tender for the purpose of Security Deposit, by any one or more of the modes
of payments specified in this behalf in the General conditions of Contract, and to commence
work at each Job Site(s) involved within 10 (ten) days of handing over the jobsite or any part
thereof to me/us, and to sign the formal Contract in the terms of the form of Contract
forming part of Tender Documents within 10 (ten) days of receipt of Letter of Acceptance
from and on behalf of Indian Oil Corporation Ltd., in this behalf failing which Indian Oil
Corporation Ltd., shall be at liberty, without reference to me/us and without prejudice to
any of its rights or remedies, to terminate the Contract and/or to forfeit the earnest money
deposited in terms hereof.
In consideration of the sum of Rupee1/-(Rupee one) only paid to me/us by Indian Oil
Corporation Ltd., by adjustment in the price of Tender Documents, I/We further undertake to
keep my/our this tender offer open for a period of not less than 4 (four) months from the
scheduled date of opening of Tenders as specified in the Important Guidelines to Tenderers
and Special Terms and Conditions forming part of the Tender Documents.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce,
for its inspection, original(s) of the document(s) of which copies have been annexed hereto.
(Signature(s) of the Tenderer(s))
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
PROFORMA ‘B’
(To be executed if Applicable on obtaining work order)
WHEREAS the Corporation, desirous of having executed certain work specified in the
work order No. .................... dated........... issued by the Corporation on the
Contractors: has caused drawings, specifications and bill of quantity showing and
describing the work to be done prepared and the same have been signed by or on
behalf of the parties hereto AND WHEREAS the Contractors have agreed with the
Corporation to execute and perform the said work specified in the said Work Order
upon certain terms and conditions provided in the Agreement executed between the
Contractors and the Corporation and also contained in the General Conditions of
contract attached thereto.
AND WHEREAS the Contractors are bound by law to comply with the provisions of
various Labour Laws like State Migrant Workmen (Regulation of Employment and
Conditions of Service) Act 1979, Contract labour (Regulation and Abolition) Act 1970,
Workmen’s Compensation Act 1923, Employees State Insurance Act as also the
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
Provident Fund Act by the Contractors but in the event of violation of the provisions
of various amenities and facilities to the workers under the different labour laws, not
only the Contractors but also the Corporation as the principal employer becomes
liable for the acts of omissions and commission by the Contractors. IT IS THEREFORE
THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE CONTRACTORS to
indemnify and keep indemnified the Corporation as stated hereinafter.
2. The Contractors hereby confirm and state that they are duly registered under
Contract Labour (Regulation and Abolition) Act 1970 as amended from time to
time and that they undertake to furnish a certified copy of the requisite
Licence obtained by the Contractors from the competent authority to the
Corporation’s representative.
4. The Contractors state that they are fully aware of the provisions of the
Provident Fund Act, and the rules made thereunder. The Contractors hereby
confirm that the said act and the rules made thereunder are not applicable to
them since they have not employed labourers exceeding ______ at any time
and that the labourers so far employed were also not on continuous basis. The
contractors further confirm in this regard that no worker employed by them is
in service for circumstances none of the workers employed by them is eligible
for P.F. benefits under the said Act. The Contractors therefore state that they
are exempted from the purview of the said ACT and the rules made there
under and they are therefore not required to obtain a separate code No. from
the R.P.F.C.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
5. The Contractors hereby undertake and agree that in event of any claim on
account of P.F. liabilities arising in future, they shall keep the Corporation duly
indemnified against all losses, damages, charges, expenses, penalties, suits or
proceedings which the Corporation may incur, suffer or be put to on that
account.
6. The Contractor hereby agree, confirm and declare that they have fully
complied and will comply with the provisions of various labour laws,
particularly those referred to herein above and that no violation of the
provisions of various amenities and facilities to the workers under different
laws has been done by them and in the events of any past or future violation of
the various labour laws the contractors shall indemnify and keep the
Corporation duly indemnified against all losses, damages, costs, expenses,
penalties, suits or proceeding which the Corporation may incur, suffer or be
put to.
7. The Contractor hereby agrees that the aforesaid indemnity undertaking are in
addition to and not in substitution of the terms and conditions contained in the
tender document and the work order and also the Agreement executed by the
Contractors with the Corporation.
8. The Contractors hereby confirm, agree and record that these terms of
undertaking and indemnity shall be irrevocable and unconditional and shall be
binding on their heirs, executors, administrators and legal representatives and
shall ensure for the Corporation’s benefit and for the benefit of its successors
and assigns.
9. That all questions, issues, disputes and differences between the contractor and
the Corporation arising under this indemnity bond/undertaking shall be
referred to arbitration in the same manner as indicated in the contract dt
________ executed between the contractors and the Corporation.
Yours faithfully,
Date:
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
Annexure - XI
(Self Adhesive non-judicial stamp of Rs. 10/- to be affixed)
DECLARATION
1. We shall
a. Deploy trained and competent employees who are physically fit and are not
suffering from any chronic or contagious diseases.
b. Be responsible for and arrange and bear costs of such equipment, cleaning
materials, uniforms and other paraphernalia necessary to render effectively the
service required by the Corporation.
c. Be responsible and liable for payment of salaries, wages and other legal dues of
our employees for the purpose of rendering the services required by the
Corporation under the above contract and shall maintain proper books of account,
records and documents. We shall however as the employer, have the exclusive
right to terminate the services of any of our employees and to substitute any
person instead.
d. Comply in all respects with the provisions of all statues, rules and regulations
applicable to us and/ or to our employees and in particular we shall obtain the
requisite Licence under the Contract Labour (Regulation and abolition) Act 1970
and the rules made there under.
e. Ensure that our employees while on the premises of the Corporation or while
carrying out their obligations under the contract, observe the standards of
cleanliness, decorum, safety and general discipline laid down by the Corporation or
its authorized agents and the Corporation shall be the sole judge as to whether or
not we and/or our employees have observed the same.
g. Ensure that our employees will not enter or remain on the Corporation’s premises
unless absolutely necessary for fulfilling our obligations under the contact.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
i. Not do so suffer to be done in or about the premises of the Corporation any thing
whereby any policy of insurance taken out by the Corporation against loss or
damage by fire or otherwise may become void or voidable.
j. Be liable for and make good any damage caused to the Corporation’s properties or
premises or any part thereof or to any fixtures or fittings thereof or therein by any
act, omission, default or negligence on our part or on the part of our employees or
our agents.
k. Indemnify and keep indemnified the Corporation, its officers and employees from
and against all claims, demands, actions, suits and proceedings, whatsoever that
may be brought or made against the Corporation by or on behalf of any person,
body, authority and whatsoever and all duties, penalties, levies, taxes, losses,
damages, costs, charges and expenses and all other liabilities of whatsoever nature
which the Corporation may now or hereinafter be liable to pay, incur or sustain by
virtue of or as a result of the performance or non-performance or observance or
non-observance by us of the terms and conditions of the contract. Without
prejudice to the Corporation’s other rights, the Corporation will be entitled to
deduct from any compensation or other dues to us, the amount payable by the
Corporation as a consequence of any such claims, demands, costs, responsible for
death, injury or accidents to our employees which may arise out of or in the course
of their duties on or about the Corporation’s property is made liable to pay any
damages or compensation in respect of such employees, we hereby agree to pay to
Corporation such damages or compensation upon demand. The Corporation shall
also not be responsible or liable for any theft, loss, damages or destruction of any
property that belongs to us or our employees lying in the Corporation’s premises
from any cause whatsoever.
2. It is hereby declared that we are, for the purpose of this contract independent
contractors and all persons employed or engaged by us in connection with our
obligations under the contract shall be our employees and not of the Corporation.
TITLE: CONSTRUCTION OF NEW RO AT SITE NO. 06, 9TH MAIN ROAD, OPP.
G.K CONVENTION HALL, BANASHANKARI 2ND STAGE, BANGALORE URBAN
DISTRICT UNDER BANGALORE DIVISIONAL OFFICE
of force) from the Corporation’s premises and also to prevent them (if necessary by
use of force) from entering upon the Corporation’s premises.
5. It is hereby agreed that the Corporation shall be entitled to set off any debt or
sum payable by us either directly or as a result of vicarious liability to the
Corporation against any monies payable or due from the Corporation to us against
any monies lying or remaining with the Corporation and belonging to us or any our
partners or directors.
To be witnessed by Notary.
6
0X
0X
IS: 456-2000
ISMB 250
ISMB 250
ISMB 250
ISMB 250
X5
X5
50
50
Note:-
A
A
IS
IS
Canopy
Structural steel IS :226
Hexoganal nuts & Bolt IS:3138-1966
Mild Steel IS : 432
ISMB 350 Twisted Steel bars IS : 1786
Welding electrodes IS : 814
Screwed Threads IS : 1363
Reinforcement shall be bent and
6
6
0X
0X
Fixed in accordance with procedure
X5
X5
ISMB 250
ISMB 250
ISMB 250
ISMB 250
50
50
specified in IS : 2502
J bolt , L bolts, roof washersIS: 730
A
A
IS
IS
Crack Screws IS : 1120
Revisons
SNo. Rev.Date Remarks Sign Check
500 3000 3000 3000
500
Scale - NTS Date - 26-08-13
DC - Dealt -
Checked- JG Drawn By- Simi
Drg.No - 201&202 Job No.-
All Dimensions Are In Millimetres
200
Title :-
BEAM & PURLIN LAYOUT
ISMC 75 ISMC 75
Name of RO:-
1475
BANASHANKARI - II
Slope
Slope
ISMC 75 ISMC 75 Client Signature:-
1475
ISMC 75
700
Gutter Client :-
ISMC 75 ISMC 75 Indian Oil Corporation Limited
1475
Indian Oil
Banglore Divisional Office
Banglore
ISMC 75 ISMC 75
Architect Signature &Seal
Slope
Slope
1475
ISMC 75 ISMC 75
Architect:-
200
Prima Arch
Head office
Convent Road
Cherthala
Ph: 0478-2820159
E-mail primaarch@gmail.com
Area statement:-
Canopy area - 70.00 m2
300 6 mm thk. plate
2 Nos. ISMC 300 IS Code used:-
(8 pockets of size 50x50x450 deep
10 mm thk. triangular to be provided for foundation bolts/ IS: 875 -Load standards
stiffner plate
bolts fixed during concreting) IS: 875 (Part-3)-1987 (wind load)
10 mm thk. trapizoidal IS : 189 (Part -1)(Earth quake)
stiffner plate IS : 800
99.810Lvl FDL FDL IS: 456-2000
20 mm thk. base plate
150
Note:-
Verrying
20 mm thk.
8 Nos.M-25 bolts
base plate Canopy
1000 mm long
Structural steel IS :226
Exi:GL 98.500Lvl Hexoganal nuts & Bolt IS:3138-1966
160mm OD pvc. pipe
Mild Steel IS : 432
1000
connected to drain
Twisted Steel bars IS : 1786
Welding electrodes IS : 814
Screwed Threads IS : 1363
Note : If any loose pockets of
Reinforcement shall be bent and
soil is encountered, it should be
entirely removed and voids
Fixed in accordance with procedure
should be filled with lean specified in IS : 2502
concrete J bolt , L bolts, roof washersIS: 730
Column Detail Crack Screws IS : 1120
2500
Revisons
SNo. Rev.Date Remarks Sign Check
10mm dia
at 160mmc/c
700 12 Nos 20 mm dia
P.C.C 1:4:8,
450
100mm thk Scale - NTS Date - 26-08-13
8mm dia @200 mmc/c 100 DC - Dealt -
4 Legged stirrups Checked- JG Drawn By- Simi
100
700
2000
1800
Architect Signature &Seal
700
12 Nos 20 mm dia
700 Architect:-
Prima Arch
1800 Head office
2000 Convent Road
Cherthala
Ph: 0478-2820159
E-mail primaarch@gmail.com
Canopy Footing Layout
250X 300X 6mmThk. Plate Main Beam ISMB 350
6mm Thick Plate
150 150
35
70
200 200
70
35
150
150
200
Hole for Rain Water
700
200
column,ISMC-300by 8mm thk.
ISA 50X50X6 fillet welding
10mm Thick Stiffner
35 70
150
Plate
400X200X6 mm thk
35
70
150
700
20mm Thick Base Plate
BASE PLATE DETAIL OF COLUMN
6mmGuzzet Plate
250x300x6mm size
300
Facia frame
WIND BRACING DETAILS 6mm plate on
150
6mm tk stiffner plate top & bottom of beam
140
700 Main beam ISMB 350
362
STIFFNER PLATE 10MM THICK Line of false ceiling
115
10mm Thick Plate
6mm Thk Plate
150
600
150 300 150
12mmØ Bolts 190 BANASHANKARI - II
150
6000
10 MM THICK STIFFNER PLATE @ TOP
2 ISMC 300
10mm thick plate
6mm thick Plate
300
600
160mm Ø PVC pipe Pedastal
Down water pipe 300
2xISMC 300
160mmØ Proposed
X X
Driveway level
150
10mm thick plate 6mm thick Plate of
300
300
trianguler plate size 260x50mm,@
2000mm c/c welded
to ISMC- 300by
8mm thk.fillet 600
ISMB 350 welding
6mm thick Plate
COLUMN TOP PLATE DETAILS COLUMN DETAIL COLUMN
Area Statement :-
Roofing sheet 0.55mm thk.Klippon Roofing sheet 0.55mm thk.Klippon Canopy Area - 70.00m2
galvalume/zincalume ISMB 250 ISMB 250Main Beam galvalume/zincalume
ISMB 350
Facia Facia
P
900
900
052 B MSI
Facia bottom line Facia bottom line
500 500
Column 2xISMC 300 Column 2xISMC 300
Revisons
3500 3000 3500 S ISMB 250 SNo. Rev.Date Remarks Sign Check
PURLIN DETAIL @ISMB 250
SEC: @ X-X (IN DRG. BEAM LAYOUT)
Scale. : NTS Date : 01-12-12
DC : Dealt :
Checked : Aji Drawn By : Vinu
Drawing No. 203 Job No.
10 mm plate of size 1200x100mm
All Dimensions Are In Milleters
2Nos12mm Thick 6x2 nos 16mm Ø bolts
16mm Ø bolt 2no s Title :-
Plate Both sides 10mm thk. column top plate,
CANOPY JUNCTION DETAIL-2
welded by 8mm thk. fillet welding 6nos 16mm Ø bolts 35 80 35
(300 x 350 size) Purlin ISMC 75
Name of RO
75
E 400
1500
75
150 Client Signature:-
160
6mm thick plate Cleat ISMC 150
100 65
ISMB 350 2x9nos 20mm Ø bolt ISMB 250 ISMB 250 150mm long.
250
Indian Oil Corporation Limited
250
330
both sides @ 217mmc/c Bangalore Divisional Office
ISMB 250
100
150
ISMB 250 162X700mm size, 6mm Gutter
250
162
50 50 50 50 50 50
thk. plate @ both side of ISMB 250
50
18 Gauge Aluminium
sheet to slope
10mm thk. bottom plate, size 700x84mm Sec: D-D CROSS SEC: OF GUTTER
D welded by 8mm thk. fillet welding
SPLICING JOINT DETAIL @ ISMB 250 10mm thk. top plate, size 700x124mm
G welded by 8mm thk. fillet welding
10mm thk. top plate, size 1000x84mm 350
welded by 8mm thk. fillet welding
Main Beam ISMB 350
70 70 70 70
ISMB 250 70
3nos.,16mm Ø bolts, both sides
162
50
200
35
CANOPY JUNCTION DETAIL - 3
150
Main Beam ISMB 350 ISA150x150x10 100
Both sides
A 6mm plate welded to ISMB 200
200
140
70
200
900
140
Column ISMC 2nos 300
35
JUNCTION BETWEEN MAIN & SECONDARY BEAM/DETAIL @ P M.S sheet 18 gauge for facia
ISA 50x50x6 mm
500
Bracing 50x6 Flat Bolted to angle & beam
ISA 50x50x6 Verticals @ 900mm c/c
False ceiling
50
900
ISA 50x50x6
FACIA DETAIL
900
ISA50x50x6 mm ISA50x50x6 mm
FACIA FRAME
Area statement:-
Canopy area - 70.00 m2
IS Code used:-
IS: 875 Load standards
IS: 875 (Part-3)-1987 (wind load)
IS : 189 (Part -1)(Earth quake)
IS : 800
IS: 456-2000
Note:-
Canopy
Structural steel IS :226
Hexoganal nuts & Bolt IS:3138-1966
Mild Steel IS : 432
Twisted Steel bars IS : 1786
Welding electrodes IS : 814
Screwed Threads IS : 1363
Reinforcement shall be bent and
Fixed in accordance with procedure
specified in IS : 2502
J bolt , L bolts, roof washersIS: 730
Crack Screws IS : 1120
Revisons
SNo. Rev.Date Remarks Sign Check
Scale - NTS Date - 19-06-13
DC - Dealt -
Checked- JG Drawn By- Sujesh
Drg.No - 406 Job No.-
All Dimensions Are In Millimetres
Title :-
CANOPY LIGHT ARRANGEMENT
Name of RO:-
BANASHANKARI -II
Client Signature:-
Client :-
Indian Oil Corporation Limited
Indian Oil
Banglore Divisional Office
Banglore
Architect Signature &Seal
1 METAL HALIED LIGHT FITTINGS
Architect:-
2 CFL LIGHT FITTINGS Prima Arch
Head office
Convent Road
Cherthala
Ph: 0478-2820159
E-mail primaarch@gmail.com
Area statement:-
Plot area - 371.44.38 SQM
19610
98681
18770
Revisons
SNo. Rev.Date Remarks Sign Check
Scale - NTS Date - 26-05-13
DC - Dealt -
Checked- JG Drawn By- Aji
2088 Drg.No - 100 Job No.-
All Dimensions Are In Millimetres
Title :-
3677
0328
EXISTING LEVELS
Name of RO:-
NEW RO BANASHANKARI STAGE-II
Client Signature:-
Client :-
Indian Oil Corporation Limited
Indian Oil
Bangalore Divisional Office
Bangalore
Architect Signature & Seal
Architect:-
Prima Arch
Head office Cochin office
Convent Road Nellikkal Building
Cherthala, Kerala Karithala Road
Ph: 0478-2820159 Near choice tower
E-mail primaarch@gmail.com
Area statement:-
Plot area - 371.44.38 SQM
Sales building GF area - 9.00SQM
Sales building FF area - 7.34SQM
Canopy area - 70.00 SQM
Legend:-
MS tank (MS)
HSD tank (HSD)
da o R ss or C ht 72
IC Inspection chamber(Water)
Water supply line
2500
Landscaping
2500 Revisons
SNo. Rev.Date Remarks Sign Check
10734
PROPOSED
NONSPACE
PUMP 20KLTANK
FOR MS
Scale - NTS Date - 26-07-13
3500 Dealt -
DC -
IC
Checked- JG Drawn By- Aji
FIRST FLOOR Drg.No - 102 Job No.-
IC IC
All Dimensions Are In Millimetres
Title :-
300mmØRCC 20KLTANK EXTERNAL WATER LINE LAYOUT
FOR HSD
Hume pipe for Canopy water
Name of RO:-
NEW RO BANASHANKARI STAGE-II
Client Signature:-
Client :-
Indian Oil Corporation Limited
Indian Oil
Bangalore Divisional Office
Bangalore
Architect Signature & Seal
Banashnkari 2nd Stage 9th Main Road
Architect:-
Prima Arch
Head office Cochin office
Convent Road Nellikkal Building
Cherthala, Kerala Karithala Road
Ph: 0478-2820159 Near choice tower
E-mail primaarch@gmail.com
8mmØ 150mm C/C 6nos. 12mmØ IS codes used
B D B D IS-875-Load standards
IS-875(Part-3)-1987(Windload)
IS-1893(Part-1) (Earth quake)
230
IS-800
IS-456-2000
Notes
3 3 3 3 230 1.All dimensions are in mm unless
C Plan of Column-C(230x230) otherwise noted
F1 F 2.Dimensions are not to be scaled.
2 2 2 2 3.Concrete mix shall be 1:1.5:3 for all
RCC items conforming to IS 456-2000
C C C
Plinth beam 230x350 4.Reinforcement shall be high strength
300
SALES SALES deformed bars of grade Fe 415
FFL 101.62 conforming to IS 1786-1985
2250X2250 2250X2250 5.Development length of bars
Pro. FDL a) In compression 50 Ø
F2 F b) In tension 60 Ø
1 1 1 1 6.Clear cover for beam-25mm,
Exi. GL for slab-20mm
C C C 7.Distribution steel of 6mm Ø150 C/C
should be provided wherever
750
necessary for roof slab.
B D B D 8. Roof projection, RCC parapet & RC
1500
10mmØ @ 150mm C/C drop should be casted monolithically.
PLINTH BEAM LAYOUT 85 Revisons
100 200250
2500 100 SNo.Rev.Date Remarks Sign Check
F2 PCC 1:4:8,
1500
2 /12 Ø
100mm thk.
400
8Ø 200 mm c/c. 1300
350
C C 1500
Scale - NTS Date - 04-08-10
2+1/12 Ø Plan of CombainedColumn footing - F 2 Sec: @ X X Dealt -
2+2/12 Ø DC -
230 Checked- JG Drawn By- Sujesh
2 /12 Ø
B A Drg.No - 201 Job No.-
Section FF 1500 All Dimensions Are In Millimetres
820 820 Title :-
X X PLINTH BEAM DETAIL
350
2+2/12 Ø
1500
Name of RO:-
1300
400
10mmØ
2500
1000
410 C 150mm C/C SINGASANDRA
410 F1
350
2+2/12 Ø B A 8Ø 200 mm c/c. Both Ways
2480 Client Signature:-
2nos.12mmØ C C
bars 230 2/12mm Ø
1000 400
Plinth beam - PB2 @ Grid 1300
B-B,D-D(Size230x350mm) Section EE 1500 Client :-
Plan of CombainedColumn footing - F 1
Indian Oil Corporation Limited
Indian Oil
Plan of Column footing - F Bangalore Divisional Office
Bangalore
2+2/12Ø 2 Nos. 12mm Ø Architect Signature & Seal
2/12 Ø 2/12 Ø 2+2/ 12mm Ø F 2+2/ 12mm Ø
B A E
2+2/ 12mm Ø 1060 1060 RCC column
790 2 /12 Ø 230x230mm
790
350
8mm Ø 200 mm c/c.
350
350
8mm Ø200mm c/c.
2 /12 Ø Architect:-
2 Nos. 12mm Ø
2/12Ø 395
2+2/12 Ø B
395
A 230 230
2+2/ 12Ø 522
E
2+2/12mm Ø
F bars 522
3480
Prima Arch
2480 Section A A Section BB
Head office
2/12Ø Convent Road
Plinth beam - PB2@ Grid 3-3(Size230x350mm)
Plinth Beam PB @ Grid 1-1& 2-2(Size230x350mm) Cherthala
Ph: 0478-2820159
E-mail primaarch@gmail.com
Legend;-
Pannel board
W/C
1300x885
Ceiling Fan
SALES S/B(Switch board)
ALW2
750 Title :-
JOINERY DETAILS
2100
Openable louver Name of RO:-
500
Sliding bolt
100x45x2.5 outer frame
NEW RO AT BANASANKARI-II
1000
4mm pin headed glass louver Client Signature:-
Type - V
FFL
Client :-
Typical Shutter Grill Detail- RS-1& RS2(Size-2250x2920) Type -FRP Door (For Toilet) Indian Oil Corporation Limited
Indian Oil
Bangalore Divisional Office
Bangalore
Architect Signature & Seal
100
1200 100 Eq 1200 Eq
100
Sliding shutter with
Eq 200 Eq
5mm thk. clear float glass eq
25x6 Flat allround
1200
1200
25x6 Flat allround Architect:-
500
12mm sq. bar
63x38x2.5 Outer frame
12mm sq. bar
Prima Arch
Head office
750
50X25X1.5 Shutter section Convent Road
Type - ALW
100
Typical Ventilator Grill Detail Cherthala
Typical Window Grill Detail Ph: 0478-2820159
E-mail primaarch@gmail.com
Area statement:-
Plot area - 371.44.38 SQM
Sales building GF area - 9.00SQM
Sales building FF area - 7.34SQM
Canopy area - 70.00 SQM
Legend:-
Suction line (HSD)
Suction line (MS)
Vent pipe
D Dip pipe
MS tank (MS)
HSD tank (HSD)
Yard light
Hume pipe (Electrical)
da o R ss or C ht 72
EC
Inspection chamber(Electrical)
Hume pipe(Water)
IC Inspection chamber(Water)
Water supply line
EL.PANEL
EC
Landscaping
Revisons
SNo. Rev.Date Remarks Sign Check
10734
12687
IC
PROPOSED
NONSPACE
000
PUMP 20KLTANK
6
FOR MS
Scale - NTS Date - 26-05-13
3500 Dealt -
EC DC -
IC
3018 Checked- JG Drawn By- Aji
7000 FIRST FLOOR Drg.No - 100 Job No.-
IC IC
All Dimensions Are In Millimetres
Title :-
20KLTANK MASTER LAYOUT
FOR HSD
Name of RO:-
NEW RO BANASHANKARI STAGE-II
Client Signature:-
Client :-
Indian Oil Corporation Limited
Indian Oil
Bangalore Divisional Office
Bangalore
Architect Signature & Seal
Banashnkari 2nd Stage 9th Main Road
Architect:-
Prima Arch
Head office Cochin office
Convent Road Nellikkal Building
Cherthala, Kerala Karithala Road
Ph: 0478-2820159 Near choice tower
E-mail primaarch@gmail.com
Area statement:-
Plot area - 371.44.38 SQM
Sales building GF area - 9.00SQM
Sales building FF area - 7.34SQM
Canopy area - 70.00 SQM
Legend:-
Suction line (HSD)
Suction line (MS)
Vent pipe
D Dip pipe
MS tank (MS)
HSD tank (HSD)
da o R ss or C ht 72
EL.PANEL
EC
Revisons
SNo. Rev.Date Remarks Sign Check
10734
12687
PROPOSED
NONSPACE 6000
PUMP 20KLTANK
FOR MS
Scale - NTS Date - 26-05-13
DC - Dealt -
Checked- JG Drawn By- Aji
FIRST FLOOR Drg.No - 101 Job No.-
All Dimensions Are In Millimetres
Title :-
6000
20KLTANK PRODUCT LINE LAYOUT
FOR HSD
Name of RO:-
NEW RO BANASHANKARI STAGE-II
Client Signature:-
Client :-
Indian Oil Corporation Limited
Indian Oil
Bangalore Divisional Office
Bangalore
Architect Signature & Seal
Banashnkari 2nd Stage 9th Main Road
Architect:-
Prima Arch
Head office Cochin office
Convent Road Nellikkal Building
Cherthala, Kerala Karithala Road
Ph: 0478-2820159 Near choice tower
E-mail primaarch@gmail.com
Area statement:-
Plot area - 371.44.38 SQM
19610
98681
18770
Revisons
SNo. Rev.Date Remarks Sign Check
Scale - NTS Date - 26-05-13
DC - Dealt -
Checked- JG Drawn By- Aji
2088 Drg.No - 100 Job No.-
All Dimensions Are In Millimetres
Title :-
3677
0328
PROPOSED LEVELS
Name of RO:-
NEW RO BANASHANKARI STAGE-II
Client Signature:-
Client :-
Indian Oil Corporation Limited
Indian Oil
Bangalore Divisional Office
Bangalore
Architect Signature & Seal
Architect:-
Prima Arch
Head office Cochin office
Convent Road Nellikkal Building
Cherthala, Kerala Karithala Road
Ph: 0478-2820159 Near choice tower
E-mail primaarch@gmail.com
Area statement:-
Sales building
GF - 11.20 Sqm
Vitrified floor tiles,600x600mm
FF - 7.340 Sqm
P.C.C 1:4:8 mix 100mm thick IS codes used
R.C.C slab 1:1.5:3,
150
100
120mm thk. Roof slab Sand filling FFL Plinth beam 230x350mm IS-875 Load standards
120
200
FDL
150
IS-1893(Part-1) (Earth quake)
830
250
400
Brick work
150
IS-800
430 in cm 1:5
3100
100
1200
100
430
120mm thk. Muram Sales building
900
Cement IS :269
120
Detail @ C
Aggregate IS : 383
830
R.c.c lintel Cement Tile IS :1237
150 150mm thk. Glazed Tiles IS :777
Brick IS :1077
3080
1200
Detail at
C Stone IS:1127
Cement paint IS : 5410
900
FFL Plinth beam Pressed clay tiles 20mm thk. Distemper IS: 427 & IS :428
FDL
150
BACK SIDE ELEVATION LEFT SIDE ELEVATION P.C.C 1:4:8 R C C Facia 1:1.5:3, Revisons
Sec: @ A-A
100
75mm thick SNo. Rev.Date Remarks Sign Check
R.c.c roof
Weathering coarse in Cm 1:4,
slab120mm
315
thk.,1:1.5:3
Roof slab top Lvl.
315
R.C.C beam
230x350mm Scale - NTS Date - 03-08-13
1000 DC - Dealt -
Ceiling plastering
1000 Checked- JG Drawn By- sujesh
in cm1:4,6mm thk.
Drg.No - 200 Job No.-
Plastering in cm 1:4, All Dimensions Are In Millimetres
12mm thk.
Detail @ E Title :-
Brick work in CM 1:5, SALES BUILDING
2800
230mm thk. Name of RO:-
BANASHANKARI - II
Detail E Client Signature:-
FDL FDL FDL FDL
Facia top Lvl.
FRONT ELEVATION RIGHT SIDE ELEVATION
R.c.c 1:1.5:3,
750
120mm thk
A Client :-
3710
115 115 230 A 1000
Indian Oil Corporation Limited
1300 1950
230 230 Indian Oil
1350 900 Bangalore Divisional Office
Plastering in cm 1:4, Bangalore
1000
12mm thk.
230
Architect Signature & Seal
R c.c Lintel 1:1.5:3,
3000
230
150mm thk
3710
2181
Brick work in CM 1:5,
2250
OFFICE
230mm thk.
ALW2
2250X2250
Earth filling
200mm thk. Vitrified floor tiles,600x600mm Architect:-
300
Prima Arch
230
GP P C C 1:4:8 mix 100mm thick
FFL Brick work in CM
100
150
50
1000 2250
1:5,230mm thk. Head office
230 A 230 FDL Convent Road
400
2710
Plinth beam
350
A Cherthala
230x350mm Terrace Plan Ph: 0478-2820159
GROUND FLOOR 430 430 P.C.C 1:4:8
FIRST FLOOR
100
100
E-mail primaarch@gmail.com
Section B-B
Area statement:-
Plot area - 371.44.38 SQM
Sales building GF area - 9.00SQM
Sales building FF area - 7.34SQM
Canopy area - 70.00 SQM
Legend:-
MS tank (MS)
HSD tank (HSD)
da o R ss or C ht 72
8189 3033 7028 1360 IC Inspection chamber(Water)
1124
92
2486
Landscaping
5118
5084
Revisons
18
SNo. Rev.Date
2056
2519
20KLTANK
FOR MS
6151
6152
7500
11
2 20KLTANK SETOUT PLAN
FOR HSD
2708 Name of RO:-
NEW RO BANASHANKARI STAGE-II
3456
8374 3033 7028 1621 Client Signature:-
Client :-
Indian Oil Corporation Limited
Indian Oil
Bangalore Divisional Office
Bangalore
Architect Signature & Seal
Banashnkari 2nd Stage 9th Main Road
Architect:-
Prima Arch
Head office Cochin office
Convent Road Nellikkal Building
Cherthala, Kerala Karithala Road
Ph: 0478-2820159 Near choice tower
E-mail primaarch@gmail.com
THICKNESS OF ROOF SLAB 120mm
IS-800
IS-456-2000
Notes
1.All dimensions are in mm unless
3 nos 8mm dia, otherwise noted
3 nos 8mm dia, 2.Dimensions are not to be scaled.
Cornner bar
Cornner bar 3.Concrete mix shall be 1:1.5:3 for all
RCC items conforming to IS 456-2000
4.Reinforcement shall be high strength
500
650
500
Main bar 8mm dia @
650
Main bar 8mm dia @ deformed bars of grade Fe 415
150mm c/c.Alt bars crkd, conforming to IS 1786-1985
150mm c/c.Alt bars crkd,
extra bar @ 300mm c/c BW 5.Development length of bars
extra bar @ 300mm c/c BW
2480
2480
650 650 b) In tension 60 Ø
6.Clear cover for beam-25mm,
500 500
500 500 for slab-20mm
650
500
650
7.Distribution steel of 6mm Ø 150 C/C
500
should be provided wherever
necessary for roof slab.
3 nos 8mm dia,
3 nos 8mm dia, 8. Roof projection, RCC parapet & RC
Cornner bar drop should be casted monolithically.
Cornner bar Revisons
8mm dia bars
8mm dia bars SNo. Rev.Date Remarks Sign Check
@150mmc/c
1115 2480 1115 @150mmc/c
1115 2480 1115
GROUND FLOOR
FIRST FLOOR
Scale - NTS Date - 08-08-13
DC - Dealt -
Checked- JG Drawn By- Ley
Drg.No - 203 Job No.-
230 All Dimensions Are In Millimetres
8mmØ 3Nos thro.
Title :-
ROOF SLAB AND BEAM DETAIL
150
6mmØ 120mm c/c
8mm Ø Name of RO:-
150 mm c/c.(D)
NEW RO AT BANASANKARI-II
12 mm thk.Roof Slab 8mmØ 3Nos thro.
8mm Ø
Inveted Roof beam (IRB) LINTEL (230x150mm size)
150mm c/c.(T) Client Signature:-
230X350MM SIZE
B A
2+1/12 Ø
2 /12 Ø
Client :-
820 820
8mm Ø
750
350
2+2/12 Ø Indian Oil
BangaloreDivisional Office
2 /12 Ø Bangalore
410 2+2/12 Ø 410
Architect Signature & Seal
A 8Ø 200 mm c/c.
350
B 8Ø 200 mm c/c.
350
100 2480
1000 2nos.12mmØ
bars 2/12mm Ø 2+2/12 Ø
230 230
RCC FACIA DETAILS Plinth beam - PB2 @ Grid
B-B,D-D(Size230x350mm) Section EE Section FF Architect:-
Prima Arch
Head office
Convent Road
Cherthala
Ph: 0478-2820159
E-mail primaarch@gmail.com
100mmØ ventilating pipe 3m
height
CI manhole cover 600x600 E W C , I W C, Wash -Basin- IS:771
RCC slab 200 thk. and IS :2064, Bib cocks and
Brick work in CM 1:5 Stop cocks -IS : 781 and IS:1239
Washers for taps IS :4346
200x300 6mm thk 200x300 6mm thk Outlet to soak pit
Tiles IS : 777& IS : 1237
ceramic wall ceramic wall GL
300
130
tile white colour tile white colour
300
450
1300>
12mm thk. plastering
FFL FFL FFL FFL
Slop 1:30
230
Sec: @ Q-Q Sec: @ S-S
230 Cement concrete 1:2:4
Section- AA
Revisons
SNo. Rev.Date Remarks Sign Check
8mm Ø 200c/c 600x600mm
Alt.bars ckd. size manhole Scale - NTS Date - 06-06-13
1900
230
200x300 6mm thk DC - Dealt -
200x300 6mm thk
ceramic wall Checked- JG Drawn By- LY
ceramic wall
tile white colour
1560
tile white colour Drg.No - 204 Job No.-
1110
6mm Ø 150c/c
All Dimensions Are In Millimetres
Title :-
TOILET DETAILS
FFL FFL FFL FFL 2300 Name of RO:-
230 2760 230
NEW RO AT BANASAKARI-II
Sec: @ R-R Sec: @ P-P
Septictank cover slab detail Client Signature:-
Line to septic tank IC IC Line to Sosk Pit
Client :-
SQ Indian Oil Corporation Limited
Indian Oil
BangaloreDivisional Office
R R Manhole cover Bangalore
600X600 PCC 1:4:8
W/C 100 thk Architect Signature & Seal
230
P V P
1300x885 40
Inlet
1100
600
600
20mm dia PVC pipe
for water supply A
450 RCC baffle wall 450 A
Architect:-
230
SQ Prima Arch
2300 Head office
230 230
Convent Road
Plan Cherthala
Toilet Detail-PLAN Ph: 0478-2820159
E-mail primaarch@gmail.com
INDIAN OIL CORPORATION LIMITED
Bangalore DO
PURCHASE REQUISITION FOR SERVICES
Creation Date : 13.09.2013 PR No. : 2046208
Change Date : 24.09.2013 Print Date : 24.09.2013
Tracking No. : LT-024 Rel.Status : OK
Created by : 00044342 Purch.Gr : M50
Department : Engineering Budget Head: CAPITAL
Name of work:
CONSTRUCTION OF NEW RETAIL OUTLET AT BANASHANKARI STAGE - II UNDER BANGALORE DO AREA
JASO
___________________________________________________________________________________
Outline Level Quantity Unit Rate Amount
Item no.Service no.
Service Description
___________________________________________________________________________________
00010 New RO Banashankari-II
___________________________________________________________________________________
Page 1 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013
of
foundations etc. in layers not
exceeding 20cm in depth, each
deposited
layer by ramming and watering. In
case of plot, rolling as per
specifications
will be carried out
00060 ZSORC02000 20.000 M3 861.40 17,228.00
Supplying and Local sand filling
within the grading zone IV of
fine aggregates specified in table
3.1 , clause 3.1.3 of attached
specifications, in plinth, under
floors etc. in layers not exceeding
20cm in depth, each deposited layer
to be compacted by ramming
watering and dressing complete
00070 ZSORC02103 4.000 M3 5,191.10 20,764.40
iii)1:2:4(1 Cement : 2 Coarse Sand
:4 Graded stone aggregate of 20mm)
00080 ZSORC02108 28.000 M3 4,132.00 115,696.00
viii)1:4:8(1 Cement :4 Coarse Sand
: 8 Graded stone aggregate of 40mm)
00090 ZSORC03002 40.000 M3 5,859.30 234,372.00
ii) RCC 1 Cement :1½ Coarse Sand: 3
Graded Stone Aggregate 20mm
00100 ZSORC03102 18.000 M3 6,596.40 118,735.20
ii) RCC 1 Cement :1½ Coarse Sand: 3
Graded Stone Aggregate 20mm
00110 ZSORC03501 100.000 M2 192.10 19,210.00
i) Foundations,footings,bases of
columns, etc. for mass concrete
00120 ZSORC03503 65.000 M2 357.70 23,250.50
iii) Suspended
floors,roofs,landings,balconies,
access platform and
Shelves (Cast in situ)
00130 ZSORC03504 70.000 M2 301.30 21,091.00
iv) Lintels, beams plinth
beams,girders bressumers and
cantilevers
00140 ZSORC03505 50.000 M2 420.90 21,045.00
v) Columns, Pillars, Piers,
Abutments, Posts and Struts.
00160 ZSORC04301 14.000 M3 4,034.20 56,478.80
i) Brick work in Cement mortar 1:4
(1 cement : 4 coarse sand) IN
FOUNDATION AND PLINTH
00170 ZSORC04303 25.000 M3 4,678.20 116,955.00
iii)Brick work in Cement mortar 1:4
(1 cement: 4 coarse sand) in
superstructure ABVOE PLINTH & UP
___________________________________________________________________________________
Page 2 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013
TO FLOOR V LEVEL
00180 ZSORC04308 6.000 M2 479.60 2,877.60
viii) Half brick masonry in Cement
mortar 1:4 (1 cement : 4 coarse
sand) IN FOUNDATION AND PLINTH
00190 ZSORC04310 6.000 M2 548.60 3,291.60
x) Half brick masonry in Cement
mortar 1:4 (1 cement : 4 coarse
sand)
superstructure ABVOE PLINTH & UP
TO FLOOR V LEVEL
00200 ZSORC04800 120.000 M3 3,517.90 422,148.00
Providing and laying Random rubble
masonry with hard stone
in foundation and plinth including
levelling up with cement concrete
1:6:12 (1 cement : 6 coarse sand:
12 graded stone aggregate 20mm
nominal size) RR Masonry in CM 1:6
(1 cement : 6 coarse sand)
00210 ZSORC05604 6.000 M2 3,545.50 21,273.00
iv) Granite of any colour and shade
having Area of slab over 0.50 sqm
00220 ZSORC05702 10.000 M 205.90 2,059.00
ii) Granite work
00230 ZSORC07600 80.000 KG 104.70 8,376.00
Providing & fixing MS grills of
required pattern in frames of
windows
etc. with M.S. flats, square or
round bars etc. all complete.
00240 ZSORC09700 5.000 M 385.30 1,926.50
Providing and fixing factory made
door frame (single rebate) made
out of single piece extruded solid
PVC foam profile with homogeneous
fine cellular structure having
smooth outer integral skin having
62mm width and 32mm thickness,
frame will be mitred & Jointed
with self driven self tapping
screws of size 38mm x 4mm & PVC
solvent cement, including fixing
the frame to wall with suitable
dia and length anchor fastener as
per manufacturer's specification
and direction of Engineer-in-charge.
00250 ZSORC09801 2.000 M2 3,001.50 6,003.00
___________________________________________________________________________________
Page 3 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013
sections
00770 ZSORC40503 40.000 KG 501.40 20,056.00
iii) For shutters of doors, windows
& ventilators with Powder coated
aluminium sections including
providing fixing hinges/ pivots &
making
provision for fixing of fittings
wherever required including the cost
of EPDM rubber / neoprene gasket
required (Fittings shall be paid
for separately)
00780 ZSORC40602 1.000 M2 1,115.50 1,115.50
ii) Pre-laminated particle board
with decorative lamination on
both sides.
00790 ZSORC40701 1.000 M2 833.80 833.80
i) With float glass panes of 4.0 mm
thickness
00800 ZSORC40702 4.000 M2 1,041.90 4,167.60
ii) With float glass panes of 6.0
mm thickness
00810 ZSORC40801 1.000 EA 2,246.00 2,246.00
i) With stainless steel cover plate
00820 ZSORC41200 60.000 M 86.30 5,178.00
Filling the gap in between
aluminium frame & adjacent RCC/
Brick/
Stone work by providing weather
silicon sealant over backer rod of
approved quality as per direction
of Engineer in Charge complete
UP to 5mm depth and 5mm width
00830 ZSORC41303 2.000 EA 409.40 818.80
Providing and fixing 100mm brass
locks (best make of approved
quality) for aluminium doors
including necessary cutting and
making
good etc. complete.
00840 ZSORC41401 4.000 EA 59.80 239.20
i) Powder coated minimum thickness
50 micron aluminium.
00850 ZSORC41700 16.000 M2 5,095.70 81,531.20
Providing and fixing 12 mm thick
frameless toughened glass door
shutter of approved brand and
manufacture, including providing and
___________________________________________________________________________________
Page 10 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013
required.
01350 ZSORE03002 25.000 M 150.70 3,767.50
Sub-main/power wiring with PVC
insulated Copper wire of 2 x 2.5 sq
mm +
1 x 2.5 sq mm earth wire, as per
specifications and direction of
Engineer in Charge
01360 ZSORE03706 1.000 EA 2,908.40 2,908.40
S/I of MCB distribution board
/double door with 8 way (4+24) TPN,
as per
specifications and direction of
Engineer in Charge
01380 ZSORE06102 8.000 EA 1,704.30 13,634.40
S/E of 1x28 W T5 tube light fitting
of approved make equivalent to
Philips S/E of Cat No. TMS 122/1 x
28 W EBT with lamp
01390 ZSORE06104 2.000 EA 1,984.90 3,969.80
S/E of 2x28 W T5 tube light fitting
of approved make equivalent to
Philips S/E of Cat No. TMS 122/2 x
28 W EBE / WIPRO cat no: WIF 36240 S
with lamp
01400 ZSORE06702 3.000 EA 9,423.10 28,269.30
P/F Metal Halide yard light fitting
of WIPRO Cat. No. WSH 50250 1 X 250
W MHL (T) with 250 W MH lamp
01410 ZSORE07001 8.000 EA 8,157.00 65,256.00
S/Iof Double ended Metal Halide
Fitting with 20mm dia M.S. Square
Pipe
supports for providing illumination
on hoarding with fitting of 1X 150
Watts (Philips Cat Ref.MVC/502 or
equivalent) with gear box.
01420 ZSORE07104 4.000 EA 8,227.10 32,908.40
S/F Metal Halide Luminaries for
under Canopy/other lighting with
High
Pressure Metal Halide lamp(HPI-T),
control gears etc. of WIPRO Cat. No.
WHH 96150 with cast aluminium
housing and
150W metal halide lamp
01430 ZSORE07202 2.000 EA 10,195.90 20,391.80
S/F CFL Luminaries for under
___________________________________________________________________________________
Page 17 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013
___________________________________________________________________________________
TOTAL ESTIMATE VALUE: Rs. 5,674,251.40
( Rs.FIFTY-SIX LAC SEVENTY-FOUR THOUSAND TWO HUNDRED FIFTY-ONE & PAISE
FORTY )
___________________________________________________________________________________
Page 23 of 23