Sei sulla pagina 1di 101

INDIAN OIL CORPORATION LIMITED

(MARKETING DIVISION)
KARNATAKA STATE OFFICE
ENGINEERING DEPARTMENT, 2ND FLOOR,
NO. 29, P. KALINGA RAO ROAD,
BANGALORE-560027

TECHNICAL CUM PRICE BID

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

TENDER NO : KASO/ENG/LT- 020/13-14

EMD : Rs.59,600/-

TYPE OF TENDER: SINGLE BID

DUE ON : 21/10/2013 @ 11:00 HRS


INDIAN OIL CORPORATION LIMITED
(MARKETING DIVISION)
KARNATAKA STATE OFFICE
NO. 29, P.KALINGA RAO ROAD (MISSION ROAD)
BANGALORE – 560 027

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.

REF: TENDER NO. KASO/ ENG/ LT-020/13-14

1. We are enclosing one set of documents forming part of above-mentioned tender.


2. Details of the tender are given below:
Tender No. KASO/ ENG/ LT-020/13-14
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
Estimated Total amount of
work (Rs) Rs 56,74,251/- (Rupees Fifty Six Lacs Seventy Four Thousand
Two Hundred and Fifty One Only) with Service Tax Extra
Earnest Money Deposit Rs 59,600/- (Rupees Fifty Nine Thousand and Six Hundred
(EMD)@
Only) in the form of pay order/ crossed DD
Due date & time of
21/10/2013 @ 11:00 hrs
submission of tender
Due date & time of opening
21/10/2013 @ 11:30 hrs
of tender

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

for Chief Engineering Manager

NOTE : ALL PAGES TO BE SIGNED WITH DIGITAL SIGNATURE BEFORE e- TENDER S

SIGNATURE & SEAL OF TENDERER Page 2 of 59


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

LIST OF DOCUMENTS AND THEIR SUBMISSION


(ALL DOCUMENTS SHALL FORM PART OF THE CONTRACT)
SN. DESCRIPTION PAGE NO MODE OF SUBMISSION

TECHNICAL BID

1. INVITATION TO TENDER 1-2 TO BE DIGITALLY SIGNED AND UPLOADED

2. LIST OF DOCUMENTS 3 -DO-

3. INSTRUCTIONS TO TENDERERS ON E-TENDER 4-6 -DO-

4. SPECIAL TERMS AND CONDITIONS 7-25 -DO-

5. DECLARATIONS & FORMATS 26-35 -DO-

6. LIST OF MAKES 36-45 -DO-

7. CONSTRUCTION SAFETY CHECKLIST FOR ROS 46-48 -DO-

8. DO’S & DON’TS FOR RO CONSTRUCTION 49-51 -DO-

9. FORM OF TENDER 52-54 -DO-

10. INDEMNITY BOND AND DECLARATION 55-60 -DO-

11. PURCHASE REQUESTITION 20 PAGES -DO-

12. DRAWINGS 22 PAGES -DO-

TENDERER SHOULD SUBMIT GCC & APPENDIX-III


FORMING PART OF GCC, STANDARD DRAWINGS
GENERAL CONDITIONS OF CONTRACT WITH 121
13. AND IOC SPECIFICATIONS FORMING PART OF
COVER PAGE AND INDEX PAGES
EMPANELMENT CONTRACT ISSUED AT THE TIME
OF COMMENCEMENT OF EMPANELMNENT
VALIDITY BEFORE CLOSING DATE AND TIME OF
THIS TENDER. STANDARD DOCUMENTS SO
SUBMITTED SHALL BE TREATED AS PART OF
APPENDIX –III (SAFETY PRACTICES DURING EVERY TENDER. TENDERERS WHO HAVE
14. 36 PAGES
CONSTRUCTION) ALREADY SUBMITTED THE ABOVE DULY SIGNED
WITH STAMP NEED NOT SUBMIT THE SAME
ONCE AGAIN.

SIGNATURE & SEAL OF TENDERER Page 3 of 59


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

INSTRUCTIONS TO BIDDERS FOR PARTICIPATING IN E-TENDERING:


Indian Oil Corporation Ltd. has developed a secured and user friendly system through National
Informatics Center, which enables Vendors/ Bidders to Search, View, Download tenders
directly and also, enables them to participate & submit Online Bids on the e-tendering site
https://iocletenders.gov.in in a secured and transparent manner maintaining confidentiality
and security throughout the tender evaluation process.
All interested bidders are requested to register themselves with the portal indicated above
and enroll their digital certificate with the user id for participation in the tender.
Bidders are requested to read following conditions in conjunction with various conditions,
wherever applicable appearing with this bid invitation for e-Tendering. The conditions
mentioned herein under shall supersede and shall prevail over the conditions enumerated
elsewhere in the tender document.
1.0 Procedure to submit On-line Bids / Offers electronically on e-tendering portal
For this purpose, Vendors / Bidders are advised to read the instructions available in the
homepage of the portal where detailed procedure for submission of bids is available under
the section “Bidders’ Demo Kit”. You may contact the following resource persons for any
assistance required in this regard.

Vikrant 9999188919
Ankit 9717983330
Sawan 8130269544
eMail-id: prakashjee_25@yahoo.co.in

2.0 The bidders should note the following:


2.1 Late and delayed Bids / Offers after due date / time shall not be permitted in e-
tendering system. No bid can be submitted after the last date and time of submission has
reached. (However if bidder intends to revise the bid already submitted, they may change /
revise the same on or before the last date and time of submission of bid). The system time
(IST) that will be displayed on e-tendering web page shall be the time and no other time shall
be taken into cognizance.
2.2 Bidders are advised in their own interest to ensure that bids are uploaded in e-
tendering system well before the closing date and time of bid.
2.2.1 No printed or posted Bids / Offers shall be accepted.

3.0 Bidders need to have Digital Signature Certificate

SIGNATURE & SEAL OF TENDERER Page 4 of 59


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

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.

4.0 Submission of Documents


The tender documents including quoted Price Bid have to be submitted online only. However,
documents which necessarily have to be submitted in originals like EMD and any other
documents mentioned in the tender documents have to be submitted offline. Indian Oil shall
not be responsible in any way for failure on the part of the bidder to follow the instructions.

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

SIGNATURE & SEAL OF TENDERER Page 5 of 59


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

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.

Canvassing of information or submission of forged or false documents / information by any


Tenderer shall make their offer invalid. In addition, action shall also be taken by IOCL for
forfeiture of EMD as well as putting the Tenderer on Holiday list

CHIEF ENGINEERING MANAGER

SIGNATURE & SEAL OF TENDERER Page 6 of 59


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

SPECIAL TERMS & CONDITIONS OF TENDER

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).

Penalty for non-compliance:


a. Violation of applicable Safety. Health and Environment related norm, a penalty of
Rs.5,000/- per occasion.

b. Violation as above resulting in:

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.

1.3 ORDER OF PRECEDENCE: In case of contradictions between Indian Standards, General


conditions of contract, Special conditions of contract, item wise description of works etc, the
following shall prevail in order of precedence.

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

2.0 NATURE, SCOPE & LOCATION OF WORK:


th
The Work Under this tender comprises : Construction of NEW RO at Site No. 06, 9 Main
Road, Opp. G.K Convention Hall, Banashankari 2nd Stage, Bangalore Urban District
under Bangalore Divisional OfficeScope of works include sales building, compound wall,
fabrication and erection of canopies with lighting , driveway , and other allied works as per
the work descriptions & specifications as per enclosed documents.

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.

SIGNATURE & SEAL OF TENDERER Page 7 of 59


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

4.0 EARNEST MONEY DEPOSIT(EMD):

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.

4.3 Tenders received without EMD shall be rejected outright.

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:

Canvassing of information or submission of false/ forged documents/ information by


tenderers.
Backing out after placement of work order.

Failure to deposit or furnish requisite ISD/ SD as specified in the work order

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.

SIGNATURE & SEAL OF TENDERER Page 8 of 59


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

5.0 EVALUATION OF TENDERS:

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”.

6.0 PLACEMENT OF WORK ORDER:


6.1 On finalization of tender, detailed work order in duplicate shall be released to the
successful tenderer. The Successful Tenderers shall arrange to submit Initial Security Deposit
of Two and one half percent of the Total Contract value or Full Security Deposit of Ten
percent of Total Contract Value within a period of FIFTEEN DAYS from date of DETAILED
WORK ORDER. (Please refer Clause 1.9.5 below in this regard). SD by BG shall be in prescribed
format enclosed with Work Order and on requisite value stamp paper as per Stamp Duty Act
for Karnataka State (format enclosed as Annexure).
6.2 Second copy of work order along with all enclosures signed with the office seal on all pages
and all agreements/warranties/ declaration shall be submitted to our office within FIFTEEN
DAYS from date of work order.
6.3 On receipt of Initial Security Deposit or Total Security Deposit as above, and compliance of all
requirements as stipulated in Work Order, site will be handed over by the concerned
Divisional Engineer.
6.4 The Contractor shall affix signature and stamp on all the pages of the TENDER
DOCUMENTS including the following re-confirming having studied, understood and quoted
accordingly :
Tender covering letter
Special Terms & Conditions of Contract
Price Schedule including offer page
Item wise description of work (as per Item Code on second column of price schedule)
General Conditions of Contract
Working Drawings Set I – Site specific
Standard Drawings – RO Construction
IOC Civil works Specifications
List of Approved makes
QAP and formats for record – RO Construction

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.

SIGNATURE & SEAL OF TENDERER Page 9 of 59


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

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

SIGNATURE & SEAL OF TENDERER Page 10 of 59


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

entertained due to revision in statutory tax or levies imposed by governments of state or


center. Service tax at actual shall be paid as per prevailing guidelines.

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

12.0 QUOTED RATES :


12.1 Schedule of rates shall be read with work description, relevant Specifications,
Instructions to Tenderers, Particular Conditions of Contract, Works Contract Agreement and
other Special Terms and Conditions including relevant drawings.

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.

SIGNATURE & SEAL OF TENDERER Page 11 of 59


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

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

SIGNATURE & SEAL OF TENDERER Page 12 of 59


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

and the provisions relevant clauses of General Conditions of Contract shall apply to any such
work performed by the CONTRACTOR.

a) ACTION WHERE THERE IS NO SPECIFICATIONS:

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 :

It shall be the responsibility of Contractor to ensure correctness of applicable IS code and


conformity of material, equipment, makes, workmanship, testing etc to IS codes and
standards.

13.0 COMMENCEMENT OF WORK AND REFUSALS :

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.

14.0 HANDING OVER OF SITE BY CORPORATION:


The site will be handed over to the party on “as is where is” basis.

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.

15.0 COMPLETION SCHEDULE :

SIGNATURE & SEAL OF TENDERER Page 13 of 59


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
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 SITE ORGANISATION & WORKING HOURS

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.

SIGNATURE & SEAL OF TENDERER Page 14 of 59


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

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.

16.0 PROGRESS MEETINGS:


During the progress of the work, progress review meetings will be held at regular intervals in
the Corporation’s office/ site. The Contractor shall be represented by a competent officer
who shall be qualified to accept instructions and take decisions on behalf of the Contractor.
The Contractors are required to advise the Corporation every month on the progress of works
as per the standard format.

17.0 SCOPE OF WORK:

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.

18.0 POWER / WATER:

SIGNATURE & SEAL OF TENDERER Page 15 of 59


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

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.

19.0 TERMS OF PAYMENT:


19.1 The following payment terms shall apply for this tender:

19.1.1. CIVIL WORKS:


A. Upto 95% of the item rate on completion of each item in RA Bills
B. Balance 5% on completion of all works and in final bill.

19.1.2 TANK WORKS:


A. 60% of the item rate on completion of tank installation, hydro testing & sand filling.
B. 30% of the item rate on completion of top slab.
C. 5% of the item rate on commissioning of tank, provision of tank manhole covers and in final
bill.
D. 5% of the item rate on completion of all works & in final bill.

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

19.1.4 ELECTRICAL & PIPELINE WORKS


A. 60% of the item rate on supply of items to site
B. 35% of the item rate on installation of items
C. Balance 5% on completion of all works & in final bill.

19.1.5 CANOPY WORK


a. 60% of item rate quoted on supply to site. The structural items supplied to site must be in
prefabricated condition and in readiness for erection.
b. 35% of item rate quoted on completion of erection.
c. Balance 5% on completion of all works and in the 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).

20.0 SAFE CUSTODY AND STORAGE:

SIGNATURE & SEAL OF TENDERER Page 16 of 59


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

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.

21.0 WORKS BY OTHER CONTRACTORS / NON HINDRANCE TO SALES:


Along with the works covered under this contract other works shall be carried
simultaneously by other Contractors. The Contractor shall extend full co-operation to
the Contractors and the works, shall be carried out in such a way as not to affect the
progress of the project. Any damage caused to other works shall be rectified by the
Contractor at their entire risk and cost. The works are to be carried out at functioning
petrol pumps and suitable safety precautions, as advised, will have to be taken by the
Contractor. The Contractor will be fully responsible for implementation of all
precautionary measures and for ensuring safety of all structures till the work is
completed in all respects. The working of the Contractor should cause minimum
hindrance to the sales activity of the petrol pump.

22.0 DAMAGE TO EXISTING FACILITIES:


Any damage caused to the existing facilities while carrying out the work shall be made good
by the Contractor to the entire satisfaction of the Corporation at his own risk and cost.

23.0 FORCE MAJEURE:


The term “Force majeure” as employed in the contract shall mean declared civil war, tidal
waves, fire, major flood, earthquakes (above 7 magnitude on Richter scale), damage from
aircraft, nuclear fission, riots, (other than among the Contractor’s employees), lightening and
other such causes over which the Contractor has no control and are accepted as such by
Corporation whose decision shall be final and binding. Delays resulting from such reasons shall
extend the time for completion for the work and commencement of free maintenance period
without any financial obligation of any kind from either side.

23 A. LABOUR LAWS-IDEMNITY BOND/ UNDERTAKING: The successful contractor


shall give an Indemnity Bond/ Undertaking to the Corporation in the prescribed form
(Format ‘A’ or ‘B’ as applicable) for covering the provisions of the following statutes
upto the latest amendments as applicable.
a. Minimum Wages Act, 1984.
b. Equal Remuneration Act, 1978.
c. Inter-state Migrant Workman (Regulation of Employment & Conditions of Services)
Act, 1979.
d. Contract Labour (Regulation & Abolition) Act, 1970.
e. Workmen’s Compensation Act, 1923.
f. Employees State Insurance Act.
g. Provident Fund Act.
Particulars of Registration with appropriate Government Authorities/ Statutory Bodies

SIGNATURE & SEAL OF TENDERER Page 17 of 59


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

as mentioned above applicable should be furnished to the corporation in receipt of


the work order.
23 B. INSURANCE POLICY: The contractor should Janta Insurance Policy or policies of
adequate value to cover the compensation Act 1923 with latest amendment before
commencing the work and the same will have to be renewed during construction
period as required.
23C. MINIMUM WAGES: Contractor will pay his labourers working on the job
undertaken
by them for IOC, atleast minimum wages statutory payable to the contract labourer.
Contractor will have to show proof of having actually paid minimum wages to the
labourers.
Provision of Safety Belts for Workmen working on the scaffolding is compulsory

24.0 ESI SCHEME/ACT:


The Contractor shall enforce the provision of ESI Act/ scheme and other Acts/ Scheme
if applicable with regard to this contract and shall fulfill other obligations/
requirements of the Act/Scheme for proper compliance as may be directed by the ESI
Authorities or the Corporation.

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.

26.0 CLEARING THE SITE OF WORKS:


The Contractor shall clear the site of works as per the instructions of the Site Engineer. The
site of works shall be cleaned of all men, site equipment, materials, etc and shall be
delivered back to the Corporation in a clean and neat condition as required by the Site
Engineer within a period of one week after the job is completed after ensuring that all
surfaces spoiled during the works such as floors, walls, glass panels, etc are spotless clean.

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.

27.0 OBSERVATION OF RULES:


The Contractor shall have to observe all local rules for safety/ security. The Contractor shall
also be required to comply with all acts and regulations for the successful completion of the
contract works and shall give due notices and pay all fees.

28.0 TYPOGRAPHICAL OR CLERICAL ERRORS:


The Corporation’s clarifications regarding partially omitted particulars or typographical or
clerical errors shall be final and binding on the Contractor.

SIGNATURE & SEAL OF TENDERER Page 18 of 59


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

29.0 CONFIDENTIALITY OF DOCUMENTS/CONTRACT DETAILS :


The Contractor shall not without the Corporation’s prior written consent disclose any
specification, plan, drawing, pattern, sample or information furnished by or on behalf of
Corporation in connection to a person other than a person employed by the Contractor in the
performance of the contract. Disclosure to any such employed person shall be made in
confidence and shall extend only so as may be necessary for the purpose of such
performance. The Contractor will bind such employee to secrecy of information. The
Contractor shall not make use of any document or information set out above or in this
contract except for the purpose of performing the contract. The Contractor shall indemnify
and make good any loss that may be sustained by the Corporation In the event of non-
fulfillment of the above condition by the Contractor .

30.0 INSPECTION OF WORKS/SHOP/SITE BY CONSULTANT OR THIRD PARTY INSPECTION


AGENCY:
The Corporation if engaged the services of third party inspection agency /consultant to carry
out any stage/ final inspection or for supervising a part or whole of the works and as
authorized representatives of the Corporation, the Contractor will be required to take
instructions from them regarding all aspects of the work.

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.

SIGNATURE & SEAL OF TENDERER Page 19 of 59


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

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 ISSUE OF MATERIALS BY CORPORATION :

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.

SIGNATURE & SEAL OF TENDERER Page 20 of 59


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

35 DEALING WITH OUTSIDE PARTIES :


The Contractor should purchase all materials from the market, which they require for the
work allotted to them in cash or credit in their own firm name only.

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.

36.0 SUBMISSION OF AS BUILT DRAWINGS:


Party shall prepare and submit the tracings of “As-built drawings” of all the facilities as per
the scope of work indicated at the time of conclusion of this contract in1:1000 scale or as
directed by the site engineer at no extra cost to IOC.

37.0 SECURED ADVANCE FOR SUPPLY OF MATERIALS:

No Secured Advance Shall Be Payable For Materials Brought To Site By Contractor.

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

39.0 CODES AND STANDARDS:


The party shall arrange, at their own cost, to keep a set of latest edition of all applicable
standards and codes at site.

40.0 SAFETY PRECAUTIONS & HOT WORK :

SIGNATURE & SEAL OF TENDERER Page 21 of 59


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

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.

41.0 SECURITY OF MATERIAL/ EQUIPMENT :


Contractor is fully responsible for the equipment/materials handed over to him for the
execution of the work and in case these are mishandled or stolen, he has to arrange these
entirely at his own cost to the satisfaction of Site Engineer.
Corporation shall not be responsible for the security of Contractor’s material / equipment.

42.0 ELECTRICAL WORK:


During the execution of job temporary connections are to be provided by the Contractor and
all possible assistance shall be rendered by the Contractor for the smooth operation of the
Retail Outlet. No extra payment shall be made on this account.

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.

SIGNATURE & SEAL OF TENDERER Page 22 of 59


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

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

43.0 MAKES OF MATERIAL/EQUIPMENT :


LIST OF MAKES IS ATTACHED WITH TENDER FOR REFERENCE. HOWEVER IT SHALL BE THE
RESPONSIBILITY TO ENSURE USAGE OF BIS APPROVED MATERIALS IN THE WORKS FROM AMONG
THE MAKES MENTIONED. ALSO NO MATERIAL/EQUIPMENT SHALL BE BROUGHT TO SITE
WITHOUT PRIOR APPROVAL FROM IOC ENGINEER.

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.

44.0 OTHER SPECIFICATIONS :


The work shall be carried out as per Corporation’s specifications/drawings and to the entire
satisfaction of site engineer.
Unless otherwise stated above the work shall be carried out as per IOC Specifications.

45.0 EXTRA ITEM :

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.

46. SECRECY AGREEMENT:


Contract shall, as a part of his obligation sign an agreement for secrecy of the
drawings/documents with IOC. Contractor, shall hereby expressly undertake to keep all
drawings/documents as well as other technical information given in the contract document
secret and shall not diverse or leak or otherwise cost to be known to the competitors or
otherwise having any interest in such process in any way the contents in any form shape or
method.

SIGNATURE & SEAL OF TENDERER Page 23 of 59


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

47.0 SPECIAL CONDITONS:

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.

47.5.THE BILLS ARE TO BE CERTIFIED BY CONCERNED DIVISIONAL ENGINEERS AND THE


PAYMENT WILL BE MADE BY STATE OFFICE AS PER PREVAILING POLICY OF THE CORPORATION
FROM TIME TO TIME.

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.

SIGNATURE & SEAL OF TENDERER Page 24 of 59


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

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.

49. DELETIONS IN GCC CLAUSE:

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.

SIGNATURE & SEAL OF TENDERER Page 25 of 59


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

Format for giving consent and bank details on letter head


(Annexure – A)
Dated:
To,
M/s Indian Oil Corporation Ltd.
Address

Dear Sir,
With reference to your advise, we hereby agree to accept the payment of our bills through
“RTGS/NEFT/Electronic Mode”.

The desired bank account details are given below:

1. Vendor Code allotted by IOCL in SAP


2. Name of Beneficiary (i.e., IOCL Vendor )
3. Name of the Beneficiary’s Bank
4. Address of the Beneficiary’ Bank Branch

5. Contact details of Branch with STD Code


6. Beneficiary’s Bank Account No. ( as per cheque
copy )
7. Beneficiary’s Account Type (SB/CC/CA)
8. Beneficiary’s Bank IFSC Code ( 11 Digit)
9. Mobile No of Beneficiary (One Number only)
10. E-Mail Id of Beneficiary (One Mail Id only)

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.

(Signature of Account Holder)


Seal of the Vendor
Encl: Cancelled Cheque
**** We hereby confirm that the above bank account details of beneficiary are correct in all
respects and the account of Beneficiary (IOCL vendor) is maintained at our bank branch.

(Name of Bank & Branch)


Authorized Signatory

**** Verification required only in case vendors name is not printed/appearing on the cancelled
cheque leaf being submitted to IOCL office

SIGNATURE & SEAL OF TENDERER Page 26 of 59


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

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)

2 Copy of work order (in case of 1st bill)

Sales tax certificate (Form 8 AB) of


3 the party)

Proforma for Works Contract Bills duly


4 signed by the contractor

Measurement book (signed on all


pages by Contractor / their
authorized representative and IOCL /
5 IOCL representative)

Manufacturer
’s Reports of test
Test certificates (Copies with Test Carried out
6 R / A bills & original with final bills) Certificate by Contractor

Cement (For makes of cement


A purchased)

Steel reinforcement (For all lots of


B steel purchased)

C Bricks (One test for every 100 cum)

Sand (One test for every change of


D quarry)

20mm metal (One test for every


E change of crusher)
Water (One test for every change of
F source)
Field Density Test (One test for every
1000 Sqm for every layer of 200mm
G thick)
H CBR test before WBM (One test for

SIGNATURE & SEAL OF TENDERER Page 27 of 59


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

every 1000 Sqm)

Structural Steel (For every lot of steel


I purchased)

J Roofing sheets (For every batch)

K False ceiling (For every batch)

Paver blocks (For every load MTC and


L 5 Nos for every 1000 Sqm)

M Column cladding (For every lot)

N RCC hume pipes (For all diameters)

Electric cables (For all cable sections


O / makes)
P Cube Test 7 Days 28 Days
Canopy footings

Sales Bulding footings

Sales building columns

Sales Building lintels

Sales Building slab

Tank strip raft foundation (for every


tank)

Tank matt slab (For every tank)

Tank top slab (For every tank)

Deviation statement (In case of final


7 bills)
M C Bills signed on all pages by the
contractor with seal

SIGNATURE & SEAL OF TENDERER Page 28 of 59


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

PROFORMA OF IDEMNITY BOND FOR LOST DEPOSIT RECEIPT

(TO BE EXECUTED ON STAMP PAPER RS. 100, for claiming refund in case IOC cash receipt is
misplaced)

WHEREAS DEPOSIT RECEIPT NO.______________________dated ________for Rs.________________


issued by INDIAN OIL CORPORATION LIMITED in favour of the undersigned as Earnest Money Deposit
for the fulfillment of our obligations under the Tender No. ________in respect of ________ has been
missed or lost by us and the same is not traceable in spite of due and diligent search made by us for
the same.

AND WHEREAS Indian Oil Corporation Limited have at our request and 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.

SIGNATURE OF THE EXECUTOR


Witness:

1. NAME & ADDRESS:

2. NAME & ADDRESS:

SIGNATURE & SEAL OF TENDERER Page 29 of 59


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

INDEMNITY BOND UNDERTAKINGS PROFORMA-‘A’ (FOR PF)


(To be executed if Applicable on obtaining work order )
From :
M/s. ………………………………………………………………………………
(Contractors)

To,
M/s. INDIAN OIL CORPORATION LIMITED
Sub.: (1) Work Order No. ......................................................... dt..............
(2) Agreement No............................................................ dt...............

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


.......................................day ........………....... of ………………………….. by Messers
…………………………………………………………………………………………..

hereafter called the "Contractors" (which expression shall mean and include if the context so
admits, the partners or partner for the time being of the Firm and their 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,

SIGNATURE & SEAL OF TENDERER Page 30 of 59


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

not only the contractors but also the Corporation as the principal employer becomes liable for
the acts of omission and commissions by the Contractors.

IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND

UNDERTAKING BY THE CONTRACTORS to indemnify and keep indemnified the Corporation as


stated hereinafter;

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

SIGNATURE & SEAL OF TENDERER Page 31 of 59


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

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) …………………………………………………………………………...
…………………………………………………………………………...

SIGNATURE & SEAL OF TENDERER Page 32 of 59


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

PROFORMA OF DECLARATIONS TO BE FURNISHED BY THE TENDERERS

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:

Signature & Seal of tenderer:

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.

Name of the employee Name & designation of


the Officer of the
of the Corporation/Central/State
Governments

Date :

Place :

Signature & Seal of tenderer:

SIGNATURE & SEAL OF TENDERER Page 33 of 59


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

PROFORMA OF DECLARATIONS TO BE FURNISHED BY THE TENDERERS

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 :

2. Name of the Director of the Corporation


who is related to the Contractor :

3. Name of the Director of the Corporation


who is a member or a Director of the firm :

Date :

Place : Signature & Seal of tenderer

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 :

Post last held in IOC :

Date of retirement :

Date of employment in the firm :

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.

SIGNATURE & SEAL OF TENDERER Page 34 of 59


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

PROFORMA OF DECLARATIONS TO BE FURNISHED BY THE TENDERERS ALONGWITH TENDER

PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING

In the case of a Proprietary Concern:

I hereby declare that neither I in my personal name or in the name of my Proprietary concern
M/s.__________________________________ which is submitting the accompanying Bid/Tender nor
any other concern in which I am proprietor nor any partnership firm in which I am involved as a
Managing Partner have been placed on black list or holiday list declared by Indian 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”)

In the case of a Partnership Firm:

We hereby declare that neither we M/s.__________________________________ submitting the


accompanying Bit/Tender nor any partner involved in the management of the said firm either in his
individual capacity or as proprietor or Managing Partner of any firm or concern have or has been
placed on 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 the absence thereof state “NIL”)

In the case of Company:

We hereby declare that we have not been placed on any holiday list or black list declared by Indian
Oil Corporation Ltd. Or its Administrative Ministry (presently the Ministry of Petroleum & 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.

Place: Signature of Bidder:________________


Date: Name of Signatory :________________

SIGNATURE & SEAL OF TENDERER Page 35 of 59


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

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.,

3 MS TUBULAR SECTIONS TATA / SAIL / VIZAG / HINDUSTAN 1161 : 1963

4 REINFORCEMENT STEEL – MILD TATA/SAIL/VIZAG/ KAMADHENU 432 : 1982


STEEL AND MEDIUM TENSILE BARS
5 REINFORCEMENT STEEL – HIGH TATA/SAIL/VIZAG 1786 : 1985
STRENGTH DEFORMED STEEL BARS
6 BURNT CLAY BUILDING BRICKS ANY APPROVED MAKE 1077 : 1992

7 STANDARD CERAMIC TILES KAJARIA / NITCO / REGENCY / 13712 : 1993


(WALLS/FLOOR) / VITRIFIED SOMANY / JOHNSON / NAVEEN /
CERAMIC TILES BELL

8 ROLLING SHUTTERS/ROLLING SHALL BE OF MAKE AS APPROVED 6248 : 1979


GRILLS BY IOC ENGINEER. LOCAL
FABRICATION SHALL NOT BE
ACCEPTED.
9 ALUMINIUM SECTIONS FOR DOORS, HINDALCO /JINDAL SECTIONS AS 1948 , 1285
WINDOWS, VENTILATORS, PER DETAILED SPECIFICATIONS
PARTITIONS
10 PRELAMINATED PARTICLE BOARD NOVOPAN 12823 : 1990
11 DOOR CLOSER EVERITE / HARDWYN / 3564 : 1996
EQUIVALENT APPROVED MAKE
12 FLOOR SPRING EVERIE / HARDWYN / 6315 : 1992
EQUIVALENT APPROVED MAKE
13 WATERPROOFING COMPOUNDS FOSROC / ROFF / SIKA / CICCO / 2645 : 2003
ACC/PIDILITE
14 FLOOR HARDENER IRONITE / HARDONITE 9197 : 1979

SIGNATURE & SEAL OF TENDERER Page 36 of 59


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

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

19 PRESSED CEMENT CONCRETE EUROCON / ULTRA / DURACRETE 13801 : 1993


TILES OR EQUIVALENT APPROVED MAKE

20 PRECAST CEMENT CONCRETE EUROCON / ULTRA/ SOBHA OR 5758 : 1984


KERBS EQUIVALENT APPROVED MAKE

21 GRANITE TILES ANY IS APPROVED MAKE 14223 : Part 1 :


1995
22 RCC HUME PIPES ANY IS APPROVED MAKE 458 : 2003
23 ROAD MARKING PAINTS SHALIMAR / MRF 164 : 1981
24 ORISSA TYPE WATER CLOSET HINDWARE (HSIL) / PARRYWARE 2556 / 774
WITH FLUSHING CISTERN (EID PARRY) / CERA
(VITREOUS CHINA)
25 EUROPEAN TYPE WATER CLOSET HINDWARE (HSIL)/ PARRYWARE 2556
(VITREOUS CHINA) (EID PARRY)/ CERA
26 WASHBASIN (VITREOUS CHINA) HINDWARE (HSIL)/ PARRYWARE 2556
(EID PARRY)/ CERA
27 SINK (VITREOUS CHINA) HINDWARE (HSIL)/ PARRYWARE 2556
(EID PARRY)/ CERA
28 FLUSHING CISTERN (PLASTIC) HINDWARE (HSIL)/ PARRYWARE 7231 : 1994
(EID PARRY)/ CERA
29 EWC PLASTIC SEAT COVER PARRYWARE / HINDWARE / CERA 2548 : Part II :
1996
30 MIRROR MODI FLOAT / SAINT GOBAIN 3438 : 1994
31 SOAP TRAY HINDWARE (HSIL)/ PARRYWARE
(EID PARRY)/ CERA
32 TOWEL RAIL NOVACE /ESSESS /ARK / SOMA /
METRO-SUPER
33 PVC PIPES AND SUPREME / FINOLEX / PRINCE / 4985 : 2000
FITTINGS(DRINKING WATER) TRUBORE/ KISSAN
34 PVC PIPES AND FITTINGS(CABLE ANY IS APPROVED MAKE 9537 / 3419
CONDUITS)

SIGNATURE & SEAL OF TENDERER Page 37 of 59


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

35 PVC PIPES AND FITTINGS SUPREME / FINOLEX / PRINCE / 4985 : 2000


(RAINWATER / WASTE) TRUBORE/ KISSAN
36 CPVC PIPES & FITTINGS ASTRAL, ASHIRWAD
37 UPVC PIPES & FITTINGS ASTRAL, FINOLEX, SUPREME,
PRINCE , KISSAN
38 GI PIPES TATA / ZENITH / JINDAL / GST 6631 : 1972
39 GI FITTINGS TATA / 'R' BRAND 1239 : 1992
40 GM GATE VALVES FOR SANITARY & LEADER / ORIENT / ZOLOTO / 778 : 1984
PLUMBING WORKS NETA
41 CP BRASS SPRAY SHOWER WITH ARK-SOMA / PARKO / METRO-
BALL AND SOCKET SUPER / NOVA SPECTRUM / ESS
ESS
42 BRASS FLOAT VALVES WITH LEADER / ORIENT / ZOLOTO/ 1703 : 2000
COPPER FLOATS NETA
43 CP BRASS STOP COCKS ARK-SOMA / PARKO / METRO- 781 : 1984
SUPER / NOVA SPECTRUM / ESS
ESS
44 POLYETHYLENE WATER TANK SINTEX / INFRA / FUSION / 12701 : 1996/
UNIPLUS / PATTON / KAVERI 10146 : 1982

45 FLOOR TRAP (NAHANI TRAP) APPROVED MAKE 2556 :1973


46 SW GULLY TRAP APPROVED MAKE 651 : 1992
47 CP BRASS PILLAR TAPS ARK-SOMA / PARKO / METRO- 8931 : 1993
SUPER / NOVA SPECTRUM / ESS
ESS

48 FLUSH VALVES ARK-SOMA / PARKO / METRO- 9758 : 1981


SUPER / NOVA SPECTRUM / ESS
ESS

49 PADLOCKS GODREJ / HARRISON 1018 : 1982


50 MORTICE SLIDING DOOR LOCK GODREJ OR EQVT. APPROVED 8760
MAKE
51 MORTICE DEAD LOCK GODREJ OR EQVT. APPROVED 7540
MAKE
52 REBATED MORTICE LOCK GODREJ OR EQVT. APPROVED 6607
(VERTICAL) MAKE
53 MORTICE LOCK (VERTICAL TYPE) GODREJ OR EQVT. APPROVED 2209
MAKE
54 CHAINLINK FENCING FABRIC ANY IS APPROVED MAKE 2721 : 2003

SIGNATURE & SEAL OF TENDERER Page 38 of 59


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

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

SIGNATURE & SEAL OF TENDERER Page 39 of 59


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

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

SIGNATURE & SEAL OF TENDERER Page 40 of 59


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

28 CORROSION PROTECTION TAPE RUSTECH / TAPEX / CORPO / 15337 : 2003


(COAL TAR BASED) PARAMOUNT/IWL
29 SILICA GEL TRAP ASSEMBLY APPROVED MAKE 3401 : 1992
30 MS CHEQUERED PLATE 3502 : 1994
31 GI PIPE AND FITTINGS FOR AIR TATA /JINDAL / ZENITH 1239
AND WATER /EQUIVALENT IS APPROVED
MAKE
C. SPECIAL WORKS
SL.NO MATERIALS APPROVED MAKES IS CODE REF.
1 False ceiling for canopy (150F) INTER ARCH BUILDING PRODUCTS STEEL : IS 513
LTD./ SPECO - TECH (Speco-Tech Galvanizing :
Roofing & False ceilings Pvt. Ltd) / IS 277
METASILL - M/S KAMAKSHI ROLLING ORGANIC
FORMING INDUSTRIES, RAJAMUNDR COATING:
IS 14246
2 Hi-Rib Bare Galvalume,Hi-Rib INTER ARCH / CRIL(Colour Roof STEEL : ASTM
Galvalume colour coated,GI Hi- India Ltd)/ METACRAFT / METASILL A 446
Rib,GI Hi-Rib colour coated roof - M/S KAMAKSHI ROLLING FORMING AZ 150
sheeting /Gutter /Flashings. INDUSTRIES, RAJAMUNDR COATING :
M/s Conwed Enterprises, Mumbai ASTM A792
3 Interlock concrete pavers for SOBHA OR APPROVED EQUIVALANT AS PER BS 6717
driveway and parking : PART1 :
1986 AND AS
PER IS 1237
1980 - AFTER
PRIOR
APPROVAL
FROM IOCL
4 Acrylic Emulsion/ Semi Acrylic ASIAN PAINTS / KANSAI NEROLAC / 15489, 354
Emulsion BERGER / ICI / JENSON &
NICHOLSON
5 Wall putty ALTEK / ASIAN / JK PUTTY / BIRLA
6 Octagonal light pole PHILIPS / BAJAJ / WIPRO
7 Octagonal pole light fixtures BAJAJ 10322
8 PVC colour sheeting FINOLEX OR EQUIVALENT MAKE 6307

9 Canopy Lights Fittings – Metal WIPRO CAT No: WHH 96150 ( 150
Halide W)

SIGNATURE & SEAL OF TENDERER Page 41 of 59


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

10 Canopy Light fittings – CFL Wipro Cat No: WIP 43 336



D. LIST OF MAKES FOR ELECTRICAL WORKS

SL.NO MATERIALS APPROVED MAKES IS CODE REF.


1554 : Part 1 :
1.1 K.V PVCAPVC /XLPE insulated CCI, Torrent , Universal ,
1988,
1 armoured aluminium conductor Rallison , Gloster, Polycab,
8130 : 1984, 7098 :
cables Havells, Gemscab
Part 1
1554 : Part 1 :
CCI, Torrent , Universal ,
1.1 K.V PVCAPVC/XLPE insulated 1988,
2 Rallison , ,Gloster, Polycab,
armoured copper / control cables 8130 : 1984, 7098 :
Havells, Gemscab
Part 1
Copper flat cable for submersible UNIVERSAL, CCI, V-Guard, 694 : 1990, 8130 :
3
pump Rallison, Havells 1984
Cable glands & lugs (non 8308 , 8309 :1987,
4 MIC, HPI, Braco
flameproof) 12943:1990
Cable termination kits, staright 7093 : 1973 , 8438,
5 Raychem, M-seal, Lycab
joint kits 9553 : 1987
Baliga, Flexpro, FCG Power, 8308 , 8309 :1987,
6 Flame proof cable glands
Expotecta/ CEAG 12943:1990
GI pipe medium duty for cable
7 TATA, Jindal 1239 Part 2 : 1992
laying
Hot dip galvanized M.S cable Classic, Fixotech, Metalica,
8 3954 : 1991
trays Pilco
9 PVC channel type cable trays SFX or approved equivalent
Baliga, Flexpro, FCG Power, 10606 : 1983,
10 Flame proof cable junction boxes
Expotecta/ CEAG 14772 :2000
Maintenance free earthing system
11 Ashlok or approved equivalent 3043 : 1987
– safe earthing electrode
12 Lightning Protection System Any Approved make 2309 : 1989
Technik,
13 Indicating Lamps (LED type ) Schneider,Siemens,BCH ,C&S, 1901 : 1978
L&T
14 Indicating meters AE,MECO, L&T,Enercon, IMP 1248 Part 2 : 2003
Kaycee, Rishab ,L&T ,Salzar,
15 Selector Switches 13947 Part 5 :2004
Siemens
2705 Part 1,2
16 Current Transformers AE,Intrans ,Kappa,Intech
:1992, 4201 : 1983
17 Relays Alstom, Siemens, JVC 3842,3231, 4483 &

SIGNATURE & SEAL OF TENDERER Page 42 of 59


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

electronics ,Enercon 8686

Switch disconnector fuse


L&T,Siemens, Schneider Electric
18 units/changeover switches(switch 13947 : 1993, 2004
,HPL, C&S
fuse or onload type)
Moulded case circuit breaker Siemens, Schneider Electric , 13947 : 1993,
19
(MCCB) C&S ,L&T, Havells 2004, 60947 : 2003
2086 : 1993, 9926
L&T,Siemens, Schneider Electric
20 HRC Fuses/Fuse Carriers :1981, 13703 :
,HPL, C&S
1993
Miniature circuit
MDS, Siemens,L&T Hager
breaker(MCB)/Residual current
21 ,Schneider, Havells, BCH, 13032 : 1991
circuit breaker(RCCB)/Residual
Standard
current breaker operated(RCBO)
660/1100 volt grade FRLS PVC
Lapp Kabel, Rallison, V-Guard,
insulated single core unsheathed 1554:Part 1 :1988,
22 Anchor, Havelles Kundan,
wire with copper conductor 8130 : 1984
Finolex
/Flexible copper conductor
Precision, Clipsal, Lapp Kabel, 9537 : Part 1:1980
Rigid PVC / Flexible conduits &
23 Diamond, Balco, Universal, & Part 3: 1983 ,
accessories
Avon plast 3419 : 1988
2675 : 1983,
24 Metal switch boxes MK, Anchor, MDS Legrand
13947 :2004
25 MS junction box, MS fan box Homelite, PEW, Gupta 14772 : 2000
Switches, sockets, bell push,
Anchor, M.K India, MDS, 3854 : 1997, 11037
26 electronic regulators,telephone,
Legrand, GE : 1984, 1293
TV, RJ 45 sockets etc piano type
Modular type switches, Sockets,
Anchor, Carb Tree, MK India, 3854 : 1997, 11037
27 bell push, electronic regulators,
Clipsal, MDS, Legrand : 1984, 1293 : 2005
telephone, TV, RJ 45 sockets etc
28 Telephone cable Delton, Ciplox, Five star 10579 : 1983
29 TV co-axial cable Any approved make 5662 : 1991
30 Cat 6 computer cable Any approved make
L& T Hager, Havells, Siemens
31 Metal clad plug & socket Schneider Electric ,MDS, Indo 1293 : 2005
Asian
MDS, Siemens,L&T Hager
32 MCB distribution board 13032 : 1991
,Schneider, Havells, Indo Asian
MDS, Siemens,L&T Hager
33 Surge Arrestors 13032 : 1991
,Schneider, Havells
34 DOL starters ,star delta starters Siemens,L&T, Schneider Electric 13947 : 1993, 2004

SIGNATURE & SEAL OF TENDERER Page 43 of 59


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

, C&S, Crompton Greaves


Swaged tubular yard light poles/ Unique poles or any approved 2713 part 1,2,3
35
hollow section poles equivalent :1980
2418 :1977, 10322
Philips, Wipro, Crompton
37 Light fittings & control gears : 1987, 10947
greaves, Bajaj
:1984, 13383:1992
38 Flame proof lighting fixtures FCG power, Baliga, Flexpro 2206 Part 1 : 1984
5081:1990,
15111:2002,
Crompton greaves, Philips, 1534:1977,2215:20
39 Lamps/ chokes etc
Havells 06,6616:1982,9900
,9974:1981,13021:
1991
Crompton, Usha, Khaitan,
40 Ceiling Fans 374 : 1979
Anchor, Orient, Bajaj, Ortem
41 Exhaust Fans Crompton, Alstom, Almonard 2312 : 1967
Anchor, M.K India, MDS,
42 Calling bell 302, 2268 : 1994
Legrand
L&T, Universal ,Sahasprague
43 Capacitors (MPP HD) LTD, Crompton Greaves/ 13340 : 1993
SIEMENS
Exide, Rocket, Standard
44 SMF type lead acid batteries furukava, AMCO, Amaron, 12292 : 1988
Panasonic
45 Servo voltage stabilizer Miracle, Consul, Aplab, Silicon 9815 : 1994
SIMCO, L&T,ABB,Siemens
46 Integrating meters 1248 Part 3 : 2003
,AE,Enercon
Mono block pumps / Submersible Kirloskar,KSB, Texmo, Sulzar, 9079: 2002, 8034 :
47
pump Suguna 2002
Rubber mats for electrical
48 Any IS approved make 5424 :1969
purpose
49 FIRST AID KIT Any IS approved make 13115 : 1991
Notes :
1) In case of all the above IS publications, references shall be made to the latest versions as
amended and revised upto date. Among the listed approved manufacturers/makes, the items
used should be of IS approved make unless otherwise specified and subject to final approval of
IOC.
2) Equivalent make shall be permitted only if sufficient documentary evidence is produced to
prove non- availability of stipulated make and written approval of IOC is obtained. No extra
payment shall be made by IOC in this regard.

SIGNATURE & SEAL OF TENDERER Page 44 of 59


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

Construction Safety Checklist For Retail Outlet

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.

SIGNATURE & SEAL OF TENDERER Page 45 of 59


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

3) Electrical Safety

a. Whether licensed electricians carrying out electrical installation


b. Whether ELCBs/double insulation provided in hand tools and tackles
c. Whether armoured cables are in use
d. Whether electrical equipments are protected from rain/ water
e. Whether all electrical equipment are properly earthed
f. Whether temporary electrical connections are absent
g. Whether bare wire ends are not used in sockets
h. Whether guards are provided on all rotating equipments including grinder
i. Whether overhead un-insulated electrical lines are deenergised during construction
work.
j. Whether proper fire fighting equipments are at place near the electrical
equipment.
k. Whether electrical shock treatment chart displayed at site.
l. Whether proper Do’s and Don’ts displayed at site.

4) Building Construction 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.

SIGNATURE & SEAL OF TENDERER Page 46 of 59


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

f. Whether personal protective equipment are in use during demolition work in


progress.
g. Whether proper supervision is ensured during demolition work.
h. Whether proper precautions have been taken to avoid collapse of neighbouring
facilities which may occur during demolition of the structure.
i. Whether clearing of debris from the site is being done from time to time.

6) General

a. Whether work is being done under proper supervision.


b. Whether DOs / DON’Ts displayed in local language at conspicuous place.
c. Whether part of GCC pertaining to safety precaution available at site.
d. Whether first aid kit with proper medicines is available.
e. Whether no overhead (energized) HT/LT line passes through the area of work.

Signature of Signature of
Proprietor / Manager Inspecting Officer
Distribution of 4 (Four) sets:

Original copy to Inspecting Officer



1st & 2nd photo-copy to Divisional & State Office by Inspecting Officer

3rd photo-copy for Retail Outlet.

SIGNATURE & SEAL OF TENDERER Page 47 of 59


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

Do’s and Don’ts for Construction site at Retail Outlet


Name of the RO : _______________________________
Work Order No : _______________________________
Period of Contract : _______________________________
Name of the Contractor : _______________________________

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.

SIGNATURE & SEAL OF TENDERER Page 48 of 59


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

Don’ts

1. Do not start any work without presence of contractor’s skilled supervisor.


2. Do not wear loose clothing while working near rotating machine or working at
height.
3. Do not keep inflammable material, waste and debris near the construction site.
4. Do not carry out hot work where inflammable materials are present and also while
carrying out painting job.
5. Do not keep the excavated earth within 1M of the edge of the pit.
6. Do not allow vehicles within 2 M distance from the edge of the pit.
7. Do not allow personnel to come within 1 M of extreme reach of the mechanical
shovel.
8. Do not exceed safe working load marked on lifting equipment.
9. Do not use unamoured electric cable in construction site.
10. Do not allow electrician without license for carrying out electrical job.
11. Do not use bare wire ends in the socket.
12. Do not use temporary electrical connection.
13. Do not use barrels, boxes, loose bricks etc as working platform
14. Do not allow welding work if the welder is not in ‘Dry’ condition and not wearing
protective goggles / face shield.
15. Do not start the job without proper work permit.
16. Do not keep any load / equipment near the edge of excavated pit.
17. Do not enter the confined space such as empty product tank without proper safety
checks and in absence of competent persons.
18. Do not demolish any structure without initial survey and formulating the method
of demolition
19. Do not keep the lighted gas torch left unattended.
20. Do not throw or drop material / equipment from height.

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.

Name of the Site Engineer: :

SIGNATURE & SEAL OF TENDERER Page 49 of 59


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

Signature of the Site Engineer :

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.

Name of the Contractor :

Signature of the Contractor :

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.

SIGNATURE & SEAL OF TENDERER Page 50 of 59


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

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

SIGNATURE & SEAL OF TENDERER Page 51 of 59


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

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.

I/We have annexed to this Bid the following Documents:


(i) Percentage Offer on Price Schedule (Schedule of Rates) in the prescribed Form
(ii) Original Power of Attorney or other proof of authority of the person who has signed the
Tender
OR copy of Power of Attorney or other authority duly certified by a Gazetted Officer or a
Notary Public in proof of authority of the person who has signed the Tender.
I/We hereby undertake that the statements made herein/information given in the Annexures
referred to above are true in all respects and that in the event of any such statement or
information being found to be incorrect in any particular, the same may be construed to be a
misrepresentation entitling Indian Oil Corporation Ltd. to avoid any resultant Contract.

SIGNATURE & SEAL OF TENDERER Page 52 of 59


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

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))

Signature of Witness : Name & Designation of authorized


person
Name : Signing the Tender on behalf of the
Tenderer(s)
Occupation : Full Name and address of the
Bidder(s)

SIGNATURE & SEAL OF TENDERER Page 53 of 59


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

INDEMNITY BOND PROFORMA


(On Stamp Paper of Rs. 100/- - to be typed in double spacing)

PROFORMA ‘B’
(To be executed if Applicable on obtaining work order)

From: M/s. _____________________________________________


(Contractors)

To: M/s. INDIAN OIL CORPORATION LIMITED

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

(2) Agreement No. __________________, dated _________

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


.......... day
……………… of ........................ 2007 by
M/s................................................................ hereinafter called “The
Contractors” (which expression shall mean and include, if the context so admits, the
partners or partner for the time being of the Firm and their or his respective heirs,
executors and administrations its successors and assigns in law) in favour of INDIAN
OIL CORPORATION LIMITED a Company incorporated under the Company Act I of 1956
and having its Registered Office at INDIAN OIL BHAVAN, G-9, Ali Yavar Jung Marg.
Bandra (East), Mumbai 400051, and with their Karnataka State Office, No 29, P
Kalinga Rao Road, Bangalore - 27, hereinafter called “The Corporation’ (which
expression shall include its successors and assigns in law).

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

AND WHEREAS the Contractors are bound by law to comply with the provisions of
various Labour Laws like State Migrant Workmen (Regulation of Employment and
Conditions of Service) Act 1979, Contract labour (Regulation and Abolition) Act 1970,
Workmen’s Compensation Act 1923, Employees State Insurance Act as also the

SIGNATURE & SEAL OF TENDERER Page 54 of 59


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

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.

1. The Contractors hereby undertake to furnish a certificate with regard to the


number of labourers employed by them in Corporation/ in other organization
throughout the country to the location in charge of the Corporation where the
work is undertaking by the Contractors.

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

3. The Contractors hereby undertake to keep proper record of attendance of his


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

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

SIGNATURE & SEAL OF TENDERER Page 55 of 59


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

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:

Contractor’s Name and Signatures


Witness (1) _________________________________________
(Full address) _________________________________________
Witness (2) _________________________________________
(Full address) _________________________________________
___________________________________

SIGNATURE & SEAL OF TENDERER Page 56 of 59


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

Annexure - XI
(Self Adhesive non-judicial stamp of Rs. 10/- to be affixed)

DECLARATION

Subject: Contract/Work Order No. ______________________ dated _________

1. We shall

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

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

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

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

f. Personally and exclusively employ sufficient supervisory personnel exclusively to


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

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

SIGNATURE & SEAL OF TENDERER Page 57 of 59


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

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


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

i. Not do so suffer to be done in or about the premises of the Corporation any thing
whereby any policy of insurance taken out by the Corporation against loss or
damage by fire or otherwise may become void or voidable.

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

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

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

3. On the expiration of the contract or any earlier termination thereof, we shall


forthwith remove our employees who are on the Corporation’s premises or any part
thereof failing which, our employees, agents, servants etc. shall be deemed to be
trespassers and on their failure to leave the Corporation’s premises, the
Corporation shall be entitled to remove all persons concerned (if necessary by use

SIGNATURE & SEAL OF TENDERER Page 58 of 59


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

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

4. We hereby undertake and declare that, in the event the workmen/employees/


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

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

Contractor’s Signature or Authorized Attorney

To be witnessed by Notary.

SIGNATURE & SEAL OF TENDERER Page 59 of 59


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
6

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

Drg.No - 200 Job No.-


160 mm OD pipe
1800 All Dimensions Are In Millimetres
connected to drain
2000
Title :-
CANOPY FOOTING DETAILS
Name of RO:-
Pedestal- P1 BANASHANKARI - II
Client Signature:-
Client :-
10mm dia at Indian Oil Corporation Limited
Indian Oil
160mmc/c bw Banglore Divisional Office
Banglore

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

8 Nos M-25 Bolt


200

200
Hole for Rain Water
700

ISMB 250 6mm thick Plate of size 160 Ø


ISMB 250
260x50mm,@2m c/c welded to
Column 2Nos ISMC 300
200

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

Facia bottom line Facia bottom line


Column 2xISMC 300
3500 3500
SEC: @ Y-Y (IN DRG. BEAM LAYOUT)
Cleat ISMC 150,
150mm long.
16mm Ø bolt
Main Beam ISMB 350 Purlin ISMC 75
2No s S
ISMB 250 ISMB 250 ISMB 200
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

Main Beam ISMB 350 Bangalore


65

10 mm Thick plate Architect Signature &Seal


100
Sec: S-S
100
217 217 432 217 217
DETAIL OF RIDGE @ (B)
Architect
E
MAIN BEAM TO BEAM CONNECTION Prima Arch
Head Office
(Architect/CA-84 8733,
Cherthala -688524,Kerala State
Ph. 0478 2820159
E-mail : primaarch@gmail.com
10mm thk. top plate, size 700x84mm 700mm wide & 6mm thick MS flat
welded by 8mm thk. fillet welding Gutter holder @ 600mm c/c
D
6mm thk. plate, size 700x162mm 700
350 12nos.16mm
Ø bolts

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

ISA 150x150x10mm welded by


302
350

8mm thk.fillet welding to ISMB 350 12nos.


16mm Ø bolts
ISA 50x50x6mm
ISMB 350
6mm thk. plate,
Main Beam ISMB 350
SEC: A-A size 700x352mm
10mm thk. bottom plate, size 700x124mm
G welded by 8mm thk. fillet welding SEC: G-G
10mm thk. plate, welded
A 700mm wide & 6mm thick MS flat
by 8mm thk. fillet welding SPLICING JOINT DETAIL @ MAIN BEAM ISMB 350
Gutter holder @ 600mm c/c
ISA 50X50X6 At top
052 B MSI
ISMB 250 18 Gauge GI sheet for flashing
75

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

OFFICE Ceiling Point


Combined Switch and Socket-15A
GP
UP
Combined Switch and Socket-5A
TelephoneSocket oulet
FIRST FLOOR Revisons
Computer SNo. Rev.Date Remarks Sign Check
Scale - NTS Date - 06-08-13
5A point 15A point Telephone DC - Dealt -
sl no Description Tube light C F L Lamp Ceiling fan Checked- Drawn By-
in Nos in Nos point in Nos JG SR
Drg.No - 205 Job No.-
1 Sales room 2 1 1 1 1 1 All Dimensions Are In Millimetres
Title :-
2 Toilet 1 INTERNAL ELECTRICAL
Name of RO:-
3 Office 2 1 1 1 1 1
NEW RO AT BANASANKARI-II
4 Verandah 4 Client Signature:-
Client :-
5A point 15A point Ht.of switch board Indian Oil Corporation Limited
sl no Description Tube light C F L Lamp Ceiling fan Indian Oil
in Nos in Nos from FFL. BangaloreDivisional Office
Bangalore
1 SB1 2 1 4 1 1 0.9m
Architect Signature & Seal
2 SB2 2 0.9m
3 SB3 1 0.9m
4 SB4 6 1 1 0.9m
Architect:-
Prima Arch
Head office
Convent Road
Cherthala
Ph: 0478-2820159
E-mail primaarch@gmail.com
3200 Soffit of beam Soffit
3200 of beam Soffit of beam
Eq Eq Eq Eq
12mm thk. float glass 12mm thk. float glass
45x100x2.5 Powder 45x100x2.5 Powder
coated Alu. section coated Alu. section
12mm thk. float glass 12mm thk. float glass
100mm dia glazed handle
1200

90x45 powder 90x45 powder


coated Alu. sill section coated Alu. sill section
Ground floor -FG1 First floor -FG2 Revisons
SNo. Rev.Date Remarks Sign Check
2250
750
Scale - NTS Date - 06-08-13
DC - Dealt -
Checked- JG Drawn By- Aji
Drg.No - 206 Job No.-
Guide channel All Dimensions Are In Millimetres
2920

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

top Lvl. 200mm thk. WL IS-875(Part-3)-1987(Windload)


750

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

P C C 1:4:8 mix IS-456-2000


R.C.C slab 1:1.5:3,
100mm thick

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

FDL FDL FDL FDLFDL Weaathring coarse in cm 1:4 mix


300

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

Water supply line


2500
53

2486
Landscaping
5118

5084

Revisons
18

Remarks Sign Check


36

SNo. Rev.Date
2056
2519
20KLTANK
FOR MS
6151
6152

Scale - NTS Date - 26-07-13


DC - Dealt -
2056
Checked- JG Drawn By- Aji
FIRST FLOOR Drg.No - 104 Job No.-
8315 3000 8562
All Dimensions Are In Millimetres
Title :-
53
7500

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

650 650 a) In compression 50 Ø

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

Indian Oil Corporation Limited


150 mm c/c.(T)

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

Total estimate value: Rs. 5,674,251.40

___________________________________________________________________________________
Outline Level Quantity Unit Rate Amount
Item no.Service no.
Service Description
___________________________________________________________________________________
00010 New RO Banashankari-II

Plant: 4301 Bangalore DO


Account Assignments: F -Order
Order no.: 4811356
G/L Account: 5999999999
00010 ZSORC00200 480.000 M2 2.90 1,392.00
Clearing grass and removal of the
rubbish outside site premises
and at unobjectionable place
00020 ZSORC00701 270.000 M3 150.70 40,689.00
i) All kinds of Soil
00030 ZSORC00800 50.000 M3 12.70 635.00
Extra for excavation for every
additional lift of 1.5m or part
thereof in ALL KIND OF SOIL AND
ORDINARY ROCK
00040 ZSORC01800 80.000 M3 96.60 7,728.00
Filling available excavated earth
(excluding rock) in trenches,
plinth, sides of foundations etc.
in layers not exceeding 20cm in
depth, consolidation each deposited
layer by ramming and
watering, within premises and lift
upto 1.5m
00050 ZSORC01900 250.000 M3 396.80 99,200.00
Supply & filling imported
earth, in plot,trenches, plinth,
sides

___________________________________________________________________________________
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

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

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

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

i) Non Decorative finish


00270 ZSORC10300 15.000 M2 2,117.20 31,758.00
Supplying and fixing rolling
shutters of approved make, made of
required size M.S. laths
interlocked together through their
entire
length,jointed together at the end
by end locks mounted on specially
designed pipe shaft with brackets,
side guides and arrangements for
inside and outside locking with
push and pull operation complete
including the cost of providing and
fixing necessary 27.5cm long wire
as per IS 4454 Part-I & M.S. top
cover of required thickness for
rolling shutters:- 80x1.25mm MS
laths with1.25 mm thick top cover.
00280 ZSORC10600 1.000 M2 300.20 300.20
Extra for providing grilled rolling
shutters manufactured out of 8 mm
dia. M.S. bar instead of laths as
per design approved by Engineer-in-
charge.(area of grill to be
measured).
00290 ZSORC10701 700.000 KG 97.80 68,460.00
i) Hot finished welded type tubes.
00300 ZSORC11100 6.000 M2 322.00 1,932.00
40mm Thick Cement concrete flooring
1:2:4 (1 cement : 2 coarse sand:4
stone aggregate of 20mm nominal
size) finished with a floating
cement
coat of neat including cement
slurry, but excluding the cost of
nosing of steps etc. complete.
00310 ZSORC11600 10.000 M2 692.30 6,923.00
Chequerred precast cement concrete
tiles 22 mm thick in footpath &
courtyard jointed with neat cement
slurry mixed with pigment to match
the shade of tiles including
rubbing and cleaning etc. complete
on 20
mm thick bed of cement mortar 1:4
(1 cement: 4 coarse sand). TILES
OF DARK SHADE USING ORDINARY CEMENT
___________________________________________________________________________________
Page 4 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

00320 ZSORC12100 8.000 M2 832.60 6,660.80


Providing & fixing Ist quality
ceramic glazed wall tiles
conforming to
IS : 15622 (thickness as specified
by the manufacturer ) of approved
make in all colours,shades except
burgundy,bottle green,black of any
size as approved by
Engineer-in-Charge in
skirting,risers of steps and
dados over 12 mm thick bed of
cement Mortar 1:3 (1 cement : 3
coarse
sand) and jointing with grey cement
slurry @ 3.3kg per sqm including
pointing in white cement mixed
with pigment of matching shade.
00330 ZSORC12200 2.000 M2 879.80 1,759.60
Providing & laying rectified Glazed
Ceramic floor tiles 300x300 mm or
more (thickness to be specified by
the manufacturer) of 1st quality
conforming to IS : 15622 of
approved make in colours White,
Ivory,
Grey, Fume Red Brown, laid on 20mm
thick cement mortar 1:4 (1
Cement : 4 Coarse sand) including
grouting the joints with white
cement and matching pigments etc.,
complete.
00340 ZSORC12301 15.000 M2 1,537.60 23,064.00
i) Size of Tiles 60x60 Cm
00350 ZSORC12700 35.000 M 540.50 18,917.50
Providing ridges or hips of width
60cm over all width plain G.S.sheet
0.80mm thick with zinc coating not
less than 275gm/m², fixed with
polymer coated J. or L hooks, bolts
and nuts 8 mm dia. G.I. limpet
and bitumen washers complete.
00370 ZSORC13700 18.000 M 125.40 2,257.20
Providing gola 75x75 mm in
cement concrete 1:2:4 (1 cement :
2
coarse sand : 4 stone aggregate
10mm and down gauge) including
___________________________________________________________________________________
Page 5 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

finishing with cement mortar 1:3


(1 cement : 3 fine sand) as per
standard design by chasing 75x75mm
deep.
00380 ZSORC14501 30.000 M 143.80 4,314.00
i) 75 mm diameter
00390 ZSORC14502 30.000 M 238.10 7,143.00
ii) 110 mm diameter
00400 ZSORC14602 3.000 EA 149.50 448.50
ii) 110mm Coupler
00410 ZSORC14606 3.000 EA 347.30 1,041.90
vi) Single tee with door of
110x110x110 mm
00420 ZSORC14610 3.000 EA 180.60 541.80
x) 87.5° Bend of 110 mm
00430 ZSORC14702 3.000 EA 166.80 500.40
ii) 110 mm
00450 ZSORC15701 200.000 M2 142.60 28,520.00
i) 12 mm cement plaster of mix1:4(1
cement: 4 fine sand)
00460 ZSORC15705 200.000 M2 199.00 39,800.00
v) 20mm Cement plaster of mix1:4
(1 cement: 4 fine sand)
00470 ZSORC16102 40.000 M2 156.40 6,256.00
ii) 6 mm cement plaster 1:3 (1
cement: 3 fine sand) finished with
a floating coat of neat cement and
thick coat of Lime wash on top of
walls when dry for bearing of
R.C.C. slabs and beams.
00480 ZSORC17700 240.000 M2 29.90 7,176.00
Applying one coat of cement
primer of approved brand and
manufacture on wall surface :
00490 ZSORC18000 200.000 M2 78.20 15,640.00
Finishing walls with Acrylic Smooth
exterior paint of required
shade with Two or more coat applied
@ 1.67 ltr/10 sqm over & including
base coat of water proofing cement
paint applied @ 2.20kg/10 sqm.
00500 ZSORC18100 100.000 M2 90.90 9,090.00
Finishing walls with Deluxe Multi
surface paint system for
interiors &exteriors using Primer
as per manufacturers specifications
with two or more coats applied @
1.25 ltr/10 sqm. over and including
___________________________________________________________________________________
Page 6 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

one coat of Special primer applied


@ 0.75 ltr / 10sqm
00510 ZSORC19000 34.000 M2 67.90 2,308.60
Painting on G.S. sheet with
synthetic enamel paint of approved
brand & manufacture of required
colour to give an even shade, 2 or
more coats,including a coat of
approved steel primer but excluding
a
coat of mordant solution
00520 ZSORC20000 120.000 M2 90.90 10,908.00
Painting with synthetic enamel
paint of approved brand and
manufacture of required colour to
give an even shade with two or more
over an under coat of suitable
shade with ordinary paint of
approved
brand and manufacture.
00530 ZSORC21000 17.000 M3 652.10 11,085.70
Demolishing brick work
manually/mechanical means including
stacking
of serviceable material & disposal
of unserviceable material outside
site at unobjectionable place &
as/direction of Engineer-in-charge.
00540 ZSORC21100 40.000 M3 777.40 31,096.00
Demolishing stone masonry
manually/ by mechanical means
including stacking serviceable
material & disposal of unserviceable
material out of site at
unobjectionable place and as per
direction of
Engineer-in-charge:
00550 ZSORC23900 380.000 M2 222.00 84,360.00
Supply and laying of water bound
macadam of 100 mm consolidated
thickness for subbase with 90 to 45
mm stone aggregate,11.2mm size
screenings, chippings of stone and
murrum spreading, watering and
consolidating in camber with power
roller complete as/specifications.
00560 ZSORC24000 760.000 M2 187.50 142,500.00
Supply and laying of water bound
___________________________________________________________________________________
Page 7 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

macadam in layers, each of 75 mm


thick (consolidated) with 63 mm to
45 mm stone aggregate. Each layer
shall be consolidated by power
roller after watering, spreading
chippings of stone and murrum
complete as per specifications.
Item includes supply of murrum 6 mm
thick, watering and rolling with
power roller complete with
preparation of surface. Rate per
Layer
00580 ZSORC26900 1.000 EA 3,408.60 3,408.60
Providing and fixing water closet
squatting pan (Indian type W.C.pan)
with 100mm sand cast Iron P or S
trap, 10 litre low level white
P.V.C.flushing cistern with
manually controlled device (handle
lever)
conforming to IS : 7231, with all
fittings and fixtures complete
including cutting and making good
the walls and floors wherever
required -White Vitreous china
Orissa pattern W.C. pan of size
580x440mm with integral type foot
rests
00590 ZSORC27502 1.000 EA 1,680.20 1,680.20
ii) White Vitreous China Flat back
wash basin size 550x400
mm with single 15 mm C.P. brass
pillar tap.
00600 ZSORC32102 15.000 M 289.80 4,347.00
ii) B class 20 mm dia nominal bore
00610 ZSORC32201 60.000 M 163.30 9,798.00
i) B Class 15 mm dia. nominal bore
00620 ZSORC32202 30.000 M 185.20 5,556.00
ii) B class 20 mm dia. nominal bore
00630 ZSORC32203 40.000 M 240.40 9,616.00
iii) B class25 mm dia. nominal bore
00640 ZSORC32801 2.000 EA 296.70 593.40
i) 15 mm nominal bore
00650 ZSORC32802 2.000 EA 414.00 828.00
ii) 20 mm nominal bore
00660 ZSORC32803 1.000 EA 485.30 485.30
iii) 25 mm nominal bore
00670 ZSORC32903 1.000 EA 563.50 563.50
___________________________________________________________________________________
Page 8 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

iii) 32 mm nominal bore, horizontal


bore
00680 ZSORC34600 1,000.000 L 6.90 6,900.00
Providing and placing on terrace
(at all floor levels) polyethylene
water storage tank ISI : 12701
marked with cover and suitable
locking
arrangement and making necessary
holes for inlet, outlet and overflow
pipes but without fittings and the
base support for tank
00690 ZSORC34900 2.000 EA 495.70 991.40
Providing and fixing C.P. brass
long body bib cock of approved
quality conforming to IS standards
and weighing not less than 690
gms., - 15 mm nominal bore
00700 ZSORC35100 3.000 EA 516.40 1,549.20
Providing and fixing C.P. brass
angle valve for basin mixer and
geyser points of approved quality
conforming to IS:8931 a) 15 mm
nominal bore, - 15mm nominal bore
00710 ZSORC35601 2.000 EA 49.50 99.00
i) Circular type,100 mm nominal dia.
00720 ZSORC37202 60.000 M 293.30 17,598.00
ii) 150 mm dia. R.C.C. pipe
00730 ZSORC37204 45.000 M 486.50 21,892.50
iv) 300 mm dia. R.C.C. pipe
00740 ZSORC38201 5.000 EA 1,362.80 6,814.00
i) 455x610 mm rectangular C.I.
cover (light duty) the weight
of the cover to be not less than 23
kg.
00750 ZSORC39200 1.000 EA 16,472.60 16,472.60
Making soak pit 2.5 m diameter 3.0
metre deep with 45 x 45 cm dry
brick honey comb shaft with bricks
of class designation 75 and S.W.
drain pipe 100 mm diameter, 1.8 m
long complete as per standard
design.with common burnt clay
bricks of class designation 75
00760 ZSORC40501 120.000 KG 446.20 53,544.00
i) Fixed Glazing with Powder coated
aluminium (minimum thickness
of powder coating 50 micron)
___________________________________________________________________________________
Page 9 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

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

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

fixing top & bottom pivot & spring


type fixing arrangement and making
necessary holes etc. for fixing
required door fittings, all complete
as per direction of
Engineer-in-charge (Door handle,
lock and
stopper etc. to be paid separately).
00860 ZSORC44502 40.000 EA 94.30 3,772.00
ii) 16mm dia x 400mm long with 75
mm dia x 5 mm thick plate
00870 ZSORC44505 28.000 EA 510.60 14,296.80
v) 25mm dia x 1000mm long with 100
mm dia x 8 mm thick plate
00880 ZSORC44601 90.000 M 412.90 37,161.00
i) Up to 300mm dia in all type of
soil up to 90m depth below ground
00890 ZSORC44607 60.000 M 481.90 28,914.00
vii) Up to 300mm dia in all type of
soil 90m to 150m depth
00900 ZSORC45302 20.000 M 1,488.10 29,762.00
ii) 150 mm nominal size dia having
minimum wall thickness 5.00mm
00910 ZSORC46100 8.000 EA 1,370.80 10,966.40
Supply of Fire buckets (9 litre
capacity) painted white inside and
red outside with letters 'fire' in
black
00920 ZSORC46200 2.000 EA 3,128.00 6,256.00
Supplying Fire bucket stand- 4
buckets hanging arrangement
00930 ZSORM00303 2.000 LS 343,293.40 686,586.80
Installation of 20 KL Tank in brick
masonry pit with RCC strip under
driveway including RCC top
slab as per standard Drg. ENG/317 .
Man hole cover plates and frame to
be paid seprately .
00980 ZSORM01402 6.000 EA 851.00 5,106.00
S/W Slipon flanges of 80 mm
diaconforming to IS2062 GrA, ANSI
B16.5
,Class 150 as per specifications
and standard Drg.enclosed herein
00990 ZSORM01403 28.000 EA 585.40 16,391.20
S/W Slipon flanges of 50 mm
dia.conforming to IS2062 GrA, ANSI
B16.5
___________________________________________________________________________________
Page 11 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

,Class 150 as per specifications


and standard Drg.enclosed herein
01000 ZSORM01404 12.000 EA 391.00 4,692.00
S/W Slipon flanges of 40 mm
dia.conforming to IS2062 GrA, ANSI
B16.5
,Class 150 as per specifications
and standard Drg.enclosed herein
01010 ZSORM02402 2.000 EA 7,514.10 15,028.20
S/I Cast Steel class 150 Flanged
Ball Valve of 50 mm dia with nuts
,bolts, gaskets etc as per
specifications.
01020 ZSORM03603 2.000 EA 296.70 593.40
Supply ans installation of U type
CS bend on vent pipe of 40 mm dia
01030 ZSORM04301 2.000 EA 7,189.80 14,379.60
2 product - 4 nozzle MPPs/MPDs
01040 ZSORM04403 1.000 EA 106,260.00 106,260.00
S/I of Horizontal air compressor
Assembly of 5 HP (160-220 LITRES)
including civil works
01050 ZSORM04500 2.000 EA 49,013.00 98,026.00
Supply & installation of Digital
tyre inflator which is
microprocessor
based, automatic air pressure
controller with solenoid controlled
nozzle for automatic fill and
release functions. Complete with
weather proof cabinet, 3 digit LCD
displays with backlight
illuminations i.e. one for actual
tyre pressure and another for set
pressure. Air filter, remote
controller, cables, PVC hose pipe
and
working pressure upto 10bar(
Excluding civil work for
foundation,etc.)
01060 ZSORM04903 2.000 LS 7,536.00 15,072.00
Transportation of15/20 KL Tank with
fittings : 0 - 30 Km
01070 ZSORM04904 30.000 KM 47.20 1,416.00
Transportation of15/20 KL Tank with
fittings:Add extra for each addtnl.
Km above 30km
01080 ZSORM04909 2.000 LS 3,988.20 7,976.40
___________________________________________________________________________________
Page 12 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Transportation ofMPD pumps (Each) :


0 - 30 Km
01090 ZSORM04910 20.000 KM 11.50 230.00
Transportation ofMPD pumps (Each) :
Add extra for every additional Km
above 30 km
01100 ZSORE00103 400.000 M 188.60 75,440.00
Supply and Laying 3 Core x 1.5 sq.
mm. (copper)Armoured cable as per
specifications and direction of
Engineer in charge
01110 ZSORE00104 350.000 M 271.40 94,990.00
Supply and Laying 3 Core x 2.5 sq.
mm Copper Cable FRLS as per
specifications and direction of
Engineer in charge.
01120 ZSORE00112 30.000 M 217.40 6,522.00
Supply and Laying 4 Core x 6 sq. mm
Aluminium Cable FRLS as per
specifications and direction of
Engineer in charge.
01130 ZSORE00117 50.000 M 419.80 20,990.00
Supply and Laying 3.5 Core x 35 sq.
mm Aluminium Cable FRLS as per
specifications and direction of
Engineer in charge.
01140 ZSORE00301 200.000 M 192.10 38,420.00
Supply and laying of 3core, 2.5
sq.mm copper Flat Cable for
submersible
pump as per specifications and
direction of Engineer In-charge.
01150 ZSORE00406 24.000 EA 246.10 5,906.40
S/P Cable termination for 3 Core x
1.5 sq. mm. including double
compression Non-FLP Glands.
01160 ZSORE00407 24.000 EA 246.10 5,906.40
S/P Cable termination for 3 Core x
2.5 sq. mm. including double
compression Non-FLP Glands.
01170 ZSORE00417 3.000 EA 441.60 1,324.80
S/P Cable termination for 3.5 Core
x 35 sq. mm. including double
compression Non-FLP Glands.
01180 ZSORE00506 4.000 EA 320.90 1,283.60
P/F Cable termination for 3 Core x
1.5 sq. mm. with FLP double
compression glands, lugs etc. as
___________________________________________________________________________________
Page 13 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

per specifications and direction of


Engineer in Charge.
01190 ZSORE00507 4.000 EA 320.90 1,283.60
P/F Cable termination for 3 Core x
2.5 sq. mm with FLP double
compression glands, lugs etc. as
per specifications and direction of
Engineer in Charge.
01200 ZSORE00900 40.000 M 439.30 17,572.00
Providing and laying class-B 50mm
dia GI pipe for cable routing
under flooring/ EB post leading
including sealing both ends with
jute
and Bituman
01210 ZSORE01402 5.000 EA 7,684.30 38,421.50
Providing earthing with 80 mm
dia,3.0 M long GI (Heavy duty)
perforated pipe as per IS:3043
(with latest amendment) including
providing suitable earth bus for
interconnection, providing a mixture
of salt & charcoal, making
earth pit chamber with chequered
plate
cover as per standard Drwng. etc.
all complete as per specif.
& direction of
Engineer-In-charge.
01220 ZSORE01501 110.000 M 307.10 33,781.00
Supply & Laying Earthing 50 x
10mm G.I. Strip as per
specifications and direction of
Engineer in Charge
01230 ZSORE01502 70.000 M 125.40 8,778.00
Supply & Laying Earthing 32 x
6 mm G.I.strip as per specifications
and direction of Engineer in Charge
01240 ZSORE01507 25.000 M 15.00 375.00
Supply & Laying Earthing 10
S.W.G. G.I. Wire (bare) as per
specifications and direction of
Engineer in Charge
01250 ZSORE01510 10.000 M 86.30 863.00
Supply & Laying Earthing 8
S.W.G. Cu. Wire as per
specifications
and direction of Engineer in Charge
___________________________________________________________________________________
Page 14 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

01260 ZSORE02401 2.000 M2 782.00 1,564.00


12mm thick Rubber floor mat
suitable for working on
equipment upto 33 KV working
voltage of size 2mtr x 1mtr near
switchboards, etc as per direction
of Engineer In charge
01270 ZSORE02402 2.000 M2 3,834.10 7,668.20
6 mm thick chequered plate on cable
trench inside switch room,
DG room, earthing pit including
cutting, painting, lifting hooks,
etc
01280 ZSORE02403 1.000 EA 167.90 167.90
Supply and fixing of shock
treatment chart in English, Hindi &
local
language framed in glass framework.
01290 ZSORE02404 1.000 EA 802.70 802.70
11 KV grade hand gloves, ISI mark
01300 ZSORE02502 1.000 EA 96,319.40 96,319.40
Supply, installation, testing and
commissioning of cubicle type
power and motor control centre with
six nos of LED type (RYB)
indicating lamps, 3 Nos.of
ammeters,1No. of voltmeter with
selector
switch, 3 Nos. of 100/5A CTs,
control fuses, control wiring etc.
and
to be fabricated out of 16 SWG MS
sheet undergone 7 tank process
and painted with anticorrosive
primer and two coats of enamel paint
& having following specific
components complete as per
enclosed standard drawings:
125A FP SFCOS with 100A HRC fuse as
incomer-1 No
125A TPN busbar chamber with
Aluminium bus.
63A TPN SDFU with 50A HRC fuse as
outgoings -3 Nos
63A 100mA RCBO (MCB+ELCB) - 2 Nos.
63A 300mA RCBO (MCB+ELCB) - 1 No.
6-32A SP MCB - 24 Nos.
10A DP MCB - 9 Nos.
___________________________________________________________________________________
Page 15 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

25A TP MCB - 3 Nos.


Dummy plates - 3 Nos.
01310 ZSORE02701 1.000 EA 11,374.70 11,374.70
Supply, fabrication &
erection of out door duty EB meter
board
with
provision for energy meter (energy
meter will be supplied by EB )
including 3nos of 100A HRC fuse
unit and fuse base,neutral link,
Bakelite connectors, inter
connections etc as required in
hensel box
size 3 box 300X450X170 mm with
hinge as per drawings,
specifications and
direction of Engineer in charge
01320 ZSORE02802 18.000 EA 625.60 11,260.80
Wiring for light point/ fan point/
exhaust fan point/ call bell point
with 1.5 sq.mm FR PVC insulated
copper conductor single core
cable in surface / recessed medium
class PVC conduit, with
MODULAR SWITCH, MODULAR PLATE ,
suitable GI box and earthing the
point with 1.5 sq.mm. FR PVC
insulated copper conductor single
core cable etc as required.
01330 ZSORE02803 2.000 EA 947.60 1,895.20
Wiring for light/ power plug with
2X4 sq. mm FR PVC insulated
copper conductor single core cable
in surface/ recessed medium
class PVC conduit along with 1 No 4
sq. mm FR PVC insulated
copper conductor single core cable
for loop earthing as required.
with modular switch, modular plate,
suitable GI box
01340 ZSORE02901 40.000 M 18.40 736.00
Supplying and drawing following 2
pair 0.5 sq mm FR PVC
insulated annealed copper
conductor, unarmored telephone
cable in the existing surface/
recessed steel/ PVC conduit as
___________________________________________________________________________________
Page 16 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

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

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

Canopy/other lighting with 3X36W


CFL lamp,
control gears etc. of WIPRO : WIP
43 336 SGW 3 X 36 W CFL
01440 ZSORE07301 2.000 EA 1,408.80 2,817.60
BULKHEAD/WELLGLASS LUMINAIRES
Supply & fixing of bulkhead type
Luminaries PHILIPS Cat. No. :
NXC 101/ WIPRO cat no. WKP 14109
including supply & fixing of
1x9W PLS lamp, etc. all complete
as per specification and direction
of Engineer In-charge.
01450 ZSORE07503 2.000 EA 2,122.90 4,245.80
S/I of 1200 mm sweep Ceiling fan of
approved make.
01460 ZSORE07603 1.000 EA 1,796.30 1,796.30
S/I of 12" dia heavy duty exhaust
fan of GEC or equivalent make.
01470 ZSORE08901 2.000 EA 1,253.50 2,507.00
S/I of 12 Volt, 7 AH Charged LA
battery of approved make with stand
01480 ZSORE09103 2.000 EA 6,542.40 13,084.80
S/I Single phase aircooled 500VA
CVT
01490 ZSORE09303 1.000 EA 39,364.50 39,364.50
S/I 3 phase Aircooled Servo
Stabiliser of 10 KVA
01500 ZSORE09304 1.000 EA 55,992.40 55,992.40
S/I 3 phase Aircooled Servo
Stabiliser of 20 KVA
01510 ZSORE09803 1.000 EA 29,775.80 29,775.80
S/I of 33 LPM 236m head Submersible
water pump with starter panel board,
non return valve, gate valve etc.
01520 ZSORC037XX
Supply of Reinforcement for R.C.C.
including straightening, cutting,
bending, placing in position &
binding all complete at all levels
01530 ZSORC03702 5,000.000 KG 70.00 350,000.00
ii)Thermo Mechanically Treated Bars
Fe- 500 grade,Conforming to IS1786
01540 ZSORC10100 5,600.000 KG 78.00 436,800.00
Structural steel work
riveted,bolted or welded in built
up sections,
trusses & framed work, including
___________________________________________________________________________________
Page 18 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

cutting, hoisting, fixing in


position
and applying a priming coat of
approved steel primer all complete:
01550 ZSORC131XX
Providing & fixing Klippon
Galvalume steel profile sheets
(size,
shape and pitch of corrugation as
approved by Engineer-in-charge)
of bare metal thickness 0.50mm as
per ASTM A446 having yield stress
of 275mpa, surface shall have hot
dip metallic coating of aluminium
Zinc alloy comprising of 55%
aluminium,43.5% zinc & 1.5% silicon,
with 5-7 micron epoxy primer and
polyester top coat of 15-18 micron
on both sides,total coated
thickness(TCT) of 0.58mm.Sheet
shall have
protective guard film of 25
microns minimum to avoid scratches
while transportation & should be
supplied in single length up to 6m
or as desired by Engineer-in-charge.
01560 ZSORC13101 70.000 M2 965.00 67,550.00
i) Profiled Sheet for roofing
01570 ZSORC15600 70.000 M2 737.20 51,604.00
Providing and fixing 150F/200F
flush panel,(pre-coated steel)
False Ceiling made of cold rolled
steel sheet conforming to IS 513,
having minimum yield stress of
240mpa & minimum tensile stress of
300mpa.Base metal thickness 0.45mm
for ceiling panels and 0.55mm
for carriers. The sheet shall be
hot dip metallic coated with Zinc
coating ( galvanising) as per IS
277, coating mass of 120gsm on both
sides, over which organic coating
with Modified polyester paint on a
continuous coil coating line. Top
side of ceiling panels and carrier
shall have 15 micron modified
polyester paint over 5 micron epoxy
primer and Bottom side with Alkyd
___________________________________________________________________________________
Page 19 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

back coat over 5 micron primer


Total coated thickness for Panels
to be 0.50mm and for carriers
0.60mm. The ceiling panels shall be
clipped in to carriers, suspended
from steel/trusses /other members
with the help of suspension angle
of 25x25x0.5mm by means of rigid
suspension system meant for
exterior. Longitudinal joints of
two panels shall be but jointed with
special type of panel splice to be
fixed from inner side.Carrier
shall be jointed with carrier
splices maintaining a module of
150mm
01580 ZSORC26000 450.000 M2 863.00 388,350.00
Providing & laying 80mm thick
factory made Pre-cast cement
concrete
interlocking paver block of M 40
grade made by block making machine
with strong vibratory compaction
& of approved size and design/
shape
shade and manufacturers and as per
IOCL's specifications. The paver
block will have peripheral
chamfer,with average crushing
strength more
as per IS 15658 maximum water
absorption
of 2% after 10 minutes and 5% after
24 hrs., maximum
dimensional deviations of +/- 2mm
on length & width and +/- 3mm
on
on thickness. The job includes
supplying & laying a layer of
50mm
thick clean course sand on
thoroughly compacted sub-base below
the
paver blocks, cutting the paver
blocks wherever required with
hydraulic splitter, filling in the
joints at the edges of paver blocks
with sand,compacting with machine
___________________________________________________________________________________
Page 20 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

vibrator to required line and level,


etc. complete.(Payment for
provision of edge restraints shall
be made
separately) ; with Grey or any
colour 80mm thick paver blocks
01590 ZSORM008XX
Supply, fabrication, laying and
testing of MS black, welded, heavy
class
pipes conforming to IS 1239 and as
per IOCL specifications including
pipeline fittings like bends, tee
etc as required and as directed for
Underground pipeline with doping
with pipeline fittings like bends,
tee
etc
01600 ZSORM00802 15.000 M 947.00 14,205.00
S/L Welded U/G HD MS Pipes of 80mm
dia with fittings,doping as per
specifications and direction of
Engineer in charge
01610 ZSORM00803 50.000 M 663.00 33,150.00
S/L Welded U/G HD MS Pipes of 50mm
dia with fittings,doping as per
specifications and direction of
Engineer in charge
01620 ZSORM00804 24.000 M 522.00 12,528.00
S/L Welded U/G HD MS Pipes of 40mm
dia with fittings,doping as per
specifications and direction of
Engineer in charge
01630 ZSORM009XX
Supply, fabrication, laying and
testing of MS, BLACK, ERW, Welded
pipes,
heavy class conforming to IS 1239,
PART I as per IOCL Specifications
including pipeline fittings like
bends, tee etc as required and as
directed for Above Ground pipeline
including painintg with 2 coats of
red oxide zinc phosphate primer and
2 coats of Synthetic enamel /
aluminium finish paint as per IOCL
specifications
01640 ZSORM00904 15.000 M 344.00 5,160.00
___________________________________________________________________________________
Page 21 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

S/L Threaded A/G HD MS Pipes of 40


mm dia with fittings,Painting as per
specifications and direction of
Engineer in charge
01650 ZSORE055XX
OCTAGONAL POLES
Supply & Fixing of Octagonal Poles
of following type (Civil job shall
be paid separatly) :
01660 ZSORE05501 3.000 EA 14,281.00 42,843.00
S/E of 7 Meter high galvanised
Octagonal pole with top 70mm (A/F),
bottom 130mm (A/F) made p of 3 mm
thick plate having a base plate of
size 220 x 220 x 12 with single arm
1500mm long bracket arm made up of
48 O.D. pipe with EN 8 grade
galvanised foundation bolts and
anchor
plate on suitable concrete
foundation as per standard drawings
enclosed
herein(Civil and Electrical works
shall be paid separately)
01670 ZSORC47307 50.000 M 141.00 7,050.00
vii) 40mm dia HDPE pipe for
borewell upto a depth of 65m
01680 ZSORC47801 4.000 KG 7,450.00 29,800.00
i)600x600mm Ductile manhole square
,Heavy Duty Cover with
frame (hinged), minimum weight 90
kg.
01690 ZSORC47802 4.000 KG 19,889.00 79,556.00
ii)900x900mm Ductile manhole square
Heavy Duty Cover with
frame (hinged), minimum weight 195
kg.
01700 ZSORC47900 10.000 M 759.00 7,590.00
Providing and fixing 700mm wide
rain water gutter fabricated out of
1200mm wide Roll of 18 Gauge
Aluminium sheets including MS clamp
supports, fittings, fasteners etc.
complete as per drawing .
(NO joints shall be provided in the
gutter and the same has to be
fabricated from a continuous roll
of Aluminium sheet)
___________________________________________________________________________________
Page 22 of 23
Works Purchase Requisition: 2046208 File Ref. No.: LT-024
Date: 13.09.2013

Outline Level Quantity Unit Rate Amount


Item no.Service no.
Service Description
___________________________________________________________________________________

01710 ZSORM06600 2.000 EA 6,532.00 13,064.00


Providing alteration to Manhole
Covers for Fixing Submersible
Turbine
Including Fixing of 100mm diax 150
to 200mm long C class threaded
Barrel Nipple , 100mm dia x 100 mm
long coupler , 2 nos 100mm
dia Class 150 threaded MS flange,
3mm thick packing sheet, nuts and
bolts, 3mm thick permanite oil
packing gasket to mahole cover,
cutting
of the manhole cover for fixing
nipples etc. at workshop including
transportation etc.
01720 ZSORM06700 2.000 EA 835.00 1,670.00
Installation of Corporation
supplied Standard Submersible
Turbine Pump
on the existing Manhole Cover as
per drawing and direction of
Engineer
in Charge
___________________________________________________________________________________
ESTIMATE VALUE FOR ITEM 10 ( New RO Banashankari-II ): 5,674,251.40
(Rs.FIFTY-SIX LAC SEVENTY-FOUR THOUSAND TWO HUNDRED FIFTY-ONE & PAISE FORTY)

___________________________________________________________________________________
TOTAL ESTIMATE VALUE: Rs. 5,674,251.40
( Rs.FIFTY-SIX LAC SEVENTY-FOUR THOUSAND TWO HUNDRED FIFTY-ONE & PAISE
FORTY )

Initiator Finance Approved


00044342

___________________________________________________________________________________
Page 23 of 23

Potrebbero piacerti anche