Ratio analysis of financial statements of Hindustan Petroleum and Bharat petroleum.
HINDUSTAN PETROLEUM CORPORATION...
-
Upload
truongkiet -
Category
Documents
-
view
263 -
download
10
Transcript of HINDUSTAN PETROLEUM CORPORATION...
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 1 of 349 Tenderer’s signature with seal
Bid Document
for
Design, Engineering, Supply,
Erection, Testing & Commissioning
of
Terminal Automation System
for MDPL Jaipur Terminal
Tender No.HPC-001/MDPL/BPJ/01
HINDUSTAN PETROLEUM CORPORATION LIMITED
(A Government of India Enterprise)
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 2 of 349 Tenderer’s signature with seal
TABLE OF CONTENTS
I. Section 1 - Notice Inviting Tender
II. Section 2 - Instructions to Bidders
III. Section 3 - Declaration Form
IV. Section 4 - General Terms and Conditions of Works Contract
V. Section 5 - Special Conditions of Contract
VI. Section 6 - Proformas / Annexures
A. Bid Security Form
B. Contract Performance Bank Guarantee
C. Letter of Authority for attending Pre-Bid Meeting, Unpriced and Priced Bid
Opening
D. Loading Criteria
VII. Section 7 - Health , Safety and Welfare Plan During Construction
VIII. Section 8 - Technical Specifications
IX. Section 9 – Un-Priced Schedule Formats
X. Section 10 - Completion Schedule
XI. Section 11 – Priced Schedule Formats
XII. Proposal Forms
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 3 of 349 Tenderer’s signature with seal
SECTION – 1
NOTICE INVITING
TENDER
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 4 of 349 Tenderer’s signature with seal
HINDUSTAN PETROLEUM CORPORATION LIMITED
(A Government of India Enterprise) MARKETING DIVISION
8, Shoorji Vallabhdas Marg, Ballard Estate, Mumbai- 400 001, India
Phone: 022 22612149 / 22637451 , Fax: 022 22613576
NOTICE INVITING TENDER JOB :Terminal Automation System (TAS) at MDPL Jaipur
Electronic digitally signed & sealed (encrypted) tenders are invited under two bid system
from eligible Indian Bidders as per details given below for following tenders –
A. Tender for TAS at Jaipur :Tender No.HPC-001/MDPL/BPJ/01
A.1 On-line confirmation for Bid
participation by bidder
From 22.12.2007 (1300 hours) to
21.01.2008 (1730 Hours)
A.2 Tender Due Date Upto 24.01.2008 (1500 Hours IST)
A.3 Online Unpriced Bid opening from 1530 Hours on 24.01.2008.
A.4 Tender document fee Rs. 5000/- (Non - refundable)
A.5 EMD Rs. 9,80,000/-
Bids are to be submitted online only. Bids received in any other form shall not be
accepted for both the tenders.
For viewing details including EMD, BID QUALIFICATION CRITERIA, LOCATIONS
etc. please visit our web site www.hindustanpetroleum.com and go to tender section by
clicking the link “tenders”. For on-line bidding, please visit website
http://eproc.hpcl.co.in, click the link “Vendor Instruction Manual” and follow the
procedure given therein.
HPCL reserves the right to extend price/purchase preference as per prevailing guidelines
of Government of India.
Ch. Manager Procurement (P & P)
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 5 of 349 Tenderer’s signature with seal
1.0 BRIEF SCOPE OF WORK:
Terminal Automation System ( TAS ) designing and engineering for complete
Tank Truck loading control, Plant Control and Tank Farm Management ( TFM ).
Supply of complete hardware and software development for Terminal Automation
System including factory testing, packaging, shipping, custom clearance,
insurance, installation, commissioning, site testing, trial run and stabilisation of the
complete system. The complete requirements shall be executed on turnkey basis
with single point responsibility.
BID QUALIFICATION CRITERIA:
2.1 Bidders shall have experience in executing turnkey automation jobs including
software development, supply, installation, testing & commissioning of equipment
/ material in hydrocarbon sector. Bidders, during the last 7(seven) years (The
period of seven years shall be reckoned from 30.11.2007) should have executed
and successfully completed either of the following:-
A. Three jobs each not less than Rs. 2.0 crores
Or
B. Two jobs each not less than Rs. 2.5 crores
Or
C. One job not less than Rs. 4 crores
2.2 Annual Turnover: shall meet the minimum prescribed pre-qualification
requirement as follows:
As per the audited balance sheet and Profit and Loss account the average annual
financial turnover during the last three financial years (2004-2005,2005-2006,
2006-2007) should be at least Rs 10 crores.
2.3 Net worth as per the latest (2006-07) audited balance sheet and Profit & Loss
account shall be positive.
2.4 Bidder shall furnish documentary evidence i.e. copies of work orders/ relevant
pages of contract, completion certificate from their clients, annual reports
containing audited balance sheets and profit & loss accounts statement, in the first
instance itself, in support of their fulfilling the qualification criteria. HPCL reserve
the right to complete the evaluation based on the details furnished without seeking
any additional information.
3.0 Parties who are affiliates of one another can decide which Affiliate will make a
bid. Only one affiliate may submit a bid. Two or more affiliates are not permitted
to make separate bids directly or indirectly. If 2 or more affiliates submit a bid,
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 6 of 349 Tenderer’s signature with seal
then any one or all of them are liable for disqualification. However upto 3 affiliates
may make a joint bid as a consortium, and in which case the conditions applicable
to a consortium shall apply to them. “Affiliate” of a Party shall mean any company
or legal entity which:
(a) controls either directly or indirectly a Party, or
(b) which is controlled directly or indirectly by a Party; or
(c) is directly or indirectly controlled by a company, legal entity or
partnership which directly or indirectly controls a Party. “Control” means actual
control or ownership of at least a 50% voting or other controlling interest that
gives the power to direct, or cause the direction of, the management and material
business decisions of the controlled entity.
4. Bids may be submitted by:
a) a single person/ entity (called sole bidder);
b) a newly formed incorporated joint venture (JV) which has not completed 3
financial years from the date of commencement of business;
c) a consortium (including an unincorporated JV) having a maximum of 3 (three)
members;
d) an Indian arm of a foreign company.
5. Fulfillment of Eligibility criteria and certain additional conditions in respect of
each of the above 4 types of bidders is stated below, respectively:
a) The sole bidder (including an incorporated JV which has completed 3 financial
years after date of commencement of business) shall fulfil each eligibility
criteria.
b) In case the bidder is a newly formed and incorporated joint venture and which
has not completed three financial years from the date of commencement of
business, then either the said JV shall fulfil each eligibility criteria or any one
constituent member/ promoter of such a JV shall fulfil each eligibility criteria.
If the bid is received with the proposal that one constituent member/ promoter
fulfils each eligibility criteria, then this member/promoter shall be clearly
identified and he/it shall assume all obligations under the contract and provide
such comfort letter/guarantees as may be required by Owner. The guarantees
shall cover inter alia the commitment of the member/ promoter to complete the
entire work in all respects and in a timely fashion, being bound by all the
obligations under the contract, an undertaking to provide all necessary
technical and financial support to the JV to ensure completion of the contract
when awarded, an undertaking not to withdraw from the JV till completion of
the work, etc.
c) In case the bidder(s) is/are a consortium (including an unincorporated JV), then
the following conditions shall apply:
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 7 of 349 Tenderer’s signature with seal
1) Each member in a consortium may only be a legal entity and not an
individual person;
2) the Bid shall specifically identify and describe each member of the
consortium;
3) the consortium member descriptions shall indicate what type of legal
entity the member is and its jurisdiction of incorporation (or of
establishment as a legal entity other than as a corporation) and provide
evidence by a copy of the articles of incorporation (or equivalent
documents);
4) One participant member of the consortium shall be identified as the
“Prime member” and contracting entity for the consortium;
5) this prime member shall be solely responsible for all aspects of the Bid/
Proposal including the execution of all tasks and performance of all
consortium obligations;
6) the prime member shall fulfil each eligibility criteria;
7) a commitment shall be given from each of the consortium members in the
form of a letter signed by a duly authorized officer clearly identifying the
role of the member in the Bid and the member’s commitment to perform
all relevant tasks and obligations in support of the Prime/lead member of
the Consortium and a commitment not to withdraw from the consortium;
8) No change shall be permitted in the number, nature or share holding
pattern of the Consortium members after pre-qualification, without the
prior written permission of the Owner.
9) No change in project plans, timetables or pricing will be permitted as a
consequence of any withdrawal or failure to perform by a consortium
member;
10) No consortium member shall hold less than 25% stake in a consortium;
11) Entities which are affiliates of one another are allowed to bid either as a
sole bidder or as a consortium only;
12) Any person or entity can bid either singly or as a member of only one
consortium.
d) In case the bidder is an Indian arm (subsidiary, authorized agent, branch office
or affiliate) of a foreign bidder, then the foreign bidder shall have to fulfill each
eligibility criteria. If such foreign company desires that the contract be entered
into with the Indian arm, then a proper back to back continuing (parent
company) guarantee shall be provided by the foreign company clearly stating
that in case of any failure of any supply or performance of the equipment,
machinery, material or plant or completion of the work in all respects and as
per the warranties/ guarantees that may have been given, then the foreign
company shall assume all obligations under the contract. Towards this purpose,
it shall provide such comfort letter/guarantees as may be required by Owner.
The guarantees shall cover inter alia the commitment of the foreign company
to complete the entire work in all respects and in a timely fashion, being bound
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 8 of 349 Tenderer’s signature with seal
by all the obligations under the contract, an undertaking to provide all
necessary technical and financial support to the Indian arm or to render the
same themselves so as to ensure completion of the contract when awarded, an
undertaking not to withdraw from the contract till completion of the work, etc.
GENERAL INFORMATION
i) EMD shall be accepted in the form of demand draft or Bank Guarantee on any
nationalised or scheduled bank (other than cooperative bank). Amount of EMD is
indicated above. In case EMD is submitted in form of Bank Guarantee, it should
be made on non-judicial stamp paper of appropriate value (denomination) and
should be valid for four months from due date / extended due date of the tender.
Cheque / FDR or EMD in any other form shall be treated as offer without EMD
and shall not be acceptable. Public sector undertaking (Declaration required) and
Units registered with NSIC (Copy of valid registration upto specified volumes) are
exempted from submission of EMD.
EMD (original instrument) should be kept in separate envelope (superscribed with
tender number, job & due date) and should be deposited by tender due date / time
mentioned above, in the tender box provided in the office of Chief Manager -
Procurement (P&P) at Hindustan Bhawan, 8, Shoorji Vallabhdas Marg, Mumbai
400 001. While submitting the bid on-line, bidders would be required to upload
the scanned copy of EMD instrument (DD / pay order / banker’s cheque or bank
guarantee) OR EMD exemption document ( self declaration in case of Public
sector undertaking OR copy of valid registration certificate in case of units
registered with NSIC) at the place provided for the same. Public sector undertaking
and Units registered with NSIC may also send the hard copy of EMD exemption
document by post to Chief Manager - Procurement (P&P) at the address mentioned
above. HPCL shall not be responsible for any postal delays or non-receipt of EMD
by tender due date / time, reasons whatsoever.
Offer received without requisite amount of EMD as above shall be rejected.
ii) The bidders would be required to pay tender document cost of Rs 5000/- (non-
transferable) by crossed demand draft/ pay order/ banker’s cheque in favour of
Hindustan Petroleum Corporation Ltd., payable at Mumbai issued by any
Nationalised / Scheduled bank (other than cooperative bank). Units registered
with NSIC (Valid certificate copy required) are exempted from payment of tender
document cost. The crossed demand draft/ pay order/ banker’s cheque should be
kept in EMD envelope (superscribed with tender number, job & due date) and
should be deposited by tender due date / time mentioned above, in the tender box
provided in the office of Chief Manager - Procurement (P&P) at Hindustan
Bhawan, 8, Shoorji Vallabhdas Marg, Mumbai 400 001. While submitting the bid
on-line, bidders would be required to upload the scanned copy of crossed demand
draft/ pay order/ banker’s cheque towards tender document cost OR exemption
document ( copy of valid registration certificate in case of units registered with
NSIC) at the place provided for the same. Units registered with NSIC may also
send the hard copy of exemption document by post to Chief Manager -
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 9 of 349 Tenderer’s signature with seal
Procurement (P&P) at the address mentioned above. HPCL shall not be
responsible for any postal delays or non-receipt of tender document cost by tender
due date / time, reasons whatsoever.
(iii) Bidder can view the tender Document at HPCL website
http://www.hindustanpetroleum.com however bidders are not allowed to quote on
the basis of such downloaded document from website and such offers shall not be
considered.
(iv) Bid document is non-transferable.
(v) For submitting the bid on-line it would be mandatory for bidders to obtain digital
certificate (which will enable data encryption as well as digital signing). For
information regarding digital certificate, bidders may visit http://www.cca.gov.in.
For submitting the bid online, bidders are advised to follow the step by step
procedure given under the link “Vendor Instruction Manual” at website
http://eproc.hpcl.co.in . In case bidders are unable to access the site
http://eproc.hpcl.co.in they may contact at 2263 7481, 7468 or 7452 at Mumbai on
all working days during office hours.
The on-line bidding would comprise broadly following steps –
• Enrollment by vendor at http://eproc.hpcl.co.in (can be done without digital
certificate) by clicking the link “Supplier Registration”.
• The system generated challenge phrase will be sent to vendor at e-mail
address provided by him during enrollment.
• The vendor would be required to login at http://eproc.hpcl.co.in with this
challenge phrase along with his user id & password. The vendor has to
complete 2 page registration form.
• As soon as vendor fills two page registration form, he should put a request
letter on letterhead (giving tender number) to HPCL for approving his
enrollment. The request may be sent through fax at 022 22613576. No
request for enrollment approval shall be considered within 72 hours of
tender due date / time.
• After enrollment, vendor would be required to login and register his digital
certificate ( to be obtained by vendor) at website.
• After registering digital certificate vendor can participate in the public
tender.
The vendors who are already enrolled at website : http://eproc.hpcl.co.in need
not to enroll again and vendors who have already got valid digital certificate
(enabling data encryption as well as digital signing) are not required to procure
another digital certificate.
(vi) HPCL will not be responsible for the cost incurred in preparation and submission
of bids including the cost of digital certificate, regardless of the conduct of
outcome of the biding process.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 10 of 349 Tenderer’s signature with seal
(vii) Completion period : 6 months from date of LOI.
(viii) HPCL shall not be responsible for any expenses incurred by bidders in connection
with the preparation & submission of their bids, site visit and other expenses
incurred during bidding process.
(ix) Fax/e-mail bids shall not be accepted.
(x) HPCL reserves the right to accept or reject any one or all the tenders without
assigning any reason.
Hindustan Petroleum Corporation Ltd ( HPCL ) has developed the " Grievance
Redressal Mechanism" to deal with references / grievances if any that are received from
parties who participated/ intends to participate in the Corporation Tenders. The details
of the same are available on this website.
Completed Tenders in all respect should be submitted on-line at website
http://eproc.hpcl.co.in by the tender due date/ time. Unpriced (Technical) bids shall be
opened on-line and participating bidders can view / witness the same on-line by logging
in at website http://eproc.hpcl.co.in. Bidders would not be allowed to submit their bid
after stipulated tender due date and time. For details, please refer “INSTRUCTION TO
BIDDERS”.
HPCL will follow the purchase preference and price preference policy as per prevalent
guidelines of Govt. of India.
Chief Manager - Procurement Projects & Pipelines
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 11 of 349 Tenderer’s signature with seal
SECTION - 2
INSTRUCTION TO
BIDDERS
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 12 of 349 Tenderer’s signature with seal
PART A (INSTRUCTION TO BIDDERS)
1) This is only a Tender Enquiry and not an order.
2) The tender should be submitted online at website http://eproc.hpcl.co.in only, by
the due date and time, as specified in the tender. Late / delayed tenders submitted
on line after the due date and time, for whatsoever reasons will not be considered.
The Server Date & Time as appearing on the HPCL website
(http://eproc.hpcl.co.in) shall only be considered for the cut-off date and time for
receipt of tenders. Offers sent through post, telegram, fax, telex, e-mail, courier
will not be considered.
3) Partially completed / incomplete tenders shall not be considered.
4) All communication regarding the tender including queries, if any, and submission
of offers shall be done online within the e-Procurement system at website
http://eproc.hpcl.co.in
5) Two Bid System
Bidders are required to submit offer in Two parts, namely “Unpriced” & “Priced”.
6) Validity
Quoted prices shall be valid for a period of 120 days from the due date / extended
due date for the placement of order.
7) Bidders shall be required to arrange all resources, including Digital IDs and
Internet Connections at their own cost, for participating in online tenders at HPCL
e-Procurement site.
8) HPCL shall not be responsible for any delays reasons whatsoever in receiving as
well as submitting offers, including connectivity issues. HPCL shall not be
responsible for any postal or other delays in submitting EMD / tender cost
wherever applicable.
9) Request for extension of tender submission due date, if any, received from bidders
within 48 hours of tender submission due date / time, shall not be considered.
10) Tender opening (unpriced bid as well as priced bid) will be done online at the time
and dates specified in the tender. Vendors who have responded to the tender are
requested to login at the specified date and time at HPCL e-procurement website
(http://eproc.hpcl.co.in) for witnessing the tender opening (unpriced bid as well as
priced bid in case of technically accepted vendors).
11) HPCL reserves the right to accept any tender in whole or in part or reject any or all
tenders without assigning any reason. HPCL reserves right to accept any or more
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 13 of 349 Tenderer’s signature with seal
tenders in part. Decision of HPCL in this regard shall be final and binding on the
bidder.
12) HPCL shall follow Purchase Preference / Price Preference as per prevailing
guidelines of Government of India.
13) Grievance Redressal Mechanism :
Hindustan Petroleum Corporation Limited (HPCL) has developed a “Grievance
Redressal Mechanism” to deal with references / grievances if any that are received
from parties who participated / intend to participate in the Corporation Tenders.
The details of the same are available on our website
www.hindustanpetroleum.com.
PART B (INSTRUCTION TO BIDDERS)
1.0 INTRODUCTION
M/s Hindustan Petroleum Corporation Limited (HPCL), invites sealed bids under
two bid system from Bidders for the Design, Engineering, Supply, Erection,
Testing and Commissioning and System Stabilisation of the Instrumentation and
Automation requirements for Terminal Automation System for Mundra –Delhi
Pipeline Terminal located at Jaipur (Rajasthan State) in India.
1.1 SCOPE OF WORK
Terminal Automation System ( TAS ) designing and engineering for complete
Tank Truck loading control, Plant Control and Tank Farm Management ( TFM ).
Supply of complete hardware and software development for Terminal Automation
System including factory testing, packaging, shipping, custom clearance,
insurance, installation, commissioning, site testing, trial run and stabilisation of the
complete system. The complete requirements shall be executed on turnkey basis
with single point responsibility. The prospective bidders are requested to
thoroughly read and comprehend the various sections of this tender document and
visit the sites before quoting for the tender.
2.0 SITE VISIT
2.1 The bidder is advised to visit and examine the site of works at all locations and
their surrounding and obtain for himself on his own responsibility all information
that may be necessary for preparing of the bid and entering into the contract. The
cost of visiting the sites shall be at bidder’s own expenses. No extra claim on
account of non-familiarity of site conditions shall be entertained during execution
of works.
2.2 The bidder and any of his personnel or agents will be granted permission by the
Owner to enter upon his premises and lands for the purpose of such inspection, but
only upon the explicit condition that the bidder, his personnel or agents will release
and indemnify the Owner and his personnel and agents from and against all
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 14 of 349 Tenderer’s signature with seal
liability in respect thereof and will be responsible for personnel injury (whether
fatal or otherwise), loss of or damage and expenses incurred as a result hereof.
3.0 INFORMATION REQUIRED WITH BIDS
The following details are required to be submitted in one original + 01 (One)
copies along with offer:
a) Checklist/Commercial Questionnaire duly filled in as per Form PF-1.
b) Following documents required as per form PF-2:
i) PAN Number with scanned documentary proof.
ii) Power of Attorney in the name of person who has signed the bid.
c) Details of similar works done during past seven years with name & postal
address of clients as per Form PF-6. Similar works for this purpose implies
Terminal Automation job comprising of tank truck Loading, Plant Control
and Tank Farm Management system including supply of hardware and
software in any hydrocarbon sector.
d) Site organization proposed to be deployed at the terminal sites separately
for execution of the work with bio-data of site-in-charge & key personnel
as per form PR-3/3A.
f) List of Equipment, Tools and Tackles proposed to be deployed as per Form
PF-7.
g) List of Exception & Deviation, if any, as per Form PF-4. In case of no
deviation the bidder shall furnish Form PF-4 duly signed & stamped.
h) Confirmation of Compliance to Bid Requirement as per PF-5.
i) Quality Assurance / Quality Control Plan.
j) Work completion Schedule in the form of Bar chart separately site wise.
k) Schedule of Rates, duly signed & stamped keeping rates & amount blank.
l) Technical details / documents as specified elsewhere in bidding document
– particulars & catalogues of various bought out items mentioned in this
Tender document or proposed to be used by the prospective bidders.
m) Any other document sought any where in the tender document but not
expressly listed herein.
n) Copies of EPF Registration and ESIC Registration.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 15 of 349 Tenderer’s signature with seal
4.0 SUBMISSION AND OPENING OF BID
4.1 This is only a Price Enquiry (Invitation to Offer) and not an Order.
4.2 The bidder shall take utmost care of the following:
The Bid shall be submitted in two parts namely, UNPRICED and PRICED Part,
respectively.
4.3 Earnest Money Deposit in a sealed envelope (sealed envelope-3) as specified in
NIT.
4.4 Technical and Unpriced Part of the Offer will be opened by HPCL as per the due
date and time mentioned in the NIT (Notice Inviting Tender) in the on -line
presence of Bidders. The Priced part of the Offer of technically qualified bidders
will be subsequently opened on-line as per date specified in the tender/ advised
subsequently.
4.5 Cost of bidding
The bidder shall bear all costs associated with the preparation and submission of
the bid, and Hindustan Petroleum Corporation Limited (HPCL), will in no case, be
responsible or liable for these costs, regardless of the conduct or outcome of the
bidding process.
4.6 The clarifications sought / queries received from bidders / vendors / parties within
last seven days of bid due date shall not be entertained by HPCL.
5.0 VALIDITY OF EMD
5.1 Earnest Money Deposit shall be in the form of Original Bank Guarantee for the
amount given in the NIT and drawn on any Nationalized / Scheduled bank (Other
than Co-Operative Bank). Proforma of BG for EMD is given in this tender
document. Cheque/ FDR/EMD in any other form will be treated as Offer without
EMD. No adjustment shall be made with EMD submitted earlier with other tenders
of HPCL or any outstanding amount with HPCL. Earnest Money Deposit
furnished by the Bidder (in the form of BG) shall be valid for a period of 04
(FOUR) MONTHS from the date of submission of PART-I i.e. TECHNO-
COMMERCIAL PART of the bid.
6.0 VALIDITY OF OFFER
6.1 Bid submitted by Bidder shall remain valid for a minimum period of 04 (four)
MONTHS from the date of submission of Bids. Bidders shall not be entitled
during the said period of six months, without the consent in writing of the Owner,
to revoke or cancel their Bid or to vary the Bid given or any term thereof. In case
of Bidders revoking or canceling their Bid or varying any of the terms in regard
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 16 of 349 Tenderer’s signature with seal
thereof without the consents of Owner in writing, Owner shall reject such Offers
and forfeit Earnest Money paid by them along with their offers.
6.2 Bidders are advised to refrain from contacting by any means HPCL and/or their
employees / representatives on their own, on matters related to Bids under
consideration. HPCL, if necessary, will obtain clarification on the Bid by
requesting for such information/clarifications from any or all Bidders, either in
writing or through personnel contact. Bidders will not be permitted to change the
substance of Bids after opening of Bids.
6.3 Notwithstanding sub-clauses 7.1 and 7.2 above, HPCL may solicit the bidder’s
consent to an extension of the period of validity of offer. The request and the
response there to shall be made in writing. If the bidders agree to the extension
request, the validity of Bank Guarantee towards Earnest money shall also be
suitably extended. Bidders may refuse the request without forfeiting his EMD.
However, bidders agreeing to the request for extension of validity of offer will
neither be permitted to revise the price nor to modify the offer.
7.0 BID CLARIFICATIONS/AMENDMENTS BY HPCL
7.1 HPCL may issue clarifications/amendments in the form of addendum/corrigendum
during the bidding period and may also issue amendments subsequent to receiving
the bids. For the addendum/corrigendum issued during the bidding period, bidders
shall confirm the inclusion of addendum/corrigendum in their bid. Bidder shall
follow the instructions issued along with addendum/corrigendum.
7.2 Bidders shall examine the Bidding Document thoroughly and submit to HPCL any
apparent conflict, discrepancy or error. HPCL shall issue appropriate clarifications
or amendments, if required. Any failure by Bidder to comply with the aforesaid
shall not excuse the Bidder from performing the Services in accordance with the
contract if subsequently awarded.
8.0 CONFIDENTIALITY OF DOCUMENTS
Bidder shall treat the Bidding Document and contents therein as private and
confidential and shall not use the Bidding Document for any other purposes.
9.0 APPLICABLE LANGUAGE
The bid prepared by the bidder, all correspondences and documents related to this
bid shall be written in English language only. For document submitted in any other
language, an English translation shall also be submitted, in which case, for the
purpose of interpretation of the bid, the English translation shall govern.
10.0 CAUTION AND DISCLAIMER
Transfer of Bid document by the bidder is not permitted.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 17 of 349 Tenderer’s signature with seal
Bidder shall make his own interpretation of any and all information provided in the
Bidding Document. HPCL shall not be responsible for the accuracy or
completeness of such information and/or interpretation.
Although certain information’s are provided in the Bidding Document, however,
bidder shall be responsible for obtaining and verifying all necessary data and
information as required by him.
HPCL reserves the right to accept or reject any/all tender in whole or in part
without assigning any reason whatsoever.
HPCL shall not be bound to accept the lowest tender and reserves the right to
accept any or more tenders in part. Decision of HPCL in this regard shall be final.
11.0 EVALUATION OF UNPRICED BIDS
The bids shall be evaluated on the basis of the following criteria:
11.1 RECEIPT OF BID
Bids received late i.e. after due date and time, due to any reason (s) whatsoever
shall be rejected.
11.2 DEVIATIONS TO TENDER REQUIREMENTS
11.2.1 The bidders are required to submit offers strictly as per the terms and
conditions/specifications given in the Bidding Document and not to
stipulate any deviations. The offer of bidders stipulating deviations to any
of the following terms/conditions of the Bidding Document shall not be
considered for price opening.
i) Security Deposit [Clause No. 4 (b) of GCC]
ii) Defect Liability period (Clause No. 5.n of GCC)
iii) Suspension & Termination (Clause No.5e & 12 of GCC)
iv) Liquidated Damages (Clause No. 10 of GCC)
v) Force Majeure (Clause No. 13 of GCC)
vi) Scope of work & Scope of Supply
vii) Schedule of Rates
viii) Validity of offer
ix) Retention Money (Clause No. 7.c of GCC)
x) Arbitration (Clause No 14 of GCC)
xi) Deviation in payment terms
11.2.2 In case Bidders wish to stipulate any deviation to Bidding Document
requirements other than those stated above, they shall indicate the same as
per the proforma enclosed in the Bidding Document. Bidder shall note that
clarification/queries/deviations mentioned elsewhere in the offer shall not
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 18 of 349 Tenderer’s signature with seal
be given any cognizance. However HPCL reserves their right to reject bids
containing deviations to any of the Bidding Document stipulations.
11.3 UNSOLICITED POST BID MODIFICATION
Bidders are advised to quote strictly as per terms and conditions of the Bidding
Document and not to stipulate any deviation / exceptions. Once, quoted the bidders
shall not make any subsequent price changes, whether resulting or arising out of
any technical / commercial clarifications sought/allowed on any deviations or
exceptions mentioned in the bid unless discussed and agreed by HPCL in writing.
11.4 DETERMINATION OF RESPONSIVENESS
i) Prior to the financial evaluation of bids, the HPCL will determine whether
each bid is substantially responsive to the requirements of the Bidding
Document.
ii) For the purpose of this Clause, a substantially responsive bid is one which
conforms to all the terms and conditions and specifications of the Bidding
Document without material deviation or reservation. A material deviation
or reservation is one which affects in any substantial way the scope,
quality, or performance of the works or which limits in any substantial
way, inconsistent with the Bidding Document, the HPCL’s rights or
Bidder’s obligation under the Contract and retention of which deviation or
reservation would affect unfairly the competitive position of other bidders
presenting substantially responsive bids.
iii) If a bid is not substantially responsive to the requirements of the Bidding
Document, it may be rejected by the HPCL. Such rejection may be
intimated to the Bidder.
12.0 EVALUATION OF PRICE BIDS
12.1 The “PRICE BIDS” of only substantially responsive bidders and techno –
commercially accepted shall be considered for opening.
12.2 Bidders shall quote the prices in Indian Rupees only.
12.3 The quoted prices shall be checked to determine the arithmetical correctness of the
same. (Ref. clause no. 3.19 of GTC)
12.4 HPCL reserves their right to extend purchase/price preference to NSIC/Public
Sector Enterprises as admissible under the existing policies of Government of
India as on the date of opening unpriced bids.
12.5 HPCL reserves their right to negotiate the quoted prices with lowest bidder.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 19 of 349 Tenderer’s signature with seal
12.6 HPCL reserves the right to delete any of the items in the Schedule of Rates at the
time of placement of Fax of Intent/Purchase Order. The decision of HPCL shall be
final and binding.
12.7 The Contractor shall quote for all the items of the Schedule of Rates. It may be
noted that if any item is left unquoted, then such a quotation will be loaded with
the highest quoted rate for that particular item for evaluation purpose.
12.8 The bids shall be evaluated on a consolidated basis for both Part-A and Part-B and
will not be split further on the basis of the two parts.
12.9 Bids will be evaluated taking into account the charges toward the AMC for 5
years but will not be part of purchase order. However HPCL reserves the
right to award the AMC contract subsequently at the end of the warranty
period as per the rates quoted which will have to be valid till end of the five
years starting from completion of 24 months warranty period .
13.0 REBATE
No suo-moto reduction in prices quoted by bidder shall be permitted after opening
of the bid. If any bidder unilaterally reduces the prices quoted by him in his bid
after opening of bids, the bid (s) of such bidder(s) will be liable to be rejected.
Such reduction shall not be considered for comparison of prices but shall be
binding on the bidder in case he happens to be a successful bidder for award of
work.
14.0 PURCHASE ORDER (PO)
14.1 Purchase Order shall be prepared for award of works. Successful bidder shall be
intimated regarding award of works through Fax/Letter of Intent. Until the final
PO is prepared and executed, this Bidding Document together with the annexed
documents, modification, deletions agreed upon by the HPCL and Bidder’s
acceptance thereof shall constitute a binding contract between the successful
bidder and the HPCL based on terms contained in the aforesaid documents and the
finally submitted and accepted prices.
14.2 The Purchase Order shall consist of the following:
a) Original Bidding Document along with its enclosures issued.
b) Addendum/Corrigendum to Bidding Document issued, if any.
c) Fax/Letter of Intent.
d) The detailed Letter of Award/Acceptance along with Statement of Agreed
Variations (if any) and enclosures attached therewith.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 20 of 349 Tenderer’s signature with seal
14.3 The statement of agreed variations shall be prepared based on the finally retained
deviations, if any, by the Bidder and accepted by HPCL. All other correspondences
between HPCL and the Bidder prior to issue of Fax/Letter of Intent shall be treated
as Null & Void. Any deviations or stipulations made and accepted by HPCL after
award of the job shall be treated as amendments to the contract document as above.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 21 of 349 Tenderer’s signature with seal
SECTION - 3
DECLARATION
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 22 of 349 Tenderer’s signature with seal
DECLARATION
(to be submitted along with unpriced bid)
M/s________________________________________hereby declare/clarify that we have
not been banned or delisted by any Government or quasi Government agencies or Public
Sector Undertakings.
Stamp & Signature of the Bidder
NOTE: If a bidder has been banned by any Government or Quasi Government agencies
or PSU’s, this fact must be clearly stated with details. If this declaration is not given along
with the unpriced bid, the tender will be rejected as non-responsive.
CONTACT PARTICULARS
NAME OF PERSON
TEL NO. OFFICE
TEL NO. RES.
MOBILE NO.
E-MAIL ID
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 23 of 349 Tenderer’s signature with seal
SECTION - 4
GENERAL TERMS &
CONDITIONS
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 24 of 349 Tenderer’s signature with seal
GENERAL TERMS & CONDITIONS OF WORKS CONTRACT
1 PRELIMINARY
1.1 This is a Contract for execution of __________________ work at
_______________________. (please fill up the blanks)
1.2 The tenderer for the abovementioned item of work is
____________________________. (please give the name and address of the
tenderer)
1.3 The terms and conditions mentioned hereunder are the terms and conditions of the
Contract for the execution of the work mentioned under item 1.1 above.
1.4 It is the clear understanding between Hindustan Petroleum Corporation Limited
and the tenderer ______________________________________ that (name and
address of the tenderer) in case the tender of
______________________________________________________________ is
(name and address of the tenderer) accepted by Hindustan Petroleum Corporation
Limited and an intimation to that effect is so issued and also a Purchase Order is
placed with (name and address of the tenderer) this document will be termed as a
Contract between the parties and terms and conditions hereunder would govern the
parties interest.
1.5 Interpretation of Contract Documents: All documents forming part of the Contract
are to be taken mutually explanatory. Should there be any discrepancy,
inconsistency, error or omission in the contract, the decision of the
Owner/Engineer-in-Charge/Site-in-Charge shall be the final and the contractor
shall abide by the decision. The decision shall not be arbitrable. Works shown
upon the drawings but not mentioned in the specification or described in the
specifications without being shown on the drawings shall nevertheless be deemed
to be included in the same manner as if they are shown in the drawings and
described in the specifications.
1.6 Special conditions of Contract : The special conditions of contract, if any provided
and whenever and wherever referred to shall be read in conjunction with General
Terms and Conditions of contract, specifications, drawings, and any other
documents forming part of this contract wherever the context so requires.
Notwithstanding the subdivision of the documents into separate sections, parts
volumes, every section, part or volume shall be deemed to be supplementary or
complementary to each other and shall be read in whole. In case of any
misunderstanding arising the same shall be referred to decision of the Owner/
Engineer-in-Charge/Site-in-Charge and their decision shall be final and binding
and the decision shall not be arbitrable.
It is the clear understanding that wherever it is mentioned that the Contractor shall
do/perform a work and/or provide facilities for the performance of the work, the
doing or the performance or the providing of the facilities is at the cost and
expenses of the work not liable to be paid or reimbursed by the Owner.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 25 of 349 Tenderer’s signature with seal
2. DEFINITIONS
In this contract unless otherwise specifically provided or defined and unless a
contrary intention appears from the contract the following words and expressions
are used in the following meanings;
2.1 The term "Agreement" wherever appearing in this document shall be read as
"Contract".
2.2 The "Authority" for the purpose of this Contract shall be the Chairman and
Managing Director or any other person so appointed or authorised.
2.3 The "Chairman and Managing Director" shall mean the Chairman and Managing
Director of HINDUSTAN PETROLEUM CORPORATION LIMITED or any
person so appointed, nominated or designated and holding the office of Chairman
& Managing Director.
2.4 The "Change Order" means an order given in writing by the Engineer-in-Charge or
by Owner to effect additions to or deletion from or alterations into the Work.
2.5 The "Construction Equipment" means all appliances and equipment of whatsoever
nature for the use in or for the execution, completion, operation or maintenance of
the work except those intended to form part of the Permanent Work.
2.6 The "Contract" between the Owner and the Contractor shall mean and include all
documents like enquiry, tender submitted by the contractor and the purchase order
issued by the owner and other documents connected with the issue of the purchase
order and orders, instruction, drawings, change orders, directions issued by the
Owner/Engineer-in-Charge/Site-in-Charge for the execution, completion and
commissioning of the works and the period of contract mentioned in the Contract
including such periods of time extensions as may be granted by the owner at the
request of the contractor and such period of time for which the work is continued
by the contractor for purposes of completion of the work.
2.7 "The Contractor" means the person or the persons, firm or Company whose tender
has been accepted by the Owner and includes the Contractor's legal heirs,
representative, successor(s) and permitted assignees.
2.8 The "Drawings" shall include maps, plans and tracings or prints thereof with any
modifications approved in writing by the Engineer-in-Charge and such other
drawings as may, from time to time, be furnished or approved in writing by the
Engineer-in-Charge.
2.9 The "Engineer-in-Charge or Site-in-Charge" shall mean the person appointed or
designated as such by the Owner and shall include those who are expressly
authorised by the owner to act for and on its behalf.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 26 of 349 Tenderer’s signature with seal
2.10 "The Owner" means the HINDUSTAN PETROLEUM CORPORATION
LIMITED incorporated in India having its Registered office at PETROLEUM
HOUSE, 17, JAMSHEDJI TATA ROAD, BOMBAY -400020 and Marketing
office at ____________________________________________ or their successors
or assignees.
2.11 The "Permanent Work" means and includes works which form a part of the work
to be handed over to the Owner by the Contractor on completion of the contract.
2.12 The "Project Manager" shall mean the Project Manager of HINDUSTAN
PETROLEUM CORPORATION LIMITED, or any person so appointed,
nominated or designated.
2.13 The "Site" means the land on which the work is to be executed or carried out and
such other place(s) for purpose of performing the Contract.
2.14 The "Specifications" shall mean the various technical and other specifications
attached and referred to in the tender documents. It shall also include the latest
editions, including all addenda/corrigenda or relevant Indian Standard
Specifications and Bureau of Indian Standards.
2.15 The "Sub-Contractor" means any person or firm or Company (other than the
Contractor) to whom any part of the work has been entrusted by the Contractor
with the prior written consent of the Owner/Engineer-in-Charge/Site-in- Charge
and their legal heirs, representatives, successors and permitted assignees of such
person, firm or Company.
2.16 The "Temporary Work" means and includes all such works which are a part of the
contract for execution of the permanent work but does not form part of the
permanent work confirming to practices, procedures applicable rules and
regulations relevant in that behalf.
2.17 The "Tender" means the document submitted by a person or authority for carrying
out the work and the Tenderer means a person or authority who submits the tender
offering to carry out the work as per the terms and conditions.
2.18 The "Work" shall mean the works to be executed in accordance with the Contract
or part thereof as the case may be and shall include extra, additional, altered or
substituted works as maybe required for the purposes of completion of the work
contemplated under the Contract.
3. SUBMISSION OF TENDER
3.1 Before submitting the Tender, the Tenderer shall at their own cost and expenses
visit the site, examine and satisfy as to the nature of the existing roads, means of
communications, the character of the soil, state of land and of the excavations, the
correct dimensions of the work facilities for procuring various construction and
other material and their availability, and shall obtain information on all matters and
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 27 of 349 Tenderer’s signature with seal
conditions as they may feel necessary for the execution of the works as intended
by the Owners and shall also satisfy of the availability of suitable water for
construction of civil works and for drinking purpose and power required for
fabrication work etc. Tenderer, whose tender may be accepted and with whom the
Contract is entered into shall not be eligible and be able to make any claim on any
of the said counts in what so ever manner for what so ever reasons at any point of
time and such a claim shall not be raised as a dispute and shall not be arbitrable.
A pre-bid meeting may be held as per the schedule mentioned in the tender.
3.2 The Tenderer shall be deemed to have satisfied fully before tendering as to the
correctness and sufficiency of his tender for the works and of the rates and prices
quoted in the schedule of quantities which rates and prices shall except as
otherwise provided cover all his obligations under the contract.
3.3 It must be clearly understood that the whole of the conditions and specifications
are intended to be strictly enforced and that no work will be considered as extra
work and allowed and paid for unless they are clearly outside the scope, spirit,
meaning of the Contract and intent of the Owner and have been so ordered in
writing by Owner and/or Engineer-in-Charge/Site-in-Charge, whose decision shall
be final and binding.
3.4 Before filling the Tender the Contractor will check and satisfy all drawings and
materials to be procured and the schedule of quantities by obtaining clarification
from the Owner on all the items as may be desired by the Tenderer. No claim for
any alleged loss or compensation will be entertained on this account, after
submission of Tender by the Tenderer/Contractor and such a claim shall not be
arbitrable.
3.5 Unless specifically provided for in the tender documents or any Special
Conditions, no escalation in the Tender rates or prices quoted will be permitted
throughout the period of contract or the period of actual completion of the job
whichever is later on account of any variation in prices of materials or cost of
labour or due to any other reasons. Claims on account of escalation shall not be
arbitrable.
3.6 The quantities indicated in the Tender are approximate. The approved schedule of
rates of the contract will be applicable for variations upto plus or minus 25% of the
contract value. No revision of schedule of rates will be permitted for such
variations in the contract value, including variations of individual quantities,
addition of new items, alterations, additions/deletions or substitutions of items, as
mentioned above. Quantities etc. mentioned and accepted in the joint measurement
sheets shall alone be final and binding on the parties.
3.7 Owner reserve their right to award the contract to any tenderer and their decision
in this regard shall be final. They also reserve their right to reject any or all tenders
received. No disputes could be raised by any tenderer(s) whose tender has been
rejected.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 28 of 349 Tenderer’s signature with seal
3.8 The Rates quoted by the Tenderer shall include Costs and expenses on all counts
viz. cost of materials, transportation of machine(s), tools, equipments, labour,
power, Administration charges, price escalations, profits, etc. etc. except to the
extent of the cost of material(s), if any, agreed to be supplied by Owner and
mentioned specifically in that regard in condition of Contract, in which case, the
cost of such material if taken for preparation of the Contractor's Bill(s) shall be
deducted before making payment of the Bill(s) of the Contractor. The description
given in the schedule of quantities shall unless otherwise stated be held to include
wastage on materials, carriage and cartage, carrying in and return of empties,
hoisting, setting, fitting and fixing in position and all other expenses necessary in
and for the full and complete execution and completion of works and in
accordance with good practice and recognised principles in that regard.
3.9 Employees of the State and Central Govt. and employees of the Public Sector
Undertakings, including retired employees are covered under their respective
service conditions/rules in regard to their submitting the tender. All such persons
should ensure compliance to the respective/applicable conditions, rules etc. etc.
Any person not complying with those rules etc. but submitting the tender in
violation of such rules, after being so noticed shall be liable for the forfeiture of the
Earnest Money Deposit made with the tender, termination of Contract and
sufferance on account of forfeiture of Security Deposit and sufferance of damages
arising as a result of termination of Contract.
3.10 In consideration for having a chance to be considered for entering into a contract
with the Owner, the Tenderer agrees that the Tender submitted by him shall remain
valid for the period prescribed in the tender conditions, from the date of opening of
the tender. The Tenderer shall not be entitled during the said validity period, to
revoke or cancel the tender without the consent in writing from the Owner.
In case the tenderer revokes or cancels the tender or varies any of terms of the
tender without the Consent of the Owner, in writing, the Tenderer forfeits the right
to the refund of the Earnest Money paid along with the tender.
3.11 The prices quoted by the Tenderer shall be firm during the validity period of the
bid and Tenderer agrees to keep the bid alive and valid during the said period. The
Tenderers shall particularly take note of this factor before submitting their
tender(s).
3.12 The works shall be carried out strictly as per approved specifications. Deviations,
if any, shall have to be authorised by the Engineer-in-Charge/Site-in-Charge in
writing prior to implementing deviations. The price benefit, if any, arising out of
the accepted deviation shall be passed on to the Owner. The decision of Engineer-
in-Charge shall be final in this matter.
3.13 The contractor shall make all arrangements at his own cost to transport the
required materials outside and inside the working places and leaving the premises
in a neat and tidy condition after completion of the job to the satisfaction of
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 29 of 349 Tenderer’s signature with seal
Owner. All materials except those agreed to be supplied by the Owner shall be
supplied by the contractor at his own cost and the rates quoted by the Contractor
should be inclusive of all royalties, rents, taxes, duties, octroi, statutory levies, if
any, etc. etc.
3.14 The Contractor shall not carry on any work other than the work under this Contract
within the Owners premises without prior permission in writing from the Engineer-
in-Charge/Site-in-charge.
3.15 The Contractor shall be bound to follow and ensure compliance to all the safety
and security regulations and other statutory rules applicable to the area. In the
event of any damage or loss or sufference caused due to non-observance of such
rules and regulations, the contractor shall be solely responsible for the same and
shall keep the Owner indemnified against all such losses and claims arising from
the same.
3.16 At any time after acceptance of tender, the Owner reserves the right to add, amend
or delete any work item, the bill of quantities at a later date or reduce the scope of
work in the overall interest of the work by prior discussion and intimation to the
Contractor. The decision of Owner, with reasons recorded therefor, shall be final
and binding on both the Owner and the Contractor. The Contractor shall not have
right to claim compensation or damage etc. in that regard. The Owner reserves the
right to split the work under this contract between two or more contractors without
assigning any reasons.
3.17 Contractor shall not be entitled to sublet, sub contract or assign, the work under
this Contract without the prior consent of the Owner obtained in writing.
3.18 All signatures in tender document shall be dated as well as all the pages of all
sections of the tender documents shall be initialled at the lower position and
signed, wherever required in the tender papers by the Tenderer or by a person
holding Power of Attorney authorising him to sign on behalf of the tenderer before
submission of tender.
3.19 The tender should be quoted in English, both in figures as well as in words. The
rates and amounts tendered by the Tenderer in the Schedule of rates for each item
and in such a way that insertion is not possible. The total tendered amount should
also be indicated both in figures and words with the signature of tenderer.
If some discrepancies are found between the rates given in words and figures of
the amount shown in the tender, the following procedure shall be applied:
(a) When there is a difference between the rates in figures and words, the rate which
corresponds to the amount worked out by the tenderer shall be taken as correct.
(b) When the rate quoted by the tenderer in figures and words tallies but the amount is
incorrect, the rate quoted by the tenderer shall be taken as correct.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 30 of 349 Tenderer’s signature with seal
(c) When it is not possible to ascertain the correct rate in the manner prescribed above
the rate as quoted in words shall be adopted.
3.20 All corrections and alterations in the entries of tender paper will be signed in full
by the tenderer with date. No erasures or over writings are permissible.
3.21 Transfer of tender document by one intending tenderer to the another one is not
permissible. The tenderer on whose name the tender has been sent only can quote.
3.22 The Tender submitted by a tenderer if found to be incomplete in any or all manner
is liable to be rejected. The decision of the Owner in this regard is final and
binding. In case of any error/discrepancy in the amount written in words and
figures, the lower amount between the two shall prevail.
4. DEPOSITS
a) EARNEST MONEY DEPOSIT (EMD)
The tenderer will be required to pay a sum as specified in the covering letter, as
earnest money deposit alongwith the tender either thru a crossed demand draft or a
non-revokable Bank Guarantee in favour of Hindustan Petroleum Corporation
Limited, from any Scheduled Bank (other than a Co-Operative Bank) payable at
Mumbai in favour of Hindustan Petroleum Corporation Limited, Mumbai in the
proforma enclosed. The earnest money deposit will be refunded after finalisation
of the contract.
Note: Public sector enterprises and small scale units registered with National Small
Scale Industries are exempted from payment of Earnest Money Deposit. Small
scale units registered with National Small Scale Industries should enclose a
photocopy of their registration certificate with their quotation to make their
quotation eligible for consideration. The Registration Certificate should remain
valid during the period of the contract that may be entered into with such
successful bidder. Such tenderers should ensure validity of the Registration
Certificate for the purpose.
b) SECURITY DEPOSIT:
The tenderer, with whom the contract is decided to be entered into and intimation
is so given will have to make a security deposit of one percent (1%) of the total
contract value in the form of account payee crossed demand draft drawn in favour
of the Owner, within 15 days from the date of intimation of acceptance of their
tender, failing which the Owner reserves the right to cancel the Contract and forfeit
the EMD.
1% of PO/Contract value as Security deposit will be acceptable in the form of
Demand draft upto Rs. 50,000/- and in the form of Demand draft / Bank guarantee
beyond Rs. 50,000/-.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 31 of 349 Tenderer’s signature with seal
Composite PBG for 10% of PO value towards Security Deposit and Performance
bank guarantee shall be accepted; which shall be valid upto a period of 3 months
beyond the expiry of Defect liability period.
Demand Draft should be drawn on Scheduled Banks, other than co-operative bank.
5. EXECUTION OF WORK
All the works shall be executed in strict conformity with the provisions of the
contract documents and with such explanatory details, drawings, specifications and
instructions as may be furnished from time to time to the Contractor by the
Engineer-in-Charge/ Site-in-Charge, whether mentioned in the Contract or not.
The Contractor shall be responsible for ensuring that works throughout are
executed in the most proper and workman- like manner with the quality of material
and workmanship in strict accordance with the specifications and to the entire
satisfaction of the Engineer-in-Charge/Site-in-Charge.
The completion of work may entail working in monsoon also. The contractor must
maintain the necessary work force as may be required during monsoon and plan to
execute the job in such a way the entire project is completed within the contracted
time schedule. No extra charges shall be payable for such work during monsoon.
It shall be the responsibility of the contractor to keep the construction work site
free from water during and off the monsoon period at his own cost and expenses.
For working on Sundays/Holidays, the contractor shall obtain the necessary
permission from Engineer Incharge/Site Incharge in advance. The contractor shall
be permitted to work beyond the normal hours with prior approval of Engineer-In-
Charge/Site-In-Charge and the contractors quoted rate is inclusive of all such
extended hours of working and no extra amount shall be payable by the owner on
this account.
5.a. SETTING OUT OF WORKS AND SITE INSTRUCTIONS
5.a.1. The Engineer-in-Charge/Site-in-Charge shall furnish the Contractor with only the
four corners of the work site and a level bench mark and the Contractor shall set
out the works and shall provide an efficient staff for the purpose and shall be solely
responsible for the accuracy of such setting out.
5.a.2. The Contractor shall provide, fix and be responsible for the maintenance of all
necessary stakes, templates, level marks, profiles and other similar things and shall
take all necessary precautions to prevent their removal or disturbance and shall be
responsible for consequences of such removal or disturbance should the same take
place and for their efficient and timely reinstatement. The Contractor shall also be
responsible for the maintenance of all existing survey marks, either existing or
supplied and fixed by the Contractor. The work shall be set out to the satisfaction
of the Engineer-in-Charge/Site-in-Charge. The approval thereof or joining in
setting out the work shall not relieve the Contractor of his responsibility.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 32 of 349 Tenderer’s signature with seal
5.a.3. Before beginning the works, the Contractor shall, at his own cost, provide all
necessary reference and level posts, pegs, bamboos, flags ranging rods, strings and
other materials for proper layout of the work in accordance with the scheme, for
bearing marks acceptable to the Engineer-in-Charge/Site-in-Charge. The Centre
longitudinal or face lines and cross lines shall be marked by means of small
masonary pillars. Each pillar shall have distinct marks at the centre to enable
theodolite to be set over it. No work shall be started until all these points are
checked and approved by the Engineer-in-Charge/Site-in-Charge in writing. But
such approval shall not relieve the contractor of any of his responsibilities. The
Contractor shall also provide all labour, materials and other facilities, as necessary,
for the proper checking of layout and inspection of the points during construction.
5.a.4. Pillars bearing geodetic marks located at the sites of units of works under
construction should be protected and fenced by the Contractor.
5.a.5. On completion of works, the contractor shall submit the geodetic documents
according to which the work was carried out.
5.a.6. The Engineer-in-Charge/Site-in-Charge shall communicate or confirm his
instructions to the contractor in respect of the executions of work in a "work site
order book" maintained in the office having duplicate sheet and the authorised
representative of the contractor shall confirm receipt of such instructions by
signing the relevant entries in the book.
5.a.7. All instructions issued by the Engineer-in-Charge/Site-in-Charge shall be in
writing. The Cntractor shall be liable to carry out the instructions without fail.
5.a.8. If the Contractor after receipt of written instruction from the Engineer-in-Charge/
Site-in-Charge requiring compliance within seven days fails to comply with such
drawings or 'instructions' or both as the Engineer-in-Charge/Site-in-Charge may
issue, owner may employ and pay other persons to execute any such work
whatsoever that may be necessary to give effect to such drawings or `instructions'
and all cost and expenses incurred in connection therewith as certified by the
Engineer-in-Charge/ Site-in-Charge shall be borne by the contractor or may be
deducted from amounts due or that may become due to the contractor under the
contract or may be recovered as a debt.
5.a.9. The Contractor shall be entirely and exclusively responsible for the horizontal and
vertical alignment, the levels and correctness of every part of the work and shall
rectify effectually any errors or imperfections therein. Such rectifications shall be
carried out by the Contractor, at his own cost.
5.a.10. In case any doubts arise in the mind of the Contractor in regard to any expressions,
interpretations, statements, calculations of quantities, supply of material rates, etc.
etc., the contractor shall refer the same to the Site-in-Charge/ Engineer-in-Charge
for his clarification, instructions, guidance or clearing of doubts.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 33 of 349 Tenderer’s signature with seal
The decision of the Engineer-in-Charge/Site-in-Charge shall be final and the
contractor shall be bound by such a decision.
5.a.11. "The Contractor shall take adequate precautions, to ensure that his operations do
not create nuisance or misuse of the work space that shall cause unnecessary
disturbance or inconvenience to others at the work site".
5.a.12. "All fossils, coins articles of value of antiquity and structure or other remains of
geological or archaeological discovered on the site of works shall be declared to be
the property of the Owner and Contractor shall take reasonable precautions to
prevent his workmen or any other persons from removing or damaging any such
articles or thing and shall immediately inform the Owner/ Engineer-in-
Charge/Site-in-Charge."
5.a.13. "Contractor will be entirely and exclusively responsible to provide and maintain at
his expenses all lights, guards, fencing, etc. when and where even necessary or/as
required by the Engineer-in-Charge/Site-in-Charge for the protection of works or
safety and convenience to all the members employed at the site or general public."
5.b. COMMENCEMENT OF WORK
The contractor shall after paying the requisite security deposit, commence work
within 15 days from the date of receipt of the intimation of intent from the Owner
informing that the contract is being awarded. The date of intimation shall be the
date/day for counting the starting day/date and the ending day/date will be
accordingly calculated. Penalty, if any, for the delay in execution shall be
calculated accordingly.
Contractor should prepare detailed fortnightly construction programme for
approval by the Engineer-in-Charge within one month of receipt of Letter Of
Intent. The work shall be executed strictly as per such time schedule. The period of
Contract includes the time required for testing, rectifications, if any, re-testing and
completion of work in all respects to the entire satisfaction of the Engineer-in-
Charge.
A Letter of Intent is an acceptance of offer by the Owner and it need not be
accepted by the contractor. But the contractor should acknowledge a receipt of the
purchase order within 15 days of mailing of Purchase Order and any delay in
acknowledging the receipt will be a breach of contract and compensation for the
loss caused by such breach will be recovered by the Owner by forfeiting earnest
money deposit/bid bond.
5.c. SUBLETTING OF WORK
5.c.1. No part of the contract nor any share or interest thereof shall in any manner or
degree be transferred, assigned or sublet, by the Contractor, directly or indirectly to
any firm or corporation whatsoever, without the prior consent in writing of the
Owner.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 34 of 349 Tenderer’s signature with seal
5.c.2. At the commencement of every month the Contractor shall furnish to the Engineer-
in-charge/Site-in-Charge list of all sub-contractors or other persons or firms
engaged by the Contractor.
5.c.3 The contract agreement will specify major items of supply or services for which
the Contractor proposes to engage sub-Contractor/sub-Vendor. The contractor may
from time to time propose any addition or deletion from any such list and will
submit the proposals in this regard to the Engineer-in-charge/Designated officer-
in-charge for approval well in advance so as not to impede the progress of work.
Such approval of the Engineer-in-charge/Designated officer-in-charge will not
relieve the contractor from any of his obligations, duties and responsibilities under
the contract.
5.c.4. Notwithstanding any sub-letting with such approval as resaid and notwithstanding
that the Engineer-in-Charge shall have received copies of any sub-contract, the
Contractor shall be and shall remain solely to be responsible for the quality and
proper and expeditious execution of the works and the performance of all the
conditions of the contract in all respects as if such subletting or sub-contracting
had not taken place and as if such work had been done directly by the Contractor.
5.c.5 Prior approval in writing of the Owner shall be obtained before any change is
made in the constitution of the contractor/Contracting agency otherwise contract
shall be deemed to have been allotted in contravention of clause entitled “sub-
letting of works” and the same action may be taken and the same consequence
shall ensue as provided in the clause of “sub- letting of works”.
5.d EXTENSION OF TIME
1) If the Contractor anticipates that he will not be able to complete the work within
the contractual delivery/ completion date (CDD), then the Contractor shall make a
request for grant of time extension clearly specifying the reasons for which he
seeks extension of time and demonstrating as to how these reasons were beyond
the control of the contractor or attributable to the Owner. This request should be
made well before the expiry of the Contractual Delivery/ Completion Date (CDD).
2) If such a request for extension is received with a Bank Guarantee for the full
Liquidated Damages amount calculated on the Total Contract Value, the concerned
General Manager of the Owner shall grant a Provisional extension of time, pending
a decision on the request.
3) The concerned General Manager of the Owner shall expeditiously decide upon the
request for time extension and in any case not later than 6 months from the CDD
or date of receipt of the request, whichever is later.
4) Grant of any extension of time shall be by means of issuance of a Change Order.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 35 of 349 Tenderer’s signature with seal
5) In order to avoid any cash crunch to the Contractor, a Bank Guarantee could be
accepted against LD, as stated above. Once a decision is taken, the LD shall be
recovered from any pending bills or by encashment of the BG. Any balance sum of
Contractor or the BG (if LD is fully recovered from the bills) shall be promptly
refunded/returned to the Contractor.
5.e. SUSPENSION OF WORKS
5.e.1. Subject to the provisions of this contract, the contractor shall if ordered in writing
by the Engineer- in-Charge/Site-in-Charge for reasons recorded suspend the works
or any part thereof for such period and such time so ordered and shall not, after
receiving such, proceed with the work therein ordered to uspended until he shall
have received a written order to re-start. The Contractor shall be entitled to claim
extension of time for that period of time the work was ordered to be suspended.
Neither the Owner nor the Contractor shall be entitled to claim compensation or
damages on account of such an extension of time.
5.e.2. In case of suspension of entire work, ordered in writing by Engineer-in-
Charge/Site-in-Charge, for a period of 30 days, the Owner shall havethe option to
terminate the Contract as provided under the clause fortermination. The Contractor
shall not be at liberty to remove from the site of the works any plant or materials
belonging to him and the Employer shall have lien upon all such plant and
materials.
5.e.3. The contract shall, in case of suspension have the right to raise a dispute and have
the same arbitrated but however, shall not have the right to have the work stopped
from further progress and completion either by the owner or through other
contractor appointed by the owner.
5.f. OWNER MAY DO PART OF WORK
Not withstanding anything contained elsewhere in this contract, the owner upon
failure of the Contractor to comply with any instructions given in accordance with
the provisions of this contract, may instead of Contract and undertaking charge of
entire work, place additional labour force, tools, equipment and materials on such
parts of the work, as the Owner may decide or engage another Contractor to
carryout the balance of work. In such cases, the Owner shall have the right to
deduct from the amounts payable to the Contractor the difference in cost of such
work and materials with ten percent overhead added to cover all departmental
charges. Should the total amount thereof exceed the amount due to the contractor,
the Contractor shall pay the difference to the Owner within 15 days of making
demand for payment failing which the Contractor shall be liable to pay interest at
24% p.a. on such amounts till the date of payment.
5.g. INSPECTION OF WORKS
5.g.1. The Engineer-in-Charge/Site-in-Charge and Officers from Central or State
Government will have full power and authority to inspect the works at any time
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 36 of 349 Tenderer’s signature with seal
wherever in progress, either on the site or at the Contractor's premises/workshops
of any person, firm or corporation where work in connection with the contract may
be in hand or where the materials are being or are to be supplied, and the
Contractor shall afford or procure for the Engineer-in-Charge/Site-in-Charge every
facility and assistance to carryout such inspection. The Contractor shall, at all
times during the usual working hours and at all other times at which reasonable
notice of the intention of the Engineer-in-Charge/Site-in-Charge or his
representative to visit the works shall have been given to the Contractor, either
himself be present to receive orders and instructions, or have a responsible agent,
duly accredited in writing, present for the purpose. Orders given to the Contractor's
agent shall be considered to have the same force as if they had been given to the
Contractor himself. The Contractor shall give not less than seven days notice in
writing to the Engineer-in-Charge/Site-in-Charge before covering up or otherwise
placing beyond reach of inspection and measurement any work in order that the
same may be inspected and measured. In the event of breach of above, the same
shall be uncovered at Contractor's expense for carrying out such measurement
and/or inspection.
5.g.2. No material shall be removed and despatched by the Contractor from the site
without the prior approval in writing of the Engineer-in-charge. The contractor is
to provide at all times during the progress of the work and the maintenance period
proper means of access with ladders, gangways, etc. and the necessary attendance
to move and adapt as directed for inspection or measurements of the works by the
Engineer-in-Charge/Site-in-Charge.
5.h. SAMPLES
5.h.1. The contractor shall furnish to the Engineer-in-charge/Site-in-Charge for approval
when requested or required adequate samples of all materials and finishes to be
used in the work.
5.h.2. Samples shall be furnished by the Contractor sufficiently in advance and before
commencement of the work so as the Owner can carry out tests and examinations
thereof and approve or reject the samples for use in the works. All material
samples furnished and finally used/applied in actual work shall fully be of the
same quality of the approved samples.
5.i. TESTS FOR QUALITY OF WORK
5.i.1. All workmanship shall be of the respective kinds described in the contract
documents and in accordance with the instructions of the Engineer-in-Charge /
Site-in- Charge and shall be subjected from time to time to such tests at
Contractor's cost as the Engineer-in-Charge/Site-in-Charge may direct at the place
of manufacture or fabrication or on the site or at all or any such places. The
Contractor shall provide assistance, instruments, labour and materials as are
normally required for examining, measuring and testing any workmanship as may
be selected and required by the Engineer-in-Charge/Site-in-Charge.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 37 of 349 Tenderer’s signature with seal
5.i.2. All the tests that will be necessary in connection with the execution of the work as
decided by the Engineer-in- charge/Site-in-Charge shall be carried out at the
contractors cost and expenses.
5.i.3. If any tests are required to be carried out in connection with the work or materials
or workmanship to be supplied by the owner, such tests shall be carried out by the
Contractor as per instructions of Engineer-in-Charge/Site-in-Charge and expenses
for such tests, if any, incurred by the contractor shall be reimbursed by the Owner.
The contractor should file his claim with the owner within 15 (fifteen) days of
inspection/test and any claim made beyond that period shall lapse and be not
payable.
5.j. ALTERATIONS AND ADDITIONS TO SPECIFICATIONS, DESIGNS AND
WORKS
5.j.1. The Engineer-in-Charge/Site-in-Charge shall have powers to make any alterations,
additions and/or substitutions to the schedule of quantities, the original
specifications, drawings, designs and instructions that may become necessary or
advisable or during the progress of the work and the Contractor shall be bound to
carryout such altered/extra/new items of work in accordance with instructions
which may be given to him in writing signed by the Engineer-in-Charge/Site- in-
Charge. Such alterations, omissions, additions or substitutions shall not invalidate
the contract. The altered, additional or substituted work which the Contractor may
be directed to carryon in the manner as part of the work shall be carried out by the
Contractor on the same conditions in all respects on which he has agreed to do the
work. The time for completion of such altered added and/or substituted work may
be extended for that part of the particular job. The rates for such additional altered
or substituted work under this Clause shall, be worked out in accordance with the
following provisions:
5.j.2. If the rates for the additional, altered or substituted work are specified in the
contract for similar class of work, the Contractor is bound to carryout the
additional, altered or substituted work at the same rates as are specified in the
contract.
5.j.3. If the rates for the additional, altered or substituted work are not specifically
provided in the contract for the work, the rates will be derived from the rates for
similar class of work as are specified in the contract for the work. In the opinion of
the Engineer-in-Charge/Site-in-Charge as to whether or not the rates can be
reasonably so derived from the items in this contract, will be final and binding on
the Contractor.
5.j.4. If the rates for the altered, additional or substituted work cannot be determined in
the manner specified above, then the Contractor shall, within seven days of the
date of receipt of order to carry out the work, inform the Engineer-in-Charge/ Site-
in-Charge of the rate at which he intends to charge for such class of work,
supported by analysis of the rate or rates claimed and the Engineer-In-Charge/
Site-in-Charge shall determine the rates on the basis of the prevailing market rates
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 38 of 349 Tenderer’s signature with seal
for both material and labour plus 10% to cover overhead and profit of labour rates
and pay the Contractor accordingly. The opinion of the Engineer-in-Charge/Site-
in-Charge as to current market rates of materials and the quantum of labour
involved per unit of measurement will be final and binding on the contractor.
5.j.5. The quantities indicated in the Tender are approximate. The approved schedule of
rates of the contract will be applicable for variations of upto +25% of the estimated
contract value. No revision of schedule of rates will be permitted for such
variations in the contract value, even for variations of individual quantities,
addition of new items, alterations, additions/deletions or substitutions of items, as
mentioned above.
5.j.6. In case of any item of work for which there is no specification supplied by the
Owner and is mentioned in the tender documents, such work shall be carried out in
accordance with Indian Standard Specifications and if the Indian Standard
Specifications do not cover the same, the work should be carried out as per
standard Engineering Practice subject to the approval of the Engineer-in-Charge/
Site-in-Charge.
5.k. PROVISIONAL ACCEPTANCE
Acceptance of sections of the works for purposes of equipment erection, piping,
electrical work and similar usages by the Owner and payment for such work or
parts of work shall not constitute a waiver of any portion of this contract and shall
not be construed so as to prevent the Engineer from requiring replacement of
defective work that may become apparent after the said acceptance and also shall
not absolve the Contractor of the obligations under this contract. It is made clear
that such an acceptance does not indicate or denote or establish to the fact of
execution of that work or the Contract until the work is completed in full in
accordance with the provisions of this Contract.
5.l. COMPLETION OF WORK AND COMPLETION CERTIFICATE
As soon as the work is completed in all respects, the contractor shall give notice of
such completion to the site in charge or the Owner and within thirty days of receipt
of such notice the site in charge shall inspect the work and shall furnish the
contractor with a certificate of completion indicating:
a) defects, if any, to be rectified by the contractor
b) items, if any, for which payment shall be made in reduced rates
c) the date of completion.
5.m. USE OF MATERIALS AND RETURN OF SURPLUS MATERIALS
5.m.1. Notwithstanding anything contained to the contrary in any or all of the clauses of
this contract, where any materials for the execution of the contract are procured
with the assistance of Government either by issue from Government stocks or
purchase made under orders or permits or licences issued by Government, the
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 39 of 349 Tenderer’s signature with seal
contractor shall use the said materials economically and solely for the purpose of
the contract and shall not dispose them of without the permission of the Owner.
5.m.2. All surplus(serviceable) or unserviceable materials that may be left over after the
completion of the contract or at its termination for any reason whatsoever, the
Contractor shall deliver the said product to the Owner without any demur. The
price to be paid to the Contractor, if not already paid either in full or in part,
however, shall not exceed the amount mentioned in the Schedule of Rates for such
material and in cases where such rates are not so mentioned, shall not exceed the
CPWD scheduled rates. In the event of breach of the aforesaid condition the
contractor shall become liable for contravention of the terms of the Contract.
5.m.3. The surplus (serviceable) and unserviceable products shall be determined by joint
measurement. In case where joint measurement has failed to take place, the Owner
may measure the same and determine the quantity.
5.m.4. It is made clear that the Owner shall not be liable to take stock and keep possession
and pay for the surplus and unserviceable stocks and the Owner may direct the
Contractor to take back such material brought by the Contractor and becoming
surplus and which the Owner may decide to keep and not to pay for the same.
5.n. DEFECT LIABILITY PERIOD
The contractor shall guarantee the work executed for a period of 12 months from
the date of completion of the job. Any damage or defect that may arise or lie
undiscovered at the time of completion of the job shall be rectified or replaced by
the contractor at his own cost. The decision of the Engineer In-charge/Site-
Incharge/Owner shall be the final in deciding whether the defect has to be rectified
or replaced.
Equipment or spare parts replaced under warranty/guarantees shall have further
warranty for a mutually agreed period from the date of acceptance.
The owner shall intimate the defects noticed in writing by a Registered A.D. letter
or otherwise and the contractor within 15 days of receipt of the intimation shall
start the rectification work and complete within the time specified by the owner
failing which the owner will get the defects rectified by themselves or by any other
contractor and the expenses incurred in getting the same done shall be paid by the
Contractor under the provision of the Contract.
Thus, defect liability is applicable only in case of job/works contract (civil,
mechanical, electrical, maintenance etc.) where any damage of defect may arise in
future (i.e. within 12 months from the date of completion of job) or lie
undiscovered at the time of completion of job.
In other words, in case of service contracts (like car hire etc.) where there is no
question of damage or defect arising in future, the defect liability clause is not
applicable.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 40 of 349 Tenderer’s signature with seal
5.o. DAMAGE TO PROPERTY
5.o.1. Contractor shall be responsible for making good to the satisfaction of the Owner
any loss of and any damage to all structures and properties belonging to the Owner
or being executed or procured by the Owner or of other agencies within the
premises of the work of the Owner, if such loss or damage is due to fault and/or
the negligence or willful acts or omission of the Contractor, his employees, agents,
representatives or sub-contractors.
5.o.2. The Contractors shall indemnify and keep the Owner harmless of all claims for
damage to Owner's property arising under or by reason of this contract.
6. DUTIES AND RESPONSIBILITIES OF CONTRACTOR
6.a. EMPLOYMENT LIABILITY TOWARDS WORKERS EMPLOYED BY THE
CONTRACTOR
6.a.1 The Contractor shall be solely and exclusively responsible for engaging or
employing persons for the execution of work. All persons engaged by the
contractor shall be on Contractor's payroll and paid by Contractor. All disputes or
differences between the Contractor and his/their employees shall be settled by
Contractor.
6.a.2. Owner has absolutely no liability whatsoever concerning the employees of the
Contractor. The Contractor shall indemnify Owner against any loss or damage or
liability arising out of or in the course of his/their employing persons or relation
with his/their employees. The Contractor shall make regular and full payment of
wages and on any complaint by any employee of the Contractor or his sub
contractor regarding non-payment of wages, salaries or other dues, Owner reserves
the right to make payments directly to such employees or sub- contractor of the
Contractor and recover the amount in full from the bills of the Contractor and the
contractor shall not claim any compensation or reimbursement thereof. The
Contractor shall comply with the Minimum Wages Act applicable to the area of
work site with regard to payment of wages to his employees and also to employees
of his sub contractor.
6.a.3. The Contractor shall advise in writing or in such appropriate way to all of his
employees and employees of sub-contractors and any other person engaged by him
that their appointment/employment is not by the Owner but by the Contractor and
that their present appointment is only in connection with the construction contract
with Owner and that therefore, such an employment/appointment would not enable
or make them eligible for any employment/appointment with the Owner either
temporarily or/and permanent basis.
6.b. NOTICE TO LOCAL BODIES
The contractor shall comply with and give all notices required under any
Government authority, instruction, rule or order made under any act of parliament,
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 41 of 349 Tenderer’s signature with seal
state laws or any regulations or by-laws of any local authority relating to the
works.
6.c. FIRST AID AND INDUSTRIAL INJURIES
6.c.1 Contractor shall maintain first aid facility for his employees and those of his sub-
contractors.
6.c.2. Contractor shall make arrangements for ambulance service and for the treatment of
all types of injuries. Names and telephone numbers of those providing such
services shall be furnished to Owner prior to start of construction and their name
board shall be prominently displayed in Contractor's field office.
6.c.3. All industrial injuries shall be reported promptly to owner and a copy of
contractor's report covering each personal injury requiring the attention of a
physician shall be furnished to the Owner.
6.d. SAFETY CODE
6.d.1. The Contractor shall at his own expenses arrange for the Safety provisions as may
be necessary for the execution of the work or as required by the Engineer-in-
Charge in respect of all labours directly or indirectly employed for performance of
the works and shall provide all facilities in connections therewith. In case the
contractor fails to make arrangements and provide necessary facilities as aforesaid,
the Owner shall be entitled to do so and recover the cost thereof from the
Contractor.
6.d.2. From the commencement to the completion of the works, the contractor shall take
full responsibility for the care thereof and of all the temporary works (defined as
meaning all temporary works of every kind required in or for the execution,
completion or maintenance of the works). In case damage, loss or injury shall
happen to the works or to any part thereof or to temporary works or to any cause
whatsoever repair at his (Contractor's) own cost and make good the same so that at
the time of completion, the works shall be in good order and condition and in
conformity in every respect with the requirement of the contract and Engineer-in-
Charge's instructions.
6.d.3. In respect of all labour, directly or indirectly employed in the work for the
performance of the Contractor's part of this agreement, the contractor shall at his
own expense arrange for all the safety provisions as per relevant Safety Codes of
C.P.W.D Bureau of Indian Standards, the Electricity Act/I.E. Rules. The Mines
Act and such other Acts as applicable.
6.d.4. The Contractor shall observe and abide by all fire and safety regulations of the
Owner. Before starting construction work, the Contractor shall consult with
Owner's Safety Engineer or Engineer-in-Charge/Site-in-Charge and must make
good to the satisfaction of the Owner any loss or damage due to fire to any portion
of the work done or to be done under this agreement or to any of the Owner's
existing property.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 42 of 349 Tenderer’s signature with seal
6.d.5. The Contractor will be fully responsible for complying with all relevant provisions
of the Contract Labour Act and shall pay rates of Wages and observe hours of
work/conditions of employment according to the rules in force from time to time.
6.d.6. The Contractor will be fully responsible for complying with the provision
including documentation and submission of reports on the above to the concerned
authorities and shall indemnify the Corporation from any such lapse for which the
Government will be taking action against them.
6.d.7. Owner shall on a report having been made by an inspecting Office as defined in
the Contract Labour Regulations have the power to deduct from the money due to
the Contractor any sum required or estimated to be required for making good the
loss suffered by a worker(s) by reasons of non-fulfillment of conditions of contract
for the benefit of workers no-payment of wages or of deductions made from his or
their wages which are not justified by the terms of contract or non observance of
the said contractor's labour Regulation.
6.e. INSURANCE AND LABOUR
Contractor shall at his own expense obtain and maintain an insurance policy with a
Nationalised Insurance Company to the satisfaction of the Owner as provided
hereunder.
6.e.1. EMPLOYEES STATE INSURANCE ACT
i. The Contractor agrees to and does hereby accept full and exclusive liability for the
compliance with all obligations imposed by Employees State Insurance Act, 1948,
and the Contractor further agrees to defend indemnify and hold Owner harmless
from any liability or penalty which may be imposed by the Central, State or local
authority by reason of any asserted violation by Contractor, or sub-contractor of
the Employees' State Insurance Act, 1948 and also from all claims, suits or
proceedings that may be brought against the Owner arising under, growing out of
or by reason of the work provided for by this contract whether brought by
employees of the Contractor, by third parties or by Central or State Government
authority or any political sub-division thereof.
ii. The Contractor agrees to file with the Employees State Insurance Corporation, the
Declaration forms and all forms which may be required in respect of the
Contractor's or sub-contractor's employee whose aggregate emuneration is within
the specified limit and who are employed in the work provided or those covered by
ESI Act under any amendment to the Act from time to time. The Contractor shall
deduct and secure the agreement of the sub-contractor to deduct the employee's
contribution as per the first schedule of the Employee's State Insurance Act from
wages and affix the employee's contribution cards at wages payment intervals. The
Contractor shall remit and secure the agreement of the sub contractor to remit to
the State Bank of India, Employee's State Insurance Corporation Account, the
Employee's contribution as required by the Act.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 43 of 349 Tenderer’s signature with seal
iii. The Contractor agrees to maintain all records as required under the Act in respect
of employees and payments and the Contractor shall secure the agreement of the
sub contractor to maintain such records. Any expenses incurred for the
contributions, making contribution or maintaining records shall be to the
Contractor's or sub-contractor's account.
iv. The Owner shall retain such sum as may be necessary from the total contract value
until the Contractor shall furnish satisfactory proof that all contributions as
required by the Employees State Insurance Act, 1948, have been paid.
v. WORKMAN'S COMPENSATION AND EMPLOYEE'S LIABILITY
INSURANCE
Provide Insurance for all the Contractor's employees engaged in the performance
of this contract. If any of the work is sublet, the Contractor shall ensure that the
sub contractor provides workmen's compensation and Employer's Liability.
Insurance for the latter's employees who are not covered under the Contractor's
insurance.
vi. AUTOMOBILE LIABILITY INSURANCE
Contractor shall take out an Insurance to cover all risks to Owner for each of his
vehicles plying on works of this contract and these insurances shall be valid for the
total contract period. No extra payment will be made for this insurance. Owner
shall not be liable for any damage or loss not made good by the Insurance
Company, should such damage or loss result from unauthorised use of the vehicle.
The provisions of the Motor Vehicle Act would apply.
vii. FIRE INSURANCE
Contractor shall within two weeks after award of contract insure the Works, Plant
and Equipment and keep them insured until the final completion of the Contract
against loss or damage by accident, fire or any other cause with an insurance
company to be approved by the Employer/Consultant in the joint names of the
Employer and the Contractor (name of the former being placed first in the Policy).
Such Policy shall cover the property of the Employer only.
6.e.2. ANY OTHER INSURANCE REQUIRED UNDER LAW OR REGULATION OR
BY OWNER
i. Contractor shall also provide and maintain any and all other insurance which may
be required under any law or regulations from time to time. He shall also carry and
maintain any other insurance which may be required by the Owner.
ii. The aforesaid insurance policy/policies shall provide that they shall not be
cancelled till the Engineer-in-Charge has agreed to their cancellation.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 44 of 349 Tenderer’s signature with seal
iii. The Contractor shall satisfy to the Engineer-in-Charge/Site-in-Charge from time to
time that he has taken out all insurance policies referred to above and has paid the
necessary premium for keeping the policies alive till the expiry of the defects
liability period.
iv. The contractor shall ensure that similar insurance policies are taken out by his sub-
contractor (if any) and shall be responsible for any claims or losses to the Owner
resulting from their failure to obtain adequate insurance protections in connection
thereof. The contractor shall produce or cause to be proceed by his sub-contractor
(if any) as the case may be, the relevant policy or policies and premium receipts as
and when required by the Engineer-in-Charge/Site-in-Charge.
6.e.3. LABOUR AND LABOUR LAWS
i. The contractor shall at his own cost employ persons during the period of contract
and the persons so appointed shall not be construed under any circumstances to be
in the employment of the Owner.
ii. All payments shall be made by the contractor to the labour employed by him in
accordance with the various rules and regulations stated above. The contractor
shall keep the Owner indemnified from any claims whatsoever inclusive of
damages/costs or otherwise arising from injuries or alleged injuries to or death of a
person employed by the contractor or damages or alleged damages to the property.
iii. No labour below the age of eighteen years shall be employed on the work. The
Contractor shall not pay less than what is provided under the provisions of the
contract labour (Regulations and Abolition) Act, 1970 and the rules made
thereunder and as may be amended from time to time. He shall pay the required
deposit under the Act appropriate to the number of workman to be employed by
him or through sub contractor and get himself registered under the Act. He shall
produce the required Certificates to the Owner before commencement of the work.
The Owner recognises only the Contractor and not his sub contractor under the
provisions of the Act. The Contractor will have to submit daily a list of his
workforce. He will also keep the wage register at the work site or/and produce the
same to the Owner, whenever desired. A deposit may be taken by the Owner from
the Contractor to be refunded only after the Owner is satisfied that all workmen
employed by the Contractor have been fully paid for the period of work in Owner's
premises at rates equal to or better than wages provided for under the Minimum
Wages Act. The contractor shall be responsible and liable for any complaints that
may arise in this regard and the consequences thereto.
iv. The Contractor will comply with the provisions of the Employee's Provident Fund
Act and the Family Pension Act as may be applicable and as amended from time to
time.
v. The Contractor will comply with the provisions of the payment of Gratuity Act,
1972, as may be applicable and as amended from time to time.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 45 of 349 Tenderer’s signature with seal
vi. IMPLEMENTATION OF APPRENTICES ACT, 1961
The Contractor shall comply with the provisions of the Apprentices Act, 1961 and
the Rules and Orders issued thereunder from time to time. If he fails to do so, his
failure will be a breach of the contract and the Engineer-in-Charge may, at his
discretion, cancel the contract. The Contractor shall also be liable for any
pecuniary liability arising on account of any violation by him of the provision of
the Act.
vii. MODEL RULES FOR LABOUR WELFARE
The Contractor shall at his own expenses comply with or cause be complied with
Model rules for Labour Welfare as appended to those conditions or rules framed
by the Government from time to time for the protection of health and for making
sanitary arrangements for worker employed directly or indirectly on the works. In
case the contractor fails to make arrangements as aforesaid the Engineer-in-
Charge/Site-in-Charge shall be entitled to do so and recover the cost thereof from
the contractor.
6.f. DOCUMENTS CONCERNING WORKS
6.f.1. All documents including drawings, blue prints, tracings, reproducible models,
plans, specifications and copies, thereof furnished by the Owner as well as all
drawings, tracings, reproducibles, plans, specifications design calculations etc.
prepared by the contractor for the purpose of execution of works covered in or
connected with this contract shall be the property of the Owner and shall not be
used by the contractor for any other work but are to be delivered to the Owner at
the completion or otherwise of the contract.
6.f.2. The Contractor shall keep and maintain secrecy of the documents, drawings etc.
issued to him for the execution of this contract and restrict access to such
documents, drawings etc. and further the Contractor shall execute a SECRECY
agreement from each or any person employed by the Contractor having access to
such documents, drawings etc. The Contractor shall not issue drawings and
documents to any other agency or individual without the written approval by the
Engineer-in-Charge/Site-in- Charge.
6.f.3. Contractor will not give any information or document etc. concerning details of the
work to the press or a news disseminating agency without prior written approval
from Engineer-in-charge/Site-in-Charge. Contractor shall not take any pictures on
site without written approval of Engineer-in-Charge/Site-in-Charge.
7. PAYMENT OF CONTRACTOR'S BILLS
7.1. Payments will be made against Running Accounts bills certified by the Owner's
Engineer-in-Charge/Site-in-Charge within 15 days from the date of receipt of the
certified bill by the Disbursement Section of the Owner.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 46 of 349 Tenderer’s signature with seal
7.2. Running Account Bills and the final bill shall be submitted by the Contractor
together with the duly signed measurements sheet(s) to the Engineer-in-Charge/
Site-in-Charge of the Owner in quadruplicate for certification. The Bills shall also
be accompanied by quantity calculations in support of the quantities contained in
the bill along with cement consumption statement, actual/theoretical, wherever
applicable duly certified by the Engineer-in-Charge/ Site-in-Charge of the Owner.
7.3. All running account payments shall be regarded as on account payment(s) to be
finally adjusted against the final bill payment. Payment of Running Account Bill(s)
shall not determine or affect in any way the rights of the Owner under this Contract
to make the final adjustments of the quantities of material, measurements of work
and adjustments of amounts etc.etc. in the final bill.
7.4. The final bill shall be submitted by the Contractor within one month of the date of
completion of the work fully and completely in all respects. If the Contractor fails
to submit the final bill accordingly Engineer-in-Charge/Site-in-Charge may make
the measurement and determine the total amount payable for the work carried out
by the Contractor and such a certification shall be final and binding on the
Contractor.
The Owner/Engineer-in-Charge/Site-in-Charge may take the assistance of an
outside party for taking the measurement, the expenses of which shall be payable
by the Contractor.
7.5. Payment of final bill shall be made within 45 days from the date of receipt of the
certified bill by the Disbursement Section of the owner.
7.a. MEASUREMENT OF WORKS
7.a.1. All measurements shall be in metric system. All the works will be jointly measured
by the representative of the Engineer-in-Charge/Site-in-Charge and the Contractor
or their authorised agent progressively. Such measurement will be recorded in the
Measurement Book/Measurement Sheet by the Contractor or his authorised
representative and signed in token of acceptance by the Owner or their authorised
representative.
7.a.2. For the purpose of taking joint measurement, the Contractor/representative shall be
bound to be present whenever required by the Engineer-in-Charge/Site-in-Charge.
If, however, they are absent for any reasons whatsoever, the measurement will be
taken by the Engineer-in-Charge/Site-in-Charge or his representative and the same
would be deemed to be correct and binding on the Contractor.
7.a.3. In case of any dispute as to the mode of measurement for any item of work, the
latest Indian Standard Specifications shall be followed. In case of any further
dispute on the same the same shall be as per the certification of an outside
qualified Engineer/ Consultant. Such a measurement shall be final and binding on
the Owner and the Contractor.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 47 of 349 Tenderer’s signature with seal
7.b. BILLING OF WORKS EXECUTED
The Contractor will submit a bill in approved proforma in quadruplicate to the
Engineer-in-Charge/Site-in-Charge of the work giving abstract and detailed
measurement for the various items executed during a month, before the expiry of
the first week of the succeeding month. The Engineer-in-Charge/Site-in-Charge
shall take or cause to be taken the requisite measurements for the purpose of
having the bill verified and/or checked before forwarding the same to the
disbursement office of the Owner for further action in terms of the Contract and
payment thereafter. The Engineer-in-Charge/Site-in-Charge shall verify the bills
within 7 days of submission of the Bill by the Contractor.
7.c. RETENTION MONEY
10% of the total value of the Running Account and Final Bill will be deducted and
retained by the Owner as retention money on account of any damage/defect
liability that may arise for the period covered under the defect liability period
clause of the Contract free of interest. Any damage or defect that may arise or lie
undiscovered at the time of issue of completion certificate connected in any way
with the equipment or materials supplied by contractor or in workmanship shall be
rectified or replaced by the contractor at his own expense failing which the Owner
shall be entitled to rectify the said damage/defect from the retention money. Any
excess of expenditure incurred by the Owner on account of damage or defect shall
be payable by the Contractor. The decision of the Owner in this behalf shall not be
liable to be questioned but shall be final and binding on the Contractor.
Thus, deduction towards retention money is applicable only in case of job/works
contracts (civil, mechanical, electrical, maintenance etc.) where any damage or
defect may arise in future (i.e. within 12 months from the date of completion of
job) or lie undiscovered at the time of issue of completion certificate.
7.d. STATUTORY LEVIES
7.d.1 The Contractor accepts full and exclusive liability for the payment of any and all
taxes, duties, octroi, rates, cess, levies and statutory payments payable under all or
any of the statutes etc.
Variations of taxes and duties arising out of the amendments to the Central / State
enactments, in respect of sale of goods / services covered under this bid shall be to
HPCL’s account, so long as :
• They relate to the period after the opening of the price bid, but before the
contracted completion period ( excluding permitted extensions due to delay on
account of the contractors, if any) or the actual completion period, whichever is
earlier; and
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 48 of 349 Tenderer’s signature with seal
• The vendor furnishes documentary evidence of incurrence of such variations, in
addition to the invoices/documents for claiming Cenvat /Input Tax credit,
wherever applicable.
All contributions and taxes for unemployment compensation, insurance and old
age pensions or annuities now or hereafter imposed by Central or State
Governmental authorities which are imposed with respect to or covered by the
wages, salaries or other compensations paid to the persons employed by the
Contractor and the Contractor shall be responsible for the compliance with all
obligations and restrictions imposed by the Labour Law or any other law affecting
employer-employee relationship and the Contractor further agrees to comply and
to secure the compliance of all sub-contractors with all applicable Central, State,
Municipal and local laws, and regulations and requirements of any Central, State
or Local Government agency or authority.
Contractor further agrees to defend, indemnify and hold harmless from any
liability or penalty which may be imposed by the Central, State or Local
authorities by reason of any violation by Contractor or sub-contractor of such laws,
regulations or requirements and also from all claims, suits or proceedings that may
be brought against the Owner arising under, growing out of, or by reasons of the
work provided for by this contract by third parties, or by Central or State
Government authority or any administrative sub-division thereof. The Contractor
further agrees that in case any such demand is raised against the Owner, and
Owner has no way but to pay and pays/makes payment of the same, the Owner
shall have the right to deduct the same from the amounts due and payable to the
Contractor. The Contractor shall not raise any demand or dispute in respect of the
same but may have recourse to recover/receive from the concerned authorities on
the basis of the Certificate of the Owner issued in that behalf.
7.d.2. The rates quoted should be inclusive of all rates, cess, taxes and sales tax on works
contracts wherever applicable. However, wherever the sales tax on works contract
is applicable and is to be deducted at source, the same will be deducted from the
bills of the Contractor and paid to the concerned authorities. The proof of such
payments of sales tax on works contract will be furnished to the contractor.
7.d.3. Income tax will be deducted at source as per rules at prevailing rates, unless
certificate, if any, for deduction at lesser rate or nil deduction is submitted by the
Contractor from appropriate authority.
7.e. MATERIALS TO BE SUPPLIED BY CONTRACTOR
7.e.1. The Contractor shall procure and provide the whole of the materials required for
construction including tools, tackles, construction plant and equipment for the
completion and maintenance of the works except the materials viz. steel and
cement which may be agreed to be supplied as provided elsewhere in the contract.
The contractor shall make arrangement for procuring such materials and for the
transport thereof at their own cost and expenses.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 49 of 349 Tenderer’s signature with seal
7.e.2. The Owner may give necessary recommendation to the respective authority if so
desired by the Contractor but assumes no responsibility of any nature. The
Contractor shall procure materials of ISI stamp/certification and supplied by
reputed suppliers borne on DGS&D list.
7.e.3. All materials procured should meet the specifications given in the tender
document. The Engineer-in-charge may, at his discretion, ask for samples and test
certificates for any batch of any materials procured. Before procuring, the
Contractor should get the approval of Engineer-in-Charge/Site-in-Charge for any
materials to be used for the works.
7.e.4. Manufacturer's certificate shall be submitted for all materials supplied by the
Contractor. If, however, in the opinion of the Engineer-in-Charge/Site-in-Charge
any tests are required to be conducted on the material supplied by the Contractor,
these will be arranged by the Contractor promptly at his own cost.
7.f. MATERIALS TO BE SUPPLIED BY THE OWNER
7.f.1. Steel and Cement maybe supplied by the Owner to the contractor against payment
by Contractor from either godown or from the site or within work premises itself
and the contractor shall arrange for all transport to actual work site at no extra cost.
7.f.2. The contractor shall bear all the costs including loading and unloading, carting
from issue points to work spot storage, unloading, custody and handling and
stacking the same and return the surplus steel and cement to the Owner's storage
point after completion of job.
7.f.3. The contractor will be fully accountable for the steel and cement received from the
Owner and contractor will give acknowledgement/receipt for quantity of steel and
cement received by him each time he uplifts cement from Owner's custody.
7.f.4. For all computation purposes, the theoretical cement consumption shall be
considered as per CPWD standards.
7.f.5. Steel and Cement as received from the manufacturer/stockists will be issued to the
contractor. Theoretical weight of cement in a bag will be considered as 50 Kg.
Bags weighing upto 4% less shall be accepted by the contractor and considered as
50 Kg. per bag. Any shortage in the weight of any cement bag by more than 4%
will be to the Owner's account only when pointed out by the Contractor and
verified by Engineer-in-Charge/Site in Charge at the time of Contract or taking
delivery.
7.f.6. The contractor will be required to maintain a stock register for receipt, issuance
and consumption of steel and cement at site. Cement will be stored in a warehouse
at site. Requirement of cement on any day will be taken out of the warehouse.
Cement issued shall be regulated on the basis of FIRST RECEIPT to go as FIRST
ISSUE.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 50 of 349 Tenderer’s signature with seal
7.f.7. Empty cement bag shall be the property of the Contractor. Contractor shall be
penalised for any excess/under consumption of cement. The penal rate will be
twice the rate of issue of cement for this work.
7.f.8. All the running bills as well as the final bills will be accompanied by cement
consumption statements giving the detailed working of the cement used, cement
received and stock-on-hand.
7.f.9. The Contractor will be fully responsible for safe custody of cement once it is
received by him and during transport. Owner will not entertain any claims of the
contractor for theft, loss or damage to cement while in their custody.
7.f.10. The contractor shall not remove from the site any cement bags at any time.
7.f.11. The Contractor shall advise Engineer-in-charge/Site-in-charge in writing atleast 21
days before exhausting the Cement stocks already held by Contractor to ensure
that such delays do not lead to interruptions in the progress of work.
7.f.12. Cement shall not be supplied by the Owner for manufacturing of mosaic tiles,
precast cement jali and any other bought out items which consume cement and for
temporary works.
7.f.13. Cement in bags and in good usable condition left over after the completion of work
shall be returned by the contractor to the Owner. The Owner shall make payment
to the Contractor at the supply rate for such stocks of cement they accept and
receive. Any refused stock of cement shall be removed by the Contractor from the
site at his cost and expenses within 15 days of completion of the work.
8. PAYMENT OF CLAIMS AND DAMAGES
8.1. Should the Owner have to pay money in respect of claims or demands as aforesaid
the amount so paid and the costs incurred by the Owner shall be charged to and
paid by the Contractor and the Contractor shall not be entitled to dispute or
question the right of the Owner to make such payments notwithstanding the same
may have been without his consent or authority or in law or otherwise to the
contrary.
8.2. In every case in which by virtue of the provisions of Workmen's Compensation
Act, 1923, or other Acts, the Owner is obliged to pay Compensation to a Workman
employed by the Contractor in execution of the works, the Owner will recover
from the Contractor the amount of compensation so paid and without prejudice to
the rights of Owner under the said Act. Owner shall be at liberty to recover such
amount or any part thereof by deducting it from the security deposit or from any
sum due to the Contractor whether under this contract or otherwise. The Owner
shall not be bound to contest any claim made under Section 12 sub section (1) of
the said Act, except on the written request of the Contractor and upon his giving to
the Owner full security for all costs for which the owner might become liable in
consequence of contesting such claim.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 51 of 349 Tenderer’s signature with seal
8.a. ACTION AND COMPENSATION IN CASE OF BAD WORK
If it shall appear to the Engineer-in-Charge/Site-in-Charge that any work has been
executed with bad, imperfect or unskilled workmanship, or with materials, or that
any materials or articles provided by the Contractor for execution of the work are
not of standards specified/inferior quality to that contracted for, or otherwise not in
accordance with the contract, the CONTRACTOR shall on demand in writing
from the Engineer-in-Charge/Site-in-Charge or his authorised representative
specifying the work, materials or articles complained of, notwithstanding that the
same may have been inadvertently passed, certified and paid for, forthwith rectify
or remove and reconstruct the work so specified and at his own charge and cost
and expenses and in the event of failure to do so within a period of 15 days of such
intimation/ information/knowledge, the Contractor shall be liable to pay
compensation equivalent to the cost of reconstruction by the Owner. On expiry of
15 days period mentioned above, the Owner may by themselves or otherwise
rectify or remove and re-execute the work or remove and replace with others, the
materials or articles complained of as the case may be at the risk and expenses in
all respects of the Contractor. The decision of the Engineer-in- Charge/ Site-in-
Charge as to any question arising under this clause shall be final and conclusive
and shall not be raised as a dispute or shall be arbitrable.
8.b. INSPECTION AND AUDIT OF CONTRACT AND WORKS
This project is subject to inspection by various Government agencies of
Government of India. The contractor shall extend full cooperation to all the
Government and other agencies in the inspection of the works, audit of the
Contract and the documents of Contract Bills, measurements sheets etc. etc. and
examination of the records of works and make enquiries interrogation as they may
deem fit, proper and necessary. Upon inspection etc. by such agencies if it is
pointed out that the contract work has not been carried out according to the
prescribed terms and conditions as laid down in the tender documents and if any
recoveries are recommended, the same shall be recovered from the contractors
running bills/final bill/from ordered/suggested Security Deposit/retention money.
The Contractor shall not rise any dispute on any such account and the same shall
not be arbitrable.
9. CONTRACTOR TO INDEMNIFY THE OWNER
The Contractor shall indemnify the Owner and every member, officer and
employee of the Owner, also the Engineer-in-Charge/Site-in-Charge and his staff
against all the actions, proceedings, claims, demands, costs, expenses, whatsoever
arising out of or in connection with the works and all actions, proceedings, claims,
demands, costs, expenses which may be made against the Owner for or in respect
of or arising out of any failure by the Contractor in the performance of his
obligations under the contract. The Contractor shall be liable for or in respect of or
in consequence of any accident or injury to any workmen or other person in the
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 52 of 349 Tenderer’s signature with seal
employment of the Contractor or his sub contractor and Contractor shall indemnify
and keep indemnified the Owner against all such damages, proceedings, costs,
charges and expenses whatsoever in respect thereof or in relation thereto.
10. LIQUIDATED DAMAGES
i) In case of any delay in completion of the work beyond the CDD, the Owner shall
be entitled to be paid Liquidated Damages by the Contractor. The liquidated
damages shall be initially at the rate of 0.5% (half percent) of the total contract
value for every week of the delay subject to a maximum of 5% of the total contract
value. The liquidated damages shall be recovered by the Owner out of the amounts
payable to the Contractor or from any Bank Guarantees or Deposits furnished by
the Contractor or the Retention Money retained from the Bills of the Contractor,
either under this contract or any other contract.
ii) The Contractor shall be entitled to give an acceptable unconditional Bank
Guarantee in lieu of such a deduction if Contractor desires any decision on a
request for time extension.
iii) Once a final decision is taken on the request of the Contractor or otherwise, the LD
shall be applicable only on the basic cost of the contract and on each full
completed week(s) of delay (and for part of the week, a pro-rata LD amount shall
be applicable).
iv) This final calculation of LD shall be only on the value of the unexecuted
portion/quantity of work as on the CDD.
v) Contractor agrees with the Owner, that the above represents a genuine pre-estimate
of the damages which the Owner will suffer on account of delay in the
performance of the work by Contractor. The Contractor further agrees that the LD
amount is over and above any right which owner has to risk purchase under Clause
12.4 and any right to get the defects in the work rectified at the cost of the
contractor.
11. DEFECTS AFTER TAKING OVER OR TERMINATION OF WORK
CONTRACT BY OWNER
The Contractor shall remain responsible and liable to make good all losses or
damages that may occur/appear to the work carried out under this Contract within
a period of 12 months from date of issue of the Completion Certificate and/or the
date of Owner taking over the work, which ever is earlier. The Contractor shall
issue a Bank
Guarantee to the Owner in the sum of 10% of the work entrusted in the Contract,
from any nationalised Bank acceptable to the Owner and if however, the
Contractor fails to furnish such a Bank Guarantee the Owner shall have right to
retain the Security Deposit and Retention Money to cover the 10% of the
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 53 of 349 Tenderer’s signature with seal
Guarantee amount under this clause and to return/refund the same after the expiry
of the period of 12 months without any interest thereon.
12. TERMINATION OF CONTRACT
12.1 The owner may terminate the contract at any stage of the construction for reasons
to be recorded in the letter of termination.
12.2 The Owner inter alia may terminate the Contract for any or all of the following
reasons that the contractor
a) has abandoned the work/Contract.
b) has failed to commence the works, or has without any lawful excuse under these
conditions suspended the work for 15 consecutive days.
c) has failed to remove materials from the site or to pull down and replace the work
within 15 days after receiving from the Engineer written notice that the said
materials or work were condemned and/or rejected by the Engineer under specified
conditions.
d) has neglected or failed to observe and perform all or any of the terms acts, matters
or things under this Contract to be observed and performed by the Contractor.
e) has to the detriment of good workmanship or in defiance of the Engineer's
instructions to the contrary sub-let any part of the Contract.
f) has acted in any manner to the detrimental interest, reputation, dignity, name or
prestige of the Owner.
g) has stopped attending to work without any prior notice and prior permission for a
period of 15 days.
h) has become untraceable.
i) has without authority acted in violation of the terms and conditions of this contract
and has committed breach of terms of the contract in best judgement of the owner.
j) has been declared insolvent/bankrupt.
k) in the event of sudden death of the Contractor.
12.3 The owner on termination of such contract shall have the right to appropriate the
Security Deposit, Retention Money and invoke the Bank Guarantee furnished by
the contractor and to appropriate the same towards the amounts due and payable by
the contractor as per the conditions of Contract and return to the contractor excess
money, if any, left over.
12.4 In case of Termination of the contract, Owner shall have the right to carry out the
unexecuted portion of the work either by themselves or through any other
contractor(s) at the risk and cost of the Contractor. In view of paucity of time,
Owner shall have the right to place such unexecuted portion of the work on any
nominated contractor(s). However, the overall liability of the Contractor shall be
restricted to 100 % of the total contract value.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 54 of 349 Tenderer’s signature with seal
12.5 The contractor within or at the time fixed by the Owner shall depute his authorised
representative for taking joint final measurements of the works executed thus far
and submit the final bill for the work as per joint final measurement within 15 days
of the date of joint final measurement. If the contractor fails to depute their
representative for joint measurement, the owner shall take the measurement with
their Engineer-in-Charge/Site-in-Charge or any other outside representatives. Such
a measurement shall not be questioned by the Contractor and no dispute can be
raised by the Contractor for purpose of Arbitration.
12.6 The Owner may enter upon and take possession of the works and all plant, tools,
scaffoldings, sheds, machinery, power operated tools and steel, cement and other
materials of the Contract at the site or around the site and use or employ the same
for completion of the work or employ any other contractor or other person or
persons to complete the works. The Contractor shall not in any way object or
interrupt or do any act, matter or thing to prevent or hinder such actions, other
Contractor or other persons employed for completing and finishing or using the
materials and plant for the works. When the works shall be completed or as soon
thereafter the Engineer shall give a notice in writing to the Contractor to remove
surplus materials and plant, if any, and belonging to the Contractor except as
provided elsewhere in the Contract and should the Contractor fail to do so within a
period of 15 days after receipt thereof the Owner may sell the same by public
auction and shall give credit to the contractor for the amount realised. The Owner
shall thereafter ascertain and certify in writing under his hand what (if anything)
shall be due or payable to or by the Owner for the value of the plant and materials
so taken possession and the expense or loss which the Owner shall have been put
to in procuring the works, to be so completed, and the amount if any, owing to the
Contractor and the amount which shall be so certified shall thereupon be paid by
the Owner to the Contractor or by the Contractor to the Owner, as the case may,
and the Certificate of the Owner shall be final and conclusive between the parties.
12.7 When the contract is terminated by the Owner for all or any of the reasons
mentioned above the Contractor shall not have any right to claim compensation on
account of such termination.
13. FORCE MAJEURE
13.1. Any delay in or failure of the performance of either part hereto shall not constitute
default hereunder or give rise to any claims for damage, if any, to the extent such
delays or failure of performance is caused by occurrences such as Acts of God or
an enemy, expropriation or confiscation of facilities by Government authorities,
acts of war, rebellion, sabotage or fires, floods, explosions, riots, or strikes. The
Contractor shall keep records of the circumstances referred to above and bring
these to the notice of the Engineer-in-Charge/Site-in-Charge in writing
immediately on such occurrences. The amount of time, if any, lost on any of these
counts shall not be counted for the Contract period. One decision of the Owner
arrived at after consultation with the Contractor, shall be final and binding. Such a
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 55 of 349 Tenderer’s signature with seal
determined period of time be extended by the Owner to enable the Contractor to
complete the job within such extended period of time.
13.2. If Contractor is prevented or delayed from the performing any of its obligations
under this Agreement by Force Majeure, then Contractor shall notify Owner he
circumstances constituting the Force Majeure and the obligations performance of
which is thereby delayed or prevented, within seven days of the occurrence of the
events.
14. ARBITRATION
14.1 All disputes and differences of whatsoever nature, whether existing or which shall
at any time arise between the parties hereto touching or concerning the agreement,
meaning, operation or effect thereof or to the rights and liabilities of the parties or
arising out of or in relation thereto whether during or after completion of the
contract or whether before after determination, foreclosure, termination or breach
of the agreement (other than those in respect of which the decision of any person
is, by the contract, expressed to be final and binding) shall, after written notice by
either party to the agreement to the other of them and to the Appointing Authority
hereinafter mentioned, be referred for adjudication to the Sole Arbitrator to be
appointed as hereinafter provided.
14.2 The appointing authority shall either himself act as the Sole Arbitrator or nominate
some officer/retired officer of Hindustan Petroleum Corporation Limited (referred
to as owner or HPCL) or any other Government Company, or any retired officer of
the Central Government not below the rank of a Director, to act as the Sole
Arbitrator to adjudicate the disputes and differences between the parties. The
contractor/vendor shall not be entitled to raise any objection to the appointment of
such person as the Sole Arbitrator on the ground that the said person is/was an
officer and/or shareholder of the owner, another Govt. Company or the Central
Government or that he/she has to deal or had dealt with the matter to which the
contract relates or that in the course of his/her duties, he/she has/had expressed
views on all or any of the matters in dispute or difference.
14.3 In the event of the Arbitrator to whom the matter is referred to, does not accept the
appointment, or is unable or unwilling to act or resigns or vacates his office for any
reasons whatsoever, the Appointing Authority aforesaid, shall nominate another
person as aforesaid, to act as the Sole Arbitrator.
14.4 Such another person nominated as the Sole Arbitrator shall be entitled to proceed
with the arbitration from the stage at which it was left by his predecessor. It is
expressly agreed between the parties that no person other than the Appointing
Authority or a person nominated by the Appointing Authority as aforesaid, shall
act as an Arbitrator. The failure on the part of the Appointing Authority to make an
appointment on time shall only give rise to a right to a Contractor to get such an
appointment made and not to have any other person appointed as the Sole
Arbitrator.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 56 of 349 Tenderer’s signature with seal
14.5 The Award of the Sole Arbitrator shall be final and binding on the parties to the
Agreement.
14.6 The work under the Contract shall, however, continue during the Arbitration
proceedings and no payment due or payable to the concerned party shall be
withheld (except to the extent disputed) on account of initiation, commencement or
pendency of such proceedings.
14.7 The Arbitrator may give a composite or separate Award(s) in respect of each
dispute or difference referred to him and may also make interim award(s) if
necessary.
14.8 The fees of the Arbitrator and expenses of arbitration, if any, shall be borne
equally by the parties unless the Sole Arbitrator otherwise directs in his award with
reasons. The Award of the Sole Arbitrator shall be final and binding on both the
parties.
14.9 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act,
1996 or any statutory modification or re-enactment thereof and the rules made
thereunder, shall apply to the Arbitration proceedings under this Clause.
14.10 The Contract shall be governed by and constructed according to the laws in force
in India. The parties hereby submit to the exclusive jurisdiction of the Courts
situated at _______ (say Mumbai*) for all purposes. The Arbitration shall be held
at ________ say Mumbai*) and conducted in English language.
14.11 The Appointing Authority is the Functional Director of Hindustan Petroleum
Corporation Limited.
15. GENERAL
15.1. Materials required for the works whether brought by the or supplied by the Owner
hall be stored by the contractor only at places approved by Engineer-in-
Charge/Site-in-Charge. Storage and safe custody of the material shall be the
responsibility of the Contractor.
15.2. Owner and/or Engineer-in-Charge/Site-in-Charge connected with the contract,
shall be entitled at any time to inspect and examine any materials intended to be
used in or on the works, either on the site or at factory or workshop or at other
place(s) manufactured or at any places where these are laying or from which these
are being obtained and the contractor shall give facilities as may be required for
such inspection and examination.
15.3. In case of any class of work for which there is no such specification supplied by
the owner as is mentioned in the tender documents, such work shall be carried out
in accordance with Indian Standard Specifications and if the Indian Standard
Specifications do not cover the same the work should be carried out as per
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 57 of 349 Tenderer’s signature with seal
standard Engineering practice subject to the approval of the Engineer-in-
Charge/Site-in-Charge.
15.4. Should the work be suspended by reason of rain, strike, lockouts or other cause the
contractor shall take all precautions necessary for the protection of the work and at
his own expense shall make good any damages arising from any of these causes.
15.5 The contractor shall cover up and protect from injury from any cause all new work
also for supplying all temporary doors, protection to windows and any other
requisite protection for the whole of the works executed whether by himself or
special tradesmen or sub-contractors and any damage caused must be made good
by the contractors at his own expense.
15.6 If the contractor has quoted the items under the deemed exports, then it will be the
responsibility of the contractor to get all the benefits under deemed exports from
the Government. The Owner’s responsibility shall only be limited to the issuance
of required certificates. The quotation will be unconditional and phrases like
“subject to availability of deemed exports benefit” etc. will not find place in it.
16. Integrity Pact :
Effective 1st September, 2007, all tenders and contracts shall comply with the
requirements of the Integrity Pact (IP) if the value of such tenders or contracts
exceed Rs.1 crore. Failure to sign the Integrity Pact shall lead to outright rejection
of bid.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 58 of 349 Tenderer’s signature with seal
Annexure -16
AGREEMENT No. Dated
To,
HINDUSTAN PETROLEUM CORPORATION LIMITED
Sub: Purchase of Bidding Documents
Ref. Tender no.
HPCL and the Bidder agree that the Notice Inviting Tender (NIT) is an offer made on the
condition that the bidder will sign the Integrity Pact and the Bid would be kept open in its
original form without variation or modification for a period of (state the number of days
from the last date for the receipt of tenders stated in the NIT) ………. days and the
making of the bid shall be regarded as an unconditional and absolute acceptance of this
condition of the NIT.
We confirm acceptance and compliance with the Integrity Pact in letter and spirit. We
further agree that the contract consisting of the above conditions of NIT as the offer and
the submission of Bid as the Acceptance shall be separate and distinct from the contract
which will come into existence when bid is finally accepted by HPCL.
The consideration for this separate initial contract preceding the main contract is that
HPCL is not agreeable to sell the NIT to the Bidder and to consider the bid to be made
except on the
condition that the bid shall be kept open for ……… days after the last date fixed for the
receipt of the bids and the Bidder desires to make a bid on this condition and after entering
into this separate initial contract with HPCL.
HPCL promises to consider the bid on this condition and the Bidder agrees to keep the bid
open for the required period. These reciprocal promises form the consideration for this
separate initial contract between the parties.
If Bidder fails to honour the above terms and conditions , HPCLshall have unqualified ,
absolute and unfettered right to encash / forfeit the bid security submitted in this behalf.
Yours faithfully, Yours faithfully
(BIDDER) (PURCHASER)
(One copy of this agreement duly signed must be returned alongwith offer).
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 59 of 349 Tenderer’s signature with seal
Annexure - 17
(To be executed on plain paper and applicable for all tenders of value above Rs.1 crore)
INTEGRITY PACT
Between
Hindustan Petroleum Corporation Limited (HPCL) hereinafter referred to as “The
Principal”,
and
…………………………………………. hereinafter referred to as “The
Bidder/Contractor”
Preamble
The Principal intends to award, under laid down organization procedures, contract/s for
………………………………………… The Principle values full compliance with all
relevant laws and regulations, and the principles of economic use of resources, and of
fairness and transparency in its relations with its Bidders/s and Contractor/s.
In order to achieve these goals, the Principal cooperates with the renowned international
Non-Governmental Organisation “Transparency International” (TI). Following TI’s
national and international experience, the Principal will appoint an external independent
Monitor who will monitor the tender process and the execution of the contract for
compliance with the principles mentioned above.
Section 1 – Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following principles:
1. No employee of the Principal, personally or through family members, will in
connection with the tender for, or the execution of a contract, demand, take a
promise for or accept, for him/herself or third person, any material or immaterial
benefit which he/she is not legally entitled to.
2. The principal will, during the tender process treat all Bidders with equity and
reason. The Principal will in particular, before and during the tender process,
provide to all Bidders the same information and will not provide to any Bidder
confidential / additional information through which the Bidder could obtain an
advantage in relation to the tender process or the contract execution.
3. The principal will exclude from the process all known prejudiced persons.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 60 of 349 Tenderer’s signature with seal
(2) If the Principal obtains information on the conduct of any of its employees which
is a criminal offence under the relevant Anti-Corruption Laws of India, or if there
be a substantive suspicion in this regard, the Principal will inform its Vigilance
Office and in addition can initiate disciplinary actions.
Section 2 – Commitments of the Bidder / Contractor
(1) The Bidder / Contractor commits itself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.
1. The Bidder / Contractor will not, directly or through any other person or firm,
offer, promise or give to any of the Principal’s employees involved in the tender
process or the execution of the contract or to any third person any material or
immaterial benefit which he/she is not legally entitled to, in order to obtain in
exchange any advantage of any kind whatsoever during the tender process or
during the execution of the contract.
2. The Bidder / Contractor will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular
to prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids or any other actions to restrict competitiveness or to introduce
cartelisation in the bidding process.
3. The Bidder / Contractor will not commit any offence under the relevant Anti-
corruption Laws of India; further the Bidder / Contractor will not use improperly,
for purposes of competition or personal gain, or pass on to others, any information
or document provided by the Principal as part of the business relationship,
regarding plans, technical proposals and business details, including information
contained or transmitted electronically.
4. The Bidder / Contractor will, when presenting his bid, disclose any and all
payment he has made, is committed to or intends to make to agents, brokers or any
other intermediaries in connection with the award of the contract.
(2) The Bidder / Contractor will not instigate third persons to commit offences
outlined above or be an accessory to such offences.
Section 3-Disqualification from tender process and exclusion from future contracts
If the Bidder, before contract award has committed a transgression through a
violation of Section 2 or in any other form such as to put his reliability or
credibility as Bidder into question, the Principal is entitled to disqualify the Bidder
from the tender process or to terminate the contract, if already signed, for such
reason.
(1) If the Bidder/Contractor has committed a transgression through a violation of
Section 2 such as to put his reliability or credibility into question, the Principal is
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 61 of 349 Tenderer’s signature with seal
entitled also to exclude the Bidder / Contractor from future contract award
processes. The imposition and duration of the exclusion will be determined by the
severity of the transgression. The severity will be determined by the circumstances
of the case, in particular the number of transgressions, the position of the
transgressors within the company hierarchy of the Bidder and the amount of the
damage. The exclusion will be imposed for a minimum of 6 months and maximum
of 3 years.
(2) A transgression is considered to have occurred if the Principal after due
consideration of the available evidence, concludes that no reasonables doubt is
possible.
(3) The Bidder accepts and undertakes to respect and uphold the Principal’s absolute
right to resort to and impose such exclusion and further accepts and undertakes not
to challenge or question such exclusion on any ground, including the lack of any
hearing before the decision to resort to such exclusion is taken. This undertaking is
given freely and after obtaining independent legal advice.
(4) If the Bidder / Contractor can prove that he has restored / recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal may revoke the exclusion prematurely.
Section 4 – Compensation for Damages
(1) If the Principal has disqualified the Bidder from the tender process prior to the
award according to Section 3, the Principal is entitled to demand and recover from
the Bidder liquidated damages equivalent to Earnest Money Deposit/Bid Security.
(2) If the Principal has terminated the contract according to Section 3, or if the
Principle is entitled to terminate the contract according to Section 3, the Principal
shall be entitled to demand and recover from the Contractor liquidated damages
equivalent to Security Deposit / Performance Bank Guarantee.
(3) The bidder agrees and undertakes to pay the said amounts without protest or demur
subject only to condition that if the Bidder / Contractor can prove and establish
that the exclusion of the Bidder from the tender process or the termination of the
contract after the contract award has caused no damage or less damage than the
amount of the liquidated damages, the Bidder / Contractor shall compensate the
Principal only to the extent of the damage in the amount proved.
Section 5 – Previous Transgression
(1) The Bidder declares that no previous transgression occurred in the last 3 years with
any other Company in any country conforming to the TI approach or with any
other Public Sector Enterprise in India that could justify his exclusion from the
tender process.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 62 of 349 Tenderer’s signature with seal
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from
the tender process or the contract, if already awarded, can be terminated for such
reason.
Section 6 – Equal treatment of all Bidders / Contractors / Subcontractors
(1) The Bidder / Contractor undertakes to demand from all subcontractors a
commitment in conformity with this Integrity Pact, and to submit it to the Principal
before contract signing.
(2) The Principal will enter into agreements with identical conditions as this one with
all
Bidders, Contractors and Subcontractors.
(3) The Principal will disqualify from the tender process all bidders who do not sign
this Pact or violate its provisions.
Section 7 – Criminal charges against violating Bidders/Contractors/Subcontractors
If the Principal obtains knowledge of conduct of a Bidder, Contractor or
Subcontractor, or of an employee or a representative or an associate of a Bidder,
Contractor or Subcontractor which constitutes corruption, or if the Principal has
substantive suspicion in this regard, the Principal will inform the Vigilance Office.
Section 8 – External Independent Monitor / Monitors (three in number depending on
the size of the contract) (to be decided by the Chairperson of the Principal)
(1) The Principal appoints competent and credible external independent Monitor for
this Pact. The task of the Monitor is to review independently and objectively,
whether and to what extent the parties comply with the obligations under this
agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairperson
of the Board of the Principal.
(3) The Contractors accepts that the Monitor has the right to access without restriction
to all Project documentation of the Principal including that provided by the
Contractor. The Contractor will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to this
project documentation. The same is applicable to Subcontractors. The Monitor is
under contractual obligation to treat the information and documents of the Bidder /
Contractor / Subcontractor with confidentiality.
(4) The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the Principal and the Contractor. The
parties offer to the Monitor the option to participate in such meetings.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 63 of 349 Tenderer’s signature with seal
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement,
he will so inform the Management of the Principal and request the Management to
discontinue or heal the violation, or to take other relevant action. The Monitor can
in this regard submit non-binding recommendation. Beyond this, the Monitor has
no right to demand from the parties that they act in a specific manner, refrain from
action or tolerate action. However, the Independent External Monitor shall give an
opportunity to the bidder / contractor to present its case before making its
recommendations to the Principal.
(6) The Monitor will submit a written report to the Chairperson of the Board of the
Principal within 8 to 10 weeks from the date of reference or intimation to him by
the ‘Principal’ and, should the occasion arise, submit proposals for correcting
problematic situations.
(7) Monitor shall be entitled to compensation on the same terms as being extended to /
provided to Outside Expert Committee members / Chairman as prevailing with
Principal.
(8) If the Monitor has reported to the Chairperson of the Board a substantiated
suspicion of an offence under relevant Anti-Corruption Laws of India, and the
Chairperson has not, within reasonable time, taken visible action to proceed
against such offence or reported it to the Vigilance Office, the Monitor may also
transmit this information directly to the Central Vigilance Commissioner,
Government of India.
(9) The word ‘Monitor’ would include both singular and plural.
Section 9 – Pact Duration
This Pact begins when both parties have legally signed it. It expires for the
Contractor 12 months after the last payment under the respective contract, and for
all other Bidders 6 months after the contract has been awarded.
If any claim is made / lodged during this time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it is
discharged / determined by Chairperson of the Principal.
Section 10 – Other provisions
(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is
the Registered Office of the Principal, i.e. Mumbai. The Arbitration clause
provided in the main tender document / contract shall not be applicable for any
issue / dispute arising under Integrity Pact.
(2) Changes and supplements as well as termination notices need to be made in
writing. Side agreements have not been made.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 64 of 349 Tenderer’s signature with seal
(3) If the Contractor is a partnership or a consortium, this agreement must be signed
by all partners or consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intentions.
For the Principal For the Bidder/Contractor
Place……………………………. Witness 1:
……………………
Date……………………………… Witness
2:…………………….
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 65 of 349 Tenderer’s signature with seal
SECTION - 5
SPECIAL CONDITIONS
OF CONTRACT
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 66 of 349 Tenderer’s signature with seal
SPECIAL CONDITIONS OF CONTRACT
INDEX
ARTICLE SR. NO. DESCRIPTION
1.0 BRIEF SCOPE OF WORK
2.0 BID PRICES
3.0 COMPLETION PERIOD
4.0 BID SECURITY
5.0 PAYMENT TERMS
6.0 SPECIAL NOTES
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 67 of 349 Tenderer’s signature with seal
SPECIAL CONDITIONS OF CONTRACT
The following articles shall supplement the instructions to Bidders and General Terms and
Conditions of Works Contract. In case of any conflict between General Terms and
conditions of Works Contract and Special Conditions of Contract, the latter shall prevail
to the extent applicable.
1.0 BRIEF SCOPE OF WORK
Bidder’s scope of work shall be in strict compliance with the enclosed Technical
Specification.
2.0 BID PRICES
2.1 Prices shall be furnished strictly in the appropriate price Schedule format enclosed
with the bid document (Section - 11).
2.2 Quoted prices shall remain firm fixed, and binding without any escalation
whatsoever till complete execution of order irrespective of any change in cost of
raw materials, labour, statutory or otherwise. Regarding quantity variation
provisions as contained in clause 3.6 – Section 4 – General Terms and Conditions
of Contract shall govern.
2.3 Quoted prices shall be inclusive of all testing and inspection requirements
(including stage wise and final inspection by Owner/ Owner’s Consultant for
which no extra charges shall be paid) as specified in the bid document. However,
Personal and incidental expenses of Owner/ Owner’s Consultant’s inspectors are
not in vendor’s scope.
2.4 Bidder’s quoted prices shall be deemed to include entire scope of work and all
obligations and responsibilities to be carried out/ executed by the Bidder as per
terms of bid document.
2.5 Quoted prices must be net of discount, if any.
2.6 Owner reserves the right, at the time of award of contract, to increase or decrease
the quantity of goods as specified in the bid document without any change in the
unit prices (as well as lumpsum prices, if any) and other terms and conditions.
Bidder’s quoted prices shall be valid for such quantity variation.
2.6A. Payment shall be made based on actual quantities executed at Site.
2.7 TAXES & DUTIES:
Refer clause 7.d – General Terms and conditions of Works Contract.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 68 of 349 Tenderer’s signature with seal
2.7.1 TAXES & DUTIES IN FOREIGN COUNTRIES
The Contractor shall accept full and exclusive liability at his own cost for the
payment of any and all taxes, duties, cesses and levies howsoever designated, as
are payable to any government , local or statutory authority in any country other
than India as are now in force or as are herein after imposed , increased or
modified and as payable by Contractor , his agents, sub-contractors and its/their
respective employees for or in relation to this performance of this contract. The
contractor shall be deemed to have been fully informed with respect to all such
liabilities and considered and included the same in its bid and the price quoted
shall not be varied in any way on this account.
2.8 CUSTOM DUTY
The Contractor shall include custom duties for all materials and consumables
envisaged to be imported for incorporation in the work. It shall be clearly
understood by the Contractor that custom duty shall neither be paid nor reimbursed
by Owner. Contractors prices shall be deemed to include custom duty as
applicable. Contractor shall be fully responsible for port clearance including
stevedoring, handling, unloading, loading, storage, inland transportation and
receipt of materials at site, etc. and cost thereof shall be included in the contract
price.
2.9 CUSTOM DUTY ON CONSTRUCTION EQUIPMENTS
2.9.1 Contractor is liable to pay custom duty on the equipment brought into India for
executing the project. The Contractor shall be fully liable for observing all the
formalities in this regard as well as to pay the custom duty chargeable on the
equipment including any deposit payable for such purposes. No adjustment in
contract rates is permissible for any change in duty drawback applicable in respect of
equipment and machinery brought into India for the use in the project and for re-
export of equipment and machinery on completion of the works covered under this
contract.
2.9.2 If the Custom authorities require the Contractor to furnish a bond to secure
payment of any custom duty in respect of and import and that such Bond shall be
furnished by Owner , the Owner at the request of Contractor furnish such bond
against the Contractor furnishing a bank guarantee to Owner of the like amount in
the form and from a Bank in India approved by the Owner.
2.9.3 If for any reason the Owner is required by the Custom authorities to pay any
Custom duty due to the importation or retention by the Contractor of any imports,
the Contractor shall forthwith on demand by the Owner pay the same to Owner
with the right with the Owner ( without prejudice to any other mode of recovery or
right or Owner ) to deduct the same from the on account and other payments due/
or becoming due or payable to the Contractor from time to time. The payments
under such a case shall be subject to submission of Bank Guarantee from a bank
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 69 of 349 Tenderer’s signature with seal
approved by Owner , by the Contractor in favour of Owner for an amount
equivalent to amount of Custom duty.
3.0 COMPLETION PERIOD:
3.1 The completion schedule shall be as stipulated in Section - 10 of bid document.
3.2 It may be noted that bids offering completion period beyond the completion
schedule as specified in Section - 10 will be loaded for evaluation as per the
loading criteria
3.3 The completion period shall be reckoned from the date of Fax of Acceptance.
3.4 After award of order, Vendor may improve the completion schedule when
compared to that stipulated under Section-10 of bid document.
4.0 BID SECURITY
4.1 The Bidder shall furnish, as part of his bid, a bid security in original for the amount
specified in the bid.
4.2 The bid security is required to protect the Owner against the risk of Bidder’s
conduct, which would warrant the security’s forfeiture.
4.3 The Bid Security shall be in the form of an irrevocable Bank Guarantee (in the
format at Annexure-A of Section-7) issued by any Indian Scheduled Bank (other
than Co-operative Bank). . Bid Security shall be issued in favour of “M/s
Hindustan Petroleum Corporation Limited”.
4.4 Unsuccessful Bidder’s bid security will be discharged/returned as promptly as
possible, but not later than 60 days after the expiry of the period of bid validity
prescribed by the Owner.
4.5 The successful Bidder’s bid security will be discharged upon the Bidder’s
accepting the Contract/ Purchase Order, and furnishing the Security Deposit.
4.6 The bid security may be forfeited:
a) If a Bidder withdraws his bid during the period of bid validity
Or
b) In the case of a successful Bidder, if the Bidder fails or refuses to:
i) Accept the Purchase Order in accordance with agreed terms and conditions.
ii) Furnish security deposit as per bid document / purchase Order.
iii) If a Bidder changes the proposed manufacturer after submission of Bid.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 70 of 349 Tenderer’s signature with seal
iv) Accept arithmetical corrections to his bid as specified in clause no. 18.2 of
Instructions to bidder.
4.7 Bid Security should be in favour of Hindustan Petroleum Corporation Limited
(HPCL) and addressed to HPCL. However, original Bid Security should be
enclosed separately in a sealed cover and submitted along with the bid. Bid
Security must indicate the Bid Document number and the item for which the
Bidder is quoting. This is essential to have proper correlation at a later date. The
Bid Security shall be strictly in the form provided in the bid document.
4.8 Central Public Sector Undertaking of Govt. Of India are exempted from furnishing
the bid security. Firms registered with NSIC are also exempted from furnishing bid
security, provided they are registered for the tendered items and up to the monetary
limit they intend to quote. Provided further that they submit a copy of the current
and valid registration certificate for the quoted item and monetary value along with
their bid(s). Owner reserves right to verify the registration certificate provided,
with relevant authorities.
5.0 PAYMENT TERMS
5.1 Following payments shall be made to the Contractor against running bills subject to
the rate awarded to him and clause 7c regarding retention money as per the General
Terms and Conditions.
5.1.1 Equipment
On delivery of material :
5.1.1.1 80% of the supply price including all taxes, levies & freight etc., will be paid on
prorata basis as per approved billing schedule against receipt of material at site and
upon submission of following documents:
- Copies of invoices showing goods description, quantity, unit price and total
amount.
- Railway receipt/ lorry receipt/ delivery of challan duly acknolwedged by the
Consignee.
- Manufacturer’s guarantee certificate.
- Inspection certificate and despatch clearance issued by the nominated inspection
agency and supplier’s factory inspection report.
5.1.1.2 10% of the supply price including taxes, duties & levies, etc., shall be payable on
completion of erection and successful commissioning of individual terminals and
certification of the same by site engineer. However, if commissioning is delayed by
more than 3 months from the date of completion of cold trial run (to be certified by
HPCL), or scheduled completion period whichever occurs later, due to non
availability of product / reasons attributable to HPCL, the above payment shall be
released against BG of equal amount valid till the revised anticipated commissioning
period.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 71 of 349 Tenderer’s signature with seal
5.1.1.3 Last 10% of the supply price shall be paid on stabilisation of system and on and
satisfactory performance of the system for a period of 3 months after
commissioning and on acceptance individual terminals by owner. However, if
commissioning is delayed by more 9 months from the date of completion of cold
trial run (to be certified by HPCL) or scheduled completion period whichever
occurs later, due to non availability of product / reasons attributable to HPCL, the
above payment shall be released against BG of equal amount valid till the revised
anticipated stabilization period. This shall not relieve the vendor to conduct SAT
and stabilization of system thereafter after the receipt of product.
5.1.2 For the Price component of erection:
5.1.2.1 80% of the erection price will be paid progressively on prorata basis on physical
progress of work certified by Site Engineer of OWNER as per the approved billing
schedule and upon submission of the following documents :
- Copies of invocies
- Copy of certified progress of work
- Proof of payment of ESI and deposition of EPF etc.,
- Wage Sheet
- Certified Time Sheet
5.1.2.2 10% of erection price shall be payable on successful completion of erection,
successful commissioning of terminal and certification of the same by Site Engineer.
However, if commissioning is delayed by more than 3 months from the date of
completion of cold trial run (to be certified by HPCL), or scheduled completion
period whichever occurs later, due to non availability of product / reasons attributable
to HPCL, the above payment shall be released against BG of equal amount valid till
the revised anticipated commissioning period.
5.1.2.3 Last 10% of the erection price shall be paid on stabilisation of system and on and
satisfactory performance of the system for a period of 3 months after
commissioning and on acceptance individual terminals by HPCL. However, if
commissioning is delayed by more 9 months from the date of completion of cold
trial run (to be certified by HPCL) or scheduled completion period whichever
occurs later, due to non availability of product / reasons attributable to HPCL, the
above payment shall be released against BG of equal amount valid till the revised
anticipated stabilization period. This shall not relieve the vendor to conduct SAT
and stabilization of system thereafter after the receipt of product.
5.2 Annual Maintenance Contract (for 5 years)
5.2.1 100% of total charges towards maintenance shall be paid at the end of each year
of maintenance against submission of pre-receipted invoice and necessary
certification by HPCL.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 72 of 349 Tenderer’s signature with seal
5.2.2 The BG shall be submitted one month before the end of warranty period for full
AMC value. However the BG value shall be reduced each year according to the
balance AMC amount and accordingly BG shall be submitted.
Notes
(i) In line with clause 11 of General Terms and Conditions, Contractor shall furnish a
Performance bank guarantee from any Nationalised bank for the value of 10% of
the work entrusted within a period of 12 months from the date of issue of
completion certificate. The bank guarantee shall be valid till the end of the
warranty period. If however the contractor fails to provide such a bank guarantee
owner shall have the right to retain the Security deposit and Retention money to
cover the 10% of guarantee amount and to return / refund the same after the expiry
of the warranty period.
6.0 SPECIAL NOTES
6.1 The Contractor has to make his own arrangement for both construction water and
drinking water. Owner does not undertake to supply water to Contractor.
6.2 Electric power required for the construction work shall be arranged by the
Contractor. The Owner does not undertake to supply Electricity to the Contractor.
6.3 The rates quoted in the tender shall be inclusive of all existing taxes , duties like
Excise duty, Sales tax, TOT, Tax on works contract, service tax, fees, levies, etc.
as levied in connection with the contract work and shall be borne and paid by the
contractor . Any statutory variations in the above and imposition of new taxes
during the execution within the contract period shall also be borne by the
Contractor. Tax on works contract shall be deducted at source as per Govt
regulations.
6.4 The rates quoted in the tender shall include all charges for cleaning of site before
commencement as well as after completion , water , electric consumption ,
scaffolding, centering, staging, planking, timbering, and pumping out water
including fencing, plant and equipment storage sheds, watching and lighting by
night as well as day, temporary plumbing and electric supply, and the
contractor shall as occasion shall require or when ordered to do so, reinstate and
make good, all matters and things disturbed during the execution of the work, to
the satisfaction of the Owner. The rates quoted shall be deemed to be for the
finished work to be measured at site.
6.5 Unless otherwise stated the tender is on item rate basis. The quantities in the
Schedule of Quantities approximately indicates the total extent of work.
6.6 The successful tenderer shall make his own arrangement to obtain all materials
required for the work including steel and cement.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 73 of 349 Tenderer’s signature with seal
6.7 If the contract work or any portion thereof at any time be found defective or fails
to fulfill the requirements , Owner shall give Contractor notice in writing setting
forth particulars of such defects or failure and contractor shall forthwith make
good such defects or replace or alter to make it comply with the requirements. Any
materials , equipments, etc. brought to site and found to be not in accordance with
the specification shall be rejected and the Contractor shall remove the materials
from the site within the time specified by the Owner. The contractor shall not be
entitled for any extension of time or extra cost for rejection.
6.8 The contractor shall strictly follow the safety code and also the instructions issued
by the Safety department from time to time. Before starting the work the contractor
shall meet the Safety Engineer and get himself familiar with the safety measures to
be taken during execution of the job. The contractor shall be personally responsible
for the safety of his workmen and shall be liable for prosecution in case of any
accident.
6.9 All statutory approvals as required including permanent power supply, road
cutting, forest clearance, panchayat / municipality clearance , etc. shall be taken
care by the tenderer. Owner may submit necessary signed papers as required for
such clearance.
6.10 The Contract will be operated on item rate basis and the rates shall include all
taxes, duties and other costs for the defined scope of work.
7.0 In partial modification of clause No.11 and 5n of GCC the period of warranty shall
be 24 months from the date of acceptance of the system after stabilisation for each
terminal separately. During warranty period the contractor shall be liable to
replace/ rectify any item / equipment found defective. All spares and consumables
required during the warranty period shall be under the scope of the contractor.
8.0 Evaluation of Bids – The offer will be evaluated together with spares and AMC
prices. However HPCL reserves the right to award the contract for spares as well
as AMC later but before the expiry of warranty period. Tenderer shall keep the
prices of spares and AMC firm and binding till the expiry of the warranty period.
Bidders to quote basic rates for AMC and applicable Service Tax shall be
reimbursed on actuals.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 74 of 349 Tenderer’s signature with seal
SECTION – 6
PROFORMA
1. Annexure-A - EMD
2. Annexure-B - Contract Performance Bank Guarantee (CPBG)
3. Annexure-C: -Letter of Authority for attending Pre-Bid Meeting,
Unpriced and Priced Bid Opening.
4. Annexure-D - Loading Criteria
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 75 of 349 Tenderer’s signature with seal
ANNEXURE-A
(SPECIMEN)
BANK GUARANTEE IN LIEU OF EARNEST MONEY
(On Non-Judicial stamp paper of appropriate value)
TO : Hindustan Petroleum Corporation Limited
(Address as applicable)
IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION
LIMITED a Government of India Company registered under the Companies Act, 1956,
having its registered office at 17, Jamshedji Tata Road, Bombay-20 (hereinafter called
"The Corporation" which expression shall include its successor in business and assigns)
issued a tender on Messrs. ................................................ a partnership firm/sole proprietor
business/a company registered under the Companies Act, 1956 having its office at
(hereinafter called "the Tenderer" which expression shall include its executors,
administrators and assigns) against Tender no............ dated .................... (hereinafter
called "the tender" which expression shall include any amendments/ alterations to "the
tender" issued by "the Corporation") for the supply of goods to/execution of services for
"the Corporation" and "the Corporation" having agreed not to insist upon immediate
payment of Earnest Money for the fulfillment of the said tender in terms thereof on
production of an acceptable Bank Guarantee for an amount of Rs....... (Rupees
...........................only).
1. We, ................................... Bank having office at .....................................................
Bombay (hereinafter referred to as "the Bank" which expression shall include its
successors and assigns) at the request and on behalf of "the Tenderer" hereby agree
to pay to the Corporation without any demur on first demand an amount not
exceeding Rs...........(Rupees................................ only) against any loss or damage,
costs, charges and expenses caused to or suffered by "the Corporation" by reason
of non performance and fulfillment or for any breach on the part of "the Tenderer"
of any of the terms and conditions of the said "tender".
2. We, ........................................ Bank further agree that "the Corporation" shall be
sole Judge whether the said "Tenderer" has failed to perform or fulfill the said
"tender" in terms thereof or committed breach of any of the terms and conditions
of "the order" and the extent of loss, damage, cost, charges and expenses suffered
or incurred or would be suffered or incurred by "the Corporation" on account
thereof and we waive in favour of "the Corporation" all the rights and defences to
which we as guarantors and/or "the Tenderer" may be entitled to.
3. We, ................................. Bank further agree that the amount demanded by "the
Corporation" as such shall be final and binding on "the Bank" as to "the Bank" 's
liability to pay and the amount demanded and "the Bank" to undertake to pay "the
Corporation" the amount so demanded on first demand and without any demur
notwithstanding any dispute raised by "the Tenderer" or any suit or other legal
proceedings including arbitration pending before any court, tribunal or arbitrator
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 76 of 349 Tenderer’s signature with seal
relating thereto, our liability under this guarantee being absolute and
unconditional.
4. We, ....................................... Bank further agree with "the Corporation" that "the
Corporation" shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said "tender"/or to extend time of performance by "the Tenderer"
from time to time or to postpone for any time to time any of the powers exercisable
by "the Corporation" against "the Tenderer" and to forbear to enforce any of the
terms and conditions relating to "the tender" and we shall not be relieved from our
liability by reason of any such variation or extension being granted to "the
Tenderer" or for any forbearance, act or omission on the part of "the Corporation"
or any indulgence by "the Corporation" to "the tenderer" or by any such matter or
things whatsoever which under the law relating to sureties would but for this
provision have the effect of relieving us.
5. NOTWITHSTANDING anything hereinbefore contained, our liability under this
Guarantee is restricted to Rs. ......... (Rupees....................................... only). Our
liability under this guarantee shall remain in force until expiration of six months
from the due date of opening of the said "tender" plus two months as claim period.
Unless a demand or claim under this guarantee is made on us in writing within said
period, that is, on or before ............................ all rights of "the Corporation" under
the said guarantee shall be forfeited and we shall be relieved and discharged from
all liabilities thereunder.
6. We, ........................................ Bank further undertake not to revoke this guarantee
during its currency except with the previous consent of "the Corporation" in
Writing.
7. We, ......................................... Bank lastly agree that "the Bank" 's liability under
this guarantee shall not be affected by any change in the constitution of "the
Tenderer".
8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in
terms of the documents and/or the Agreement/Contract or MOU entered into
between "the Tenderer" and "the Bank" in this regard.
THE CONDITIONS of this obligation are:
(i) If the bidder withdraws his bid during the period of Validity, or
(ii) If the Bidder, having been notified of the acceptance of his bid by the OWNER
during the period of Bid Validity;
A) Fails or refuses to accept the Work Order or
B) Fails or refuses to furnish the Security Deposit in accordance with the
General Conditions of Contract or
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 77 of 349 Tenderer’s signature with seal
IN WITNESS WHEREOF the Bank has executed this document on this ..........................
day of ......................
For ........................ Bank
(by its constituted attorney)
(Signature of a person authorised
to sign on behalf of "the Bank")
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 78 of 349 Tenderer’s signature with seal
ANNEXURE-B
PROFORMA OF PERFORMANCE BANK GUARANTEE
To
Hindustan Petroleum corporation Ltd.
17. Jamshedji Tata Road,
P.O. Box 11041
Mumbai - 400 020
Dear Sirs,
In consideration of the Hindustan Petroleum Corporation ltd. (hereinafter called
'The Company' which expression Shall include. its successors and assigns) having
awarded to M/s.(Name)_______________(constitution)______address)__________
(hereinafter reffered to as "'The Contractor" which expression shall wherever the
subject or context so permits include its successors and assigns) a Works contract in
terms inter alia, of the Company(s) letter No. _____Dated____and the General
Conditions of Contract / Special Conditions of Contract of the Company and upon
the condition of Contractor furnishing security for the performance of the
Contractors obligations and / or discharge of the Contractors liability under and/or
in connection with the said Works contract up to a sum of in (in figures)(In
words)_________ Only amounting to 10% (ten percent) of the total contract value.
We, (name)_________(constitution).....................(hereinafter called "'The Bank” which
expression shall include its "Successors and assigns) hereby jointly and severally
undertake and guarantee to payment to the Company In (currency) forthwith on demand in
writing and without protest or demur of any and all moneys anywise payable by the
Contractor to the Company under, in respect of or in connection with the said works
contract inclusive of all the company's loss and expenses and other moneys anywise
payable in respect of the above as specified in any notice of demand made by the company
to the Bank with reference to this Guarantee up to an aggregated limit of (in
figures)..............(in words) .................only.
And the Bank hereby agrees with the Company that:
(i) This Guarantee/Undertaking shall be a continuing Guarantee/Undertaking and
shall remain valid and irrevocable for all claims of the Company and liabilities of
the Supplier arising up to and until midnight of.....................
(ii) This Guarantee/Undertaking shall be in addition to any other guarantee or security
whatsoever that the Company may now or have at any time anywise have in
relation to the Contractors obligation/ liabilities under and/or in connection with
the said works contract, and the Company shall have full authority to take recourse
to or reinforce this security in preference to the other security (ies) at its sole
discretion, and no failure on the part of the Company in enforcing or requiring
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 79 of 349 Tenderer’s signature with seal
enforcement of any other security shall have the effect of releasing the Bank from
its full liability hereunder.
(iii) The Company shall be at liberty without reference to the Bank and without
affecting the full liability of the Bank hereunder to take any other security in
respect of the Contractors obligations and or liabilities under or in connection with
the said works contract and to vary the terms vis-a-vis the Supplier of the said
works contract or to grant time .and or indulgence to the Contractor or to reduce or
to increase of otherwise vary the prices of the total contract value or to release or
to forebear from enforcement or any of the obligation of Contractor under the said
works contract and or the remedies of _the Company under any other security (ies)
now or hereafter held by the Company and no such dealing(s). variation(s),
reduction(s). increase(s) or other indulgence(s) or arrangement(s) with the
Contractor or release or forbearance whatsoever shall have- the effect or releasing
the Bank from its full liability to the Company hereunder or of prejudicing rights
of the Company against the Bank.
(iv) This Guarantee/Undertaking shall not be determined or affected by the liquidation
or winding up dissolution, or change of constitution or insolvency of the
Contractor but shall in all respects and for all purposes be-binding and operative
until payment of all money payable to the company in terms hereof.
(v) This Bank hereby waives all rights at any time inconsistent with the terms of this
Guarantee / Undertaking and the obligations of the Bank in terms here of shall not
be anywise affected or suspended by reason or any dispute or disputes having been
raised by the supplier (whether or not pending before any Arbitrator, Officer
Tribunal, or Courts) or any denial or liability by the Contractor or any denial of
liability by the Contractor or any other order of communication whatsoever by the
Contractor stopping or preventing or purporting to stop or prevent any payment by
the Bank to the Company in terms hereof.
(vi) The amount stated in any notice of demand addressed by the Company to
Guarantor as liable to be paid to the Company by the Contractor or as suffered or
incurred by the Company on Account of any losses of damages of costs, charges
and/or expenses shall be as between the Bank and the Company be conclusive of
the amount so liable to be paid to Company or suffered or incurred by the
Company as the case may be and payable by the Guarantor to Company in terms
here of.
(vii) Notwithstanding anything contained herein before, our liability under this
guarantee is restricted to Rs.____________________ (Rupees
___________________(in words)) in aggregate and will remain in force till the ---
--------day of 20 -- unless a claim or demand in writing is made against us under
the guarantee after the expiry of 3 months from the aforesaid date, i..e. before the -
--------------day of 20--. All your rights under the said aggregates shall be forfeited
and shall be relieved and discharged from all liabilities thereafter.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 80 of 349 Tenderer’s signature with seal
(viii) "The Bank" has power to issue this guarantee in favour of "the Corporation" in
terms of the documents and/or the agreement/contract or MOU entered into
between "the supplier" and "the Bank" in this regard.
IN WITNESS Where of __________________ Bank, has executed this document at
________________ on _______________ 200 .
____________________________ Bank
(by its constituted
attorney) (signature of a
person authorized to sign
on behalf of "the Bank")
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 81 of 349 Tenderer’s signature with seal
ANNEXURE-C
Proforma of Letter of Authority for Attending Pre-bid Meeting,
Opening of Unpriced & Priced Bid.
No. ............ Date:
Chief Manager-Procurement
HPCL,
Hindustan Bhavan,
8, Shoorji Vallabhdas Marg,
MUMBAI-400001
Attn: Shri V A PradeepKumar
Dear Sirs,
We........................................hereby authorise following representatives (s) to attend
the unpriced bid opening and priced bid opening against your Bid document number
No. ..........................for....................................(item Name).......................................
1. Name & Designation.........................Signature............................
2. Name & Designation........................Signature............................
We confirm that we shall be bound by all and whatsoever our representative (s) shall
commit.
Yours faithfully,
Signature...........................................
Name & Designation.........................
For & on behalf of............................
Note:
This Letter of Authority should be on the letterhead of the Bidder and should be
signed by a person competent and having the power of attorney to bind the Bidder.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 82 of 349 Tenderer’s signature with seal
ANNEXURE -D
LOADING CRITERIA FOR DEVIATIONS TO PURCHASE CONDITIONS
In the case of following specific deviations to our Tender Conditions, Loading of the
Vendor’s Price shall be done as narrated.
1. Deviation to Completion Period
- Confirmed Tender Term No Loading
- Completion Period extends beyond
the stipulated period by and upto
10 weeks.
1/2 % per week.
- Completion Period extends beyond
the stipulated period by more than
10 weeks.
Bid will be rejected.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 83 of 349 Tenderer’s signature with seal
SECTION 7
HEALTH, SAFETY &
WELFARE PLAN
DURING
CONSTRUCTION
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 84 of 349 Tenderer’s signature with seal
List of Contents
Chapter-1 : Guidelines for Development of Construction HSE plan
Chapter-2 : Safety precaution recommended during Excavation and Scaffolding works
activities.
Chapter-3 : Essential checklist for most commonly hazards at
Construction sites.
Chapter- 4 : Golden rules to reduce risk at site.
Chapter- 5 : HSE Passport- A Good practice guide
Chapter - 6 Important provision under -
The building and other construction workers (regulation of employment and
conditions of service) act, 1996
The building and other construction worker’s (regulation of employment and
conditions of service) central rules, 1998.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 85 of 349 Tenderer’s signature with seal
Chapter-1 : Guidelines for Development of Construction HSE Plan
General
Not all information relating to the project may be available to fully develop the health and
safety plan before the start of construction. This could be because not all the design work
may have been completed or many of the subcontractors who will be carrying out the
work have yet to be appointed. However, site layout drawings covering the project at
different stages, completed design information and the pre-tender stage health and safety
plan will be valuable in developing the health and safety plan so that:
• The general framework is in place (including arrangements for welfare); and
• it deals with the key tasks during the initial work packages where design is
complete.
For projects where a significant amount of design work will be prepared as construction
proceeds, specific arrangements for dealing with this work may need to be set out in the
health and safety plan. This is important to ensure that the health and safety aspects of the
design work are considered and dealt with properly by designers and the planning
supervisor. This will particularly occur under the various design and build and
management contracting forms of procurement.
The health and safety plan will need to be added to, reviewed and updated as the project
develops, further design work is completed, information from the subcontractors starting
work becomes available, unforeseen circumstances or variations to planned circumstances
arise, etc.
What should the health and safety plan start with?
The health and safety plan can usefully open with:
• A description of the Project
• A general statement of health and safety principles and objectives for the project;
• Information about restrictions which may affect the work (eg, neighbouring
buildings, utility services, vehicular and pedestrian traffic flows and restrictions
from the work activities of the client).
What should be the role of contractor in HSE Plan:
Principal contractors shall co-ordinate and manage health and safety issues during the
construction work. One of the duties place don the planning supervisor is to ensure that a
pre-tender stage health and safety plan is prepared before arrangements are made for the
principal contractor to carry out or manage construction work.
The principal contractor is then required to develop the health and safety plan before work
starts on site and keep it up to date throughout the construction phase. The degree of detail
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 86 of 349 Tenderer’s signature with seal
required in the health and safety plan for the construction phase and the time and effort in
preparing it should be in proportion to the nature, size and level of health and safety risks
involved in the project. Projects involving minimal risks will call for simple,
straightforward plans. Large projects or those involving significant risks will need more
detail.
What should the health and safety plan cover for the construction phase?
The health and safety plan should set out the arrangements for securing the health and
safety of everyone carrying out the construction work and all others who may be affected
by it.
It should deal with:
• The arrangements for the management of health and safety of the construction
work;
• The monitoring systems for checking that the health and safety plan is being
followed;
• Health and safety risks to those at work, and others, arising from the construction
work, and from other work in premises where construction work may be carried
out.
What arrangements should be set out in the Health and Safety plan for managing
and organising the Project?
These can include:
1 : Management
• The management structure and responsibilities of the various members of the
project team, whether based at site or elsewhere;
• Arrangements for the principal contractor to give directions and to co-ordinate
other contractors.
2 : Standard setting
• The health and safety standards to which the project will be carried out. These may
be set in terms of statutory requirements or higher standards that the client may
require in particular circumstances.
3 : Information for contractors
• Means for informing contractors about risks to their health and safety arising from
the environment in which the project is to be carried out and the construction work
itself.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 87 of 349 Tenderer’s signature with seal
4 : Selection procedures
The principal contractor has to make arrangements for ensuring that:
All contractors, the self-employed and designers to be appointed by the principal
contractor are:
• Competent and will make adequate provision for health and safety;
• Suppliers of materials to the principal contractor will provide adequate health and
safety information to support their products;
• Machinery and other plant supplied for common use will be properly selected,
used and maintained; and that operator training will be provided.
5: Communications and co-operation
• Means for communicating and passing information between the project team
(including the client and any client’s representatives) the designers, the planning
supervisor, the principal contractor, other contractors, workers on site and others
whose health and safety may be affected;
• Arrangements for securing co-operation between contractors for health and safety
purposes;
• Arrangements for management meetings and initiatives by which the health and
safety objectives of the project are to be achieved;
• Arrangements for dealing with design work carried out during the construction
phase, ensuring it complies with the duties on designers (CDM regulation 13) and
resultant information is passed to the appropriate person(s).
6: Activities with risks to Health and Safety
Arrangements need to be made for the identification and effective management of
activities with risks to health and safety, by carrying out risk assessments, incorporating
those prepared by other contractors, and also safety method statements which result. These
activities may be specific to a particular trade (eg, false work) or to site-wide issues, and
may include:
• The storage and distribution of materials;
• The movement of vehicles on site, particularly as this affects pedestrian and
vehicular safety;
• Control and disposal of waste;
• The provision and use of common means of access and places of work;
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 88 of 349 Tenderer’s signature with seal
• The provision and use of common mechanical plant;
• The provision and use of temporary services (e.g. electricity);
• Temporary support structures (e.g. false work);
• Commissioning, including the use of permit-to-work systems;
• Protection from falling materials;
• Exclusion of unauthorised people.
Control measures to deal with these should be clearly set out, including protection of
members of the public.
7: Emergency procedures
• Emergency arrangements for dealing with and minimising the effects of injuries,
fire and other dangerous occurrences.
8 : Reporting of RIDDOR information
• Arrangements for passing information to the principal contractor about accidents,
ill health and dangerous occurrences that require to be notified to the Health and
Safety Executive (HSE), HQO
9: Welfare
• The arrangements for the provision and maintenance of welfare facilities.
10 : Information and training for people on site
Arrangements need to be made by which the principal contractor will check that people on
site have been provided with:
• Health and safety information;
• Health and safety training; and
• Information about the project (eg relevant parts of the health and safety plan);
Arrangements also need to be made for:
• Project specific awareness training;
• Tool-box or task health and safety talks;
• The display of statutory notices.
11: Consultation with people on site
Arrangements that have been made for consulting and co-ordinating the views of workers
or their representatives.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 89 of 349 Tenderer’s signature with seal
12: Site rules
Arrangements for making site rules and for bringing them to the attention of those
affected. The rules should be set out in the health and safety plan. There may be separate
rules for contractors, workers, visitors and other specific groups.
13: Health and safety file
• Arrangements for passing on information to the planning supervisor for the
preparation of the health and safety file.
14: Arrangements for monitoring
Arrangements should be set out for the monitoring systems to achieve compliance with:
• Legal requirements; and
• The health and safety rules developed by the principal contractor through regular
planned
• Checks, and by carrying out investigations of incidents (whether causing injury,
loss, or ‘near miss’) and complaints.
This may involve:
Co-operation and regular meetings between senior management and those who provide
health and safety advice to them.
This may also involve monitoring of:
• Procedures, eg contractor selection and the management of certain trades;
• On-site standards actually achieved compared with those set for the Project;
• Reviews throughout the project, as different trades complete their work and at its
conclusion.
This means that the lessons learnt in terms of the standards that were set and those
actually achieved can be taken forward.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 90 of 349 Tenderer’s signature with seal
Chapter- 2: Safety precaution recommended during Excavation and Scaffolding
works activities
Excavation
Introduction:
Every year, people are killed or seriously injured when working in excavations.
Excavation work has to be properly planned, managed, supervised and carried out to
prevent accidents. This information sheet provides advice for those involved in excavation
work.
Planning:
Before digging any excavations, it is important to plan against the following:
• Collapse of the sides;
• Materials falling onto people working in the excavation;
• People and vehicles falling into the excavation;
• People being struck by plant;
• Undermining nearby structures;
• Contact with underground services;.
• Access to the excavation;
• Fumes; and
• Accidents to members of the public.
Make sure the necessary equipment needed such as trench sheets, props, baulks, etc, is
available on site before work starts.
Excavation collapse
• Prevent the sides and the ends from collapsing by battering them to a safe angle or
supporting them with timber, sheeting or proprietary support systems.
• Do not go into unsupported excavations.
• Never work ahead of the support.
• Remember that even work in shallow trenches can be dangerous. You may need to
provide support if the work involves bending or kneeling in the trench.
Materials falling into excavations
• Do not store spoil or other materials close to the sides of excavations. The spoil
may fall into the excavation and the extra loading will make the sides more prone
to collapse.
• Make sure the edges of the excavation are protected against falling materials.
Provide toe boards where necessary.
• Wear a hard hat when working in excavations.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 91 of 349 Tenderer’s signature with seal
People and vehicles falling into excavations
• Take steps to prevent people falling into excavations. If the excavation is 2 m or
more deep, provide substantial barriers, eg guard rails and toe boards.
• Keep vehicles away from excavations wherever possible. Use brightly painted
baulks or barriers where necessary.
• Where vehicles have to tip materials into excavations, use stop blocks to prevent
them from over-running.
• Remember that the sides of the excavation may need extra support.
Undermining nearby structures
• Make sure excavations do not affect the footings of scaffolds or the foundations of
nearby structures.
• Walls may have very shallow foundations which can be undermined by even small
trenches.
• Decide if the structure needs temporary support before digging starts.
• Surveys of the foundations and the advice of a structural engineer may be needed.
Avoiding underground services
• Look around for obvious signs of underground services, eg valve covers or
patching of the road surface.
• Use locators to trace any services. Mark the ground accordingly.
• Make sure that the person supervising excavation work has service plans and
knows how to use them.
• Everyone carrying out the work should know about safe digging practices and
emergency procedures.
Access
• Provide good ladder access or other safe ways of getting in and out of the
excavation.
Fumes
• Exhaust fumes can be dangerous. Do not site petrol or diesel-engined equipment
such as generators or compressors in, or near the edge of, an excavation unless
fumes can be ducted away or the area can be ventilated.
Protecting the public
• Fence off all excavations in public places to prevent pedestrians and vehicles
falling into them.
• Where people might get onto a site out of hours, take precautions (eg backfilling or
securely covering excavations) to reduce the chance of them being injured.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 92 of 349 Tenderer’s signature with seal
Supervision
• A competent person must supervise the installation, alteration or removal of
excavation support.
• People working in excavations should be given clear instructions on how to work
safely.
Inspecting excavations
• A competent person must inspect excavations:
- At the start of each shift before work begins;
- After any event likely to have affected the strength or stability of the
excavation; and;
- After any accidental fall of rock, earth or other material.
• A written report should be made after most inspections. Stop work if the
Inspection shows the excavation to be unsafe.
Scaffolding
Introduction:
Falls from a height continue to be the biggest killer on construction sites. This information
sheet provides advice for users of ladders and access scaffolds. It will also help those who
select and specify equipment.
Work at height should be carried out from a platform with suitable edge protection.
Occasionally this may not be possible and a ladder may have to be used. However, ladders
are best used as a means of getting to a workplace and should only be used as a workplace
for light work of short duration.
Selecting equipment:
When deciding what equipment to use think about what the job includes, how long it will
last and where it needs to be done. It is tempting to use a ladder for all sorts of work but
you should always consider a working platform first, for example, a properly erected
mobile scaffold tower or a mobile elevated working platform (MEWP).
Jobs such as removing or installing guttering, installing replacement windows, painting or
demolition work should usually be carried out from scaffolds or mobile access equipment.
Scaffold erection
• A scaffold should be designed, erected, altered and dismantled by competent
people, with all scaffolding work under the supervision of a ‘competent person’.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 93 of 349 Tenderer’s signature with seal
• Scaffolders should always adopt a safe system of work during the erection, altering
and dismantling of scaffolds. This will usually include the use of fall arrest
equipment.
• All scaffolds require bracing to help prevent them from collapsing. The platform of
a general purpose scaffold should be at least four boards wide. All scaffolds,
including ‘independent’ scaffolds, should be securely tied, or otherwise supported.
More ties will be required if:
- The scaffold is sheeted or netted due to the increased wind loading;
- It is used as a loading platform for materials or equipment; or
- Hoists, lifting appliances or rubbish chutes are attached to it.
• System scaffolds should be erected following the manufacturer’s instructions and
may require more tying than independent scaffolds.
Safe use of scaffolds
• Do not take up boards, move handrails or remove ties to gain access for work.
• Changes should only be made by a competent scaffolder.
• Never work from platforms that are not fully boarded.
• Do not overload scaffolds. Make sure they are designed to take the loads put on
them. Store materials so the load is spread evenly.
• Make sure there is suitable stair and ladder access onto the working platform.
Ladders
• Ladders should be in good condition and examined regularly for defects. You
should have a management system in place to ensure that this is done. They should
be secured so they cannot slip, usually by tying them at the top.
• The ladder should be angled to minimise the risk of slipping outwards and as a rule
of thumb needs to be ‘one out for every four up’.
• Access ladders should extend about 1 m above the working platform. This
provides a handhold for people getting on and off.
• Do not overreach: if you are working from a ladder, make sure it is long enough
and positioned to reach the work safely.
• Do not climb or work off a ladder unless you can hold onto it.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 94 of 349 Tenderer’s signature with seal
Protecting the public:
• Contact the appropriate highway authority before erecting a scaffold on a public
highway or on any roads, pavements, paths or routes used by the public.
• Ensure the scaffold is designed to carry the load from stored materials and
equipment.
• Scaffolds should be designed to prevent materials falling. You may need to
provide brick guards, netting or sheeting. Where the risk is high, or for example
during demolition or facade cleaning, you should provide extra protection in the
form of scaffold fans or covered walkways.
• Erecting and dismantling scaffolds should preferably be undertaken during off
times. People should be prevented, with suitable barriers and signs, from walking
under the scaffold during erection or dismantling.
• Stop unauthorised access onto the scaffold, for example by removing all ladders at
ground level, whenever it is left unattended.
• Never ‘bomb’ materials from a scaffold. Use mechanical hoists or rubbish chutes
to move materials and waste.
Scaffold inspection
Scaffolds must be inspected by a competent person:
- before first use;
- after substantial alteration;
- after any event likely to have affected their stability, for example, following strong
winds; and
- at regular intervals not exceeding seven days.
Any faults found must be put right before contractors allow their workers to use someone
else’s scaffold they must make sure it is safe.
The reports which have to be made following certain inspections. Those in control of
workplaces should ensure inspections are carried out by a competent person.
All employers and people in control of construction work should make sure that
places of work are safe before they allow their workers to use them for the first time.
Stop work if the inspection shows it is not safe to continue.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 95 of 349 Tenderer’s signature with seal
Reports
The competent person must complete the inspection report before the end of the working
period and provide the report or a copy to the person for whom the inspection was carried
out, within 24 hours.
Reports must be kept on site until the work is complete. Reports should then be kept for
three months at an office of the person for whom the inspections were carried out.
A report is only needed for a tower scaffold if it stays in the same place for seven days or
more and where an inspection of a working platform or any personal suspension
equipment is carried out before being used for the first time; or – after any substantial
addition, dismantling or other alteration;
Only one report is needed for any 24-hour period; where an inspection of an excavation is
carried out and only one written report is needed in any seven day period unless something
happens to affect its strength or stability.
Your record must include the following information:
– Name and address of person on whose behalf the inspection was carried out;
– Location of the workplace inspected;
– Description of workplace or part of workplace
– Inspected (including any plant and equipment and materials, if any);
– Date and time of inspection;
– Details of any matter identified that could lead to a risk to the health and
safety of anyone;
– Details of any action taken as a result of any matter identified in the last
point;
– Details of any more action considered necessary; and
– The name and position of the person making the report.
Cement
Introduction
Cement is widely used in construction. Anyone who uses cement (or anything containing
cement, such as mortar, plaster and concrete) or is responsible for managing its use should
be aware that it presents a hazard to health.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 96 of 349 Tenderer’s signature with seal
Health effects
Cement can cause ill health mainly by skin contact, inhalation of dust; and manual
handling.
Skin contact Contact with wet cement can cause both dermatitis and burns.
Dermatitis Skin affected by dermatitis feels itchy and sore, and looks red, scaly and cracked. Cement
is capable of causing dermatitis by two mechanisms - irritancy and allergy.
Irritant dermatitis is caused by the physical properties of cement that irritate the skin
mechanically. The fine particles of cement, often mixed with sand or other aggregates to
make mortar or concrete, can abrade the skin and cause irritation resulting in dermatitis.
With treatment, irritant dermatitis will usually clear up. But if exposure continues over a
longer period the condition will get worse and the individual is then more susceptible to
allergic dermatitis.
Allergic dermatitis is caused by sensitisation to the hexavalent chromium chromate)
present in cement. The way this works is quite distinct from that of irritancy. Sensitisers
penetrate the barrier layer of the skin and cause an allergic reaction. Hexavalent chromium
is known to be the most common cause of allergic dermatitis in men.
Research has shown that between 5%and 10%of construction workers may be
sensitised to cement and that plasterers, concreters and bricklayers are particularly at risk.
Once someone has become sensitised to hexavalent chromium, any future exposure may
trigger dermatitis.
Some skilled tradesmen have been forced to change their trade because of this. The longer
the duration of skin contact with a sensitiser, the more it will penetrate the skin, and the
greater the risk of sensitisation will become.
Therefore, if cement is left on the skin throughout the working day, rather than being
washed off at intervals, the risk of contact sensitisation to hexavalent chromium will be
increased. Both irritant and allergic dermatitis can affect a person at the same time.
Cement burns
Wet cement can cause burns. The principal cause is thought to be the alkalinity of the wet
cement. If wet cement becomes trapped against the skin, for example
by kneeling in it or if cement falls into a boot or glove, a serious burn or ulcer can rapidly
develop. These often take months to heal, and in extreme cases will need
skin grafts or can even lead to amputation. Serious chemical burns to the eyes can also be
caused following a splash of cement.
Inhalation of dust
High levels of dust can be produced when cement is handled, for example when emptying
or disposing of bags. In the short term, exposure to high levels of cement dust irritates the
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 97 of 349 Tenderer’s signature with seal
nose and throat. Scabbling or concrete cutting can also produce high levels of dust which
may contain silica.
Manual handling Working with cement also poses risks such as sprains and strains, particularly to the back,
arms and shoulders from lifting and carrying cement bags, mixing mortar etc. More
serious damage to the back can be caused in the long term if workers are continually
lifting heavy weights.
Health prevention and health surveillance
Skin contact You should first consider using elimination or substitution to prevent the possibility of
contact with cement. Otherwise, you should apply control measures which minimise
contact with the skin either directly or indirectly from contaminated surfaces in the
working environment.
An important way of controlling cement dermatitis is by washing the skin with warm
water and soap, or other skin cleanser, and drying the skin afterwards. Sinks should be
large enough to wash the forearms and have both hot and cold (or warm) running water.
Soap and towels should be provided. Facilities for drying clothes and changing clothes
should also be available.
Gloves may help to protect skin from cement, but they may not be suitable for all aspects
of construction site work. Caution is advised when using gloves as cement trapped against
the skin inside the glove can cause a cement burn. You should provide protective
clothing, including overalls with long sleeves and long trousers. Employers are required to
arrange for employees to receive suitable health surveillance where there is exposure to a
substance known to be associated with skin disease and where there is a reasonable
likelihood that the disease may occur. This means you should provide health surveillance
for workers who will be working with wet cement on a regular basis.
Health surveillance is needed to protect individuals and identify as early as possible any
indicators of skin changes related to exposure, so that steps can be taken to treat their
condition and to advise them about the future and give early warning of lapses in control.
Health surveillance must never be regarded as reducing the need to control exposure or to
wash cement off the skin.
Simple health surveillance will usually be sufficient. Skin inspections should be done at
regular intervals by a competent person, and the results recorded. Employers will probably
need the help of an occupational health nurse or doctor to devise a suitable health
surveillance regime and they will need to train a ‘responsible person’, for instance a
supervisor, to carry out the skin inspections.
A responsible person is someone appointed by the employer who, following instruction
from an occupational health physician or nurse, is competent to recognise the signs and
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 98 of 349 Tenderer’s signature with seal
symptoms of cement-related dermatitis. The responsible person should report any findings
to the employer, and will need refer cases to a
suitably qualified person (eg an occupational health nurse).
Inhalation of dust
Exposure to dust should be eliminated where possible, for example, by purchasing ready
mixed concrete. Where this is not possible, the risk should be assessed and appropriate
control measures implemented.
Manual handling
Manual handling of heavy loads should be avoided. In particular, cement should be
supplied in 25 kg bags or ordered in bulk supply. Where manual handling does take place,
you should assess the risks and adopt appropriate risk control measures.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 99 of 349 Tenderer’s signature with seal
Chapter-3 : Essential checklist for most commonly hazards at Construction sites
General Safety Guidelines:
When we employ or control people doing work for us, directly or thru a contract, we must
ensure that:
• Workers & Supervisors should use the safety helmet and other requisite Personal
Protective Equipment according to job & site requirement. They should be trained
to use personal protective equipment.
• Ensure the usage of correct and tested tools and tackles. Don't allow the make shift
tools and tackles.
• No loose clothing should be allowed while working near rotating equipment or
working at heights.
• Ensure that workers are trained and competent to do the job safely and without
putting their health at risk.
• Ensure that workers are informed about the work before they start and they are
given clear instructions by supervisors.
• Ensure that workers have the right tools, equipment, plant and protective clothing.
• Areas which are likely to pose danger to workers are clearly indicated.
• Check the health and past safety performance of the people we plan to use.
• Give them the health and safety information they need for the work.
• Ensure that workers have access to washing and toilet facilities.
• Make sure that you have provided everything you agreed e.g. safe scaffolds, the
right plant, access to welfare, etc.
Essential Checklist:
The following will provide an essential checklist of some of the most common hazards
which are found at construction sites.
The questionnaire will help to decide whether the site is a safe and healthy place to work.
Please note that this is not a full list.
1. Housekeeping
• Ensure proper storage of materials & equipment at work place and removal of
scrap, inflammable material, waste and debris etc. from site at appropriate intervals
to ensure proper house keeping.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 100 of 349 Tenderer’s signature with seal
• Loose materials, which are not required for use, to be removed from work place.
• Workplaces and passageways, that are slippery owing to oil, grease or other
causes, should be cleaned up or strewn with sand, sawdust, ash etc.
2. Excavation
• All excavation work should be planned and the method of excavation and the type
of support work required should be decided considering the stability of the ground
and ensuring that the excavation will not affect adjoining buildings, structures or
roadways.
• Sites of excavations should be thoroughly inspected on daily basis, prior to each
shift and after interruption in work of more than one day, after every blasting
operation, after an unexpected fall of ground, after substantial damage to supports,
after a heavy rain, frost or snow, and boulder formations are encountered.
• Safe angle of repose while excavating trenches, based on site conditions, to be
provided of excavation in all soils except hard rock or provide proper shoring and
strutting to prevent cave-in or slides.
• As far as possible, excavated earth should not be placed within one meter of the
edge of the trench or depth of trench whichever is greater.
• Don't allow vehicles to operate too close to excavated area. Maintain proper
distance from edge of excavation. No load, plant or equipment should be placed or
moved near the edge of any excavation where it is likely to cause its collapse and
thereby endanger any person unless precautions such as the provision of shoring or
piling are taken to prevent the sides from collapsing.
• If any excavation is likely to affect the stability of a structure on which persons are
working, precautions should be taken to protect the structure from collapse.
• Necessary precautions should be taken for underground utility lines like cables,
sewers etc. and necessary approvals/clearances from the concerned authorities
shall be obtained before commencement of the excavation job.
• During rains, the soil becomes loose. Take additional precaution against collapse
of side wall.
• In case of mechanised excavation, precaution shall be taken to not to allow
anybody to come near the extreme reach of the mechanical shovel. The
mechanised excavator shall be operated by a well-trained experienced operator.
The excavator should be kept on firm leveled ground with mechanical shovel
resting on ground, when not in use. Suitable precautions should also be taken for
dozers, graders and other heavy machines, as per manufacturer guidelines
3. Scaffolding
• Every scaffold should be constructed, erected and maintained so as to prevent
collapse or accidental displacement when in use.
• All scaffolds should be provided with safe means of access, such as stairs, ladders
or ramps. Ladders should be secured against inadvertent movement.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 101 of 349 Tenderer’s signature with seal
• Boards and planks used for scaffolds should be protected against splitting.
Materials used in the construction of scaffolds should be stored under good
conditions and apart from any material unsuitable for scaffolds.
• Scaffolds should be inspected and certified before being taken into use, at periodic
intervals thereafter as prescribed for different types of scaffolds and after any
alteration, interruption in use, exposure to weather or seismic conditions or any
other occurrence likely to have affected their strength or stability.
• Every scaffold should be maintained in good and proper condition, and every part
should be kept fixed or secured so that no part can be displaced in consequence of
normal use.
• Double guard rails and toe boards, or other suitable protection should be provided
at every edge to prevent falling.
• Additional brick guards should be provided to prevent materials falling from
scaffolds.
• Effective barriers or warning notices should be kept in place to stop people using
an incomplete scaffold, e.g. where working platforms are not fully boarded.
4. Reinforcement
• Ensure that workers use Personnel Protective equipment like safety helmet, safety
shoes, gloves etc.
• Ensure proper safety procedures/precautions to carry out welding/cutting of
reinforcement steel rods.
• For supplying of rods at heights, proper staging and/or bundling to be provided.
• Ensure barricading and staging for supplying and fixing of rods at height.
• For short distance carrying of materials on shoulders, suitable pads to be
provided.
5. Concreting
• Ensure stability of shuttering work before allowing concreting.
• Barricade the concreting area while pouring at height/depths.
• Keep vibrator hoses, pumping concrete accessories in healthy conditions and
mechanically locked.
• Pipelines in concrete pumping system shall not be attached to temporary
structures such as scaffolds and formwork support as the forces and movements
may affect their integrity.
• Check safety cages & guards around moving motors/parts etc. provided in
concreting mixers.
• Use Personal Protective Equipment like gloves, safety shoes etc. while dealing
with concrete and wear respirators for dealing with cement.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 102 of 349 Tenderer’s signature with seal
• Earthing of electrical mixers, vibrators, etc. should be done and verified.
• Cleaning of rotating drums of concrete mixers shall be done from outside.
Lockout devices shall be provided where workers need to enter.
• Where concrete mixers are driven by internal combustion engine, exhaust points
shall be located away from the worker's workstation so as to eliminate their
exposure to obnoxious fumes.
• Ensure adequate lighting arrangements for carrying out concrete work during
night.
• Don't allow the workers to work on concrete job for more than 12 hours. Insist on
shift pattern.
• During concrete pouring, shuttering and its supports should be continuously
watched for defects.
6. Road work
• Site shall be barricaded and provided with warning signs, including night warning
lamps at appropriate locations for traffic diversion, if any.
• Filled and empty bitumen drums shall be stacked separately at designated places.
• Mixing aggregate with bitumen shall preferably be done with the help of bitumen
batch mixing plant, unless operationally non-feasible.
• Workers handling hot bitumen sprayers or spreading bitumen aggregate mix or
mixing bitumen with aggregate, shall be provided with PVC hand gloves and
rubber shoes with legging up to knee joints.
• If bitumen accidentally falls on ground, it shall be immediately covered by
sprinkling sand, to prevent anybody stepping on it. Then it shall be removed with
the help of spade.
• For cement concrete roads, besides site barricading and installation of warning
signs for traffic diversion, safe practices mentioned in the chapter on "Concreting",
shall also be applicable.
7. Cutting / Welding
Common hazards involved in welding/cutting are sparks, molten metal, flying
particles, harmful light rays, electric shocks etc. Following precautions should be
taken while doing job of cutting and welding:
• Ensure that only approved and well-maintained apparatus, such as torches,
manifolds, regulators or pressure reducing valves, and acetylene generators, be
used.
• The welding receptacles shall be rated for 63 A suitable for 415V, 3-Phase system
with a scraping earth. Receptacles shall have necessary mechanical interlocks and
earthing facilities.
• All covers and panels shall be kept in place, when operating an electric Arc
welding machine.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 103 of 349 Tenderer’s signature with seal
• All cables, including welding and ground cables, shall be checked for any worn out
or cracked insulation before starting the job. Ground cable should be separate
without any loose joints.
• All gas cylinders shall be properly secured in upright position.
• Acetylene cylinder shall be turned and kept in such a way that the valve outlet
points away from oxygen cylinder.
• Acetylene cylinder key for opening valve shall be kept on valve stem, while
cylinder is in use, so that the acetylene cylinder could be quickly turned off in case
of emergency. Use flash back arrestors to prevent back-fire in acetylene/oxygen
cylinder.
• When not in use, valves of all cylinders shall be kept closed. All types of cylinders,
whether full or empty, shall be stored at cool, dry place under shed.
• Store acetylene and oxygen cylinders separately.
• Ensure that hoses are free from burns, cuts and cracks and properly clamped.
• During cutting/welding, use proper type goggles/face shields and fire
extinguishers.
8. Ladders
• Ensure that ladders are in good condition and rest against a solid surface and not
on fragile or insecure materials.
• Ensure that ladders are secured to prevent them slipping sideways or outwards.
• Ensure that ladders rise a sufficient height above their landing place? If not, make
sure that other hand-holds available.
• Ensure that the ladders are properly positioned so that users don’t have to over-
stretch.
• On average approx. 24 % of total construction accidents 24 % accounts towards
falls and a third of those who died were painters and decorators. A construction
worker was killed when he fell from an unsecured ladder while trying to climb
onto a flat garage roof.
9. Roof work
• During industrial roofing work ensure that nets have been provided to stop people
falling from the leading edge of the roof and from partially fixed sheets.
• When work is being carried out on sloping roofs, sufficient and suitable crawling
boards or roof ladders should be provided and firmly secured in position.
• During extensive work on the roof, strong barriers or guardrails and toe-boards
should be provided to stop a person from falling off the roof.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 104 of 349 Tenderer’s signature with seal
• Where workers are required to work on or near roofs or other places covered with
fragile material, through which they are liable to fall, they should be provided with
suitable roof ladders or crawling boards strong enough and when spanning across
the supports for the roof covering to support those workers.
• A minimum of two boards should be provided so that it is not necessary for a
person to stand on a fragile roof to move a board or a ladder, or for any other
reason.
• Ensure that people are kept away from the area below the roof work.
• Over 50% of fatal injuries to roofers are falls through fragile materials and over
30% are falls from edges and openings. A roofer was killed when he fell through
an unprotected fragile roof light while stripping and re-sheeting an industrial
pitched
10. Manual Handling
• If there are heavy materials such as roof trusses, concrete lintels, kerb stones or
bagged products which could cause problems if they have to be moved by hand,
ensure to use wheelbarrows, hoists, telehandlers, and other plant or equipment so
that manual lifting of heavy objects is kept to a minimum.
• Avoid the repetitive laying of heavy building blocks weighing more than 20 kg and
train people on how to lift safely.
11. Demolition
• Structural details and builders' drawings should be obtained wherever possible,
before demolition operations begin and the work should be planned and
undertaken only under the supervision of a competent person.
• Details of the previous use should be obtained to identify any possible
contamination and hazards from chemicals, flammables, etc.
• Necessary precautions, methods and procedures should be adopted, including those
for the disposal of waste or residues, when the demolition of any building or
structure may pose danger to workers or to the public.
• Any structural problems and risks associated with flammable substances and
substances hazardous to health to be identified and a method of demolition should
be formulated after the survey and recorded in a method statement having taken all
the various considerations into account and identifying the problems and their
solutions;
• As far as practicable, the danger zone round the building should be adequately
fenced off and sign posted. To protect the public a fence should be erected
enclosing the demolition operations and the access gates should be secured outside
working hours.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 105 of 349 Tenderer’s signature with seal
• Where plant has contained flammable materials, special precautions should be
taken to avoid fire and explosion.
• The plant to be demolished should be isolated from all other plant that may contain
flammable materials. Any residual flammable material in the plant should be
rendered safe by cleaning, purging or the application of an inert atmosphere as
appropriate.
• Care should be taken not to demolish any parts, which would destroy the stability
of other parts.
• Structures should not be left in a condition in which they could be brought down
by wind pressure or vibration.
• When equipment such as power shovels and bulldozers are used for demolition,
due consideration should be given to the nature of the building or structure, its
dimensions, as well as to the power of the equipment being used.
• All precautions should be taken to prevent danger from any sudden twist, spring or
collapse of steelwork, ironwork or reinforced concrete when it is cut or released.
12. Traffic, Vehicles and Plant
• An experienced ground worker was crushed and killed by a slewing 360 excavator
as it moved into position. He tried to pass between the machine and a trench box.
• A person was struck and killed by a van reversing at a road works site. The turning
area in the site was blocked by parked cars and the driver reversed without
assistance.
• Ensure that vehicles and plant are properly maintained, e.g. steering, lights,
handbrake and footbrake are working properly.
• Ensure that drivers have received proper training and they are competent for the
vehicles or plant they are operating.
• All loads should be properly secured and also make sure that plant and vehicles are
not used on dangerous slopes.
13. Tools and Machinery
• Ensure that the right tools or machinery are being used for the job and all
dangerous parts are guarded, e.g. gears, chain drives, projecting engine shafts.
• All tools and machinery should be maintained in good condition and all safety
devices to be ensure for operating correctly.
14. Emergencies
• Ensure that workers at site are aware of the procedures for evacuating the site in
case of any emergency at work place.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 106 of 349 Tenderer’s signature with seal
• Nos. of contacting the emergency services shall be displayed at site?
• Provision of first aid shall be ensure at site.
15. Hazardous substances
• All harmful substances and materials, such as asbestos, lead, solvents, paints,
cement and dust should be identified at work place.
• Workers should the information and training so they know what the risks are from
the hazardous substances used and produced on site, and what they need to do to
avoid those risks.
• Health surveillance for people using certain hazardous substances (eg lead) should
be arranged.
16. Noise
• Workers should have information and training so they know what the risks are
from noise on site, and what they need to do to avoid those risks.
• Suitable hearing protection should be provided and worn in noisy areas.
• Health surveillance for people exposed to high levels of noise should be arranged.
17. Hand –Arm Vibration
• Workers should have information and training so they know what the risks are
from hand-arm vibration (HAV) on site, and what they need to do to avoid those
risks.
• Risks to workers from prolonged use of vibrating tools such as concrete breakers,
angle grinders or hammer drills should be identified and assessed.
• Health surveillance for people exposed to high levels of hand-arm vibration,
especially when exposed for long periods should be arranged.
18. Electricity and other services
• All tools and equipment should be checked by users, visually examined on site and
regularly inspected and tested by a competent person.
• All necessary services should be provided at work place before work begins and
existing services present on site shall be identified (e.g. electric cables or gas
mains) and effective steps should be taken to prevent any danger from them, if
necessary.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 107 of 349 Tenderer’s signature with seal
• Low voltage tools and equipment should be used for work.
19. Welfare:
• Ensure the availability of toilets and that are they kept clean & properly lit.
• Place to change, dry and store clothing should be arranged near work place for
workers.
• Drinking water facility should be provided for the workers at work place.
• A place shall be identified where workers can sit and take rest during their recess
hours.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 108 of 349 Tenderer’s signature with seal
Chapter-4 : Golden rules to reduce risk at site
Construction is a high-risk activity. This chapter covers the ‘5 Golden rules’ that will help
you keep safe and healthy.
Remember to:
. Plan and organize what you do
. Make sure you’re trained and competent and know the special risks in your trade
. Raise problems with your supervisor or safety representative.
Rule # 1: THE BASICS
Tidy sites and decent welfare
Tidy sites and decent welfare are the basics of a good site. Slips and trips are the most
common cause of injuries at work.
An untidy site is a poorly managed site.
All sites need decent welfare facilities. The minimum welfare requirements are:
.Clean toilets
.Running hot and cold water with soap and towels
.Basins large enough to immerse your arms up to the elbows
.Drinking water
.Some where warm, dry and clean to sit and eat
Poor welfare facilities can lead to ill health
Rule # 2: PROTECTION TO AVOID FALLS FROM HEIGHT
Falls from height are the biggest cause of fatal and serious injuries in construction. They
account for 50% of all deaths. Many accidents involve falls from roofs, through fragile
materials, from ladders and from leading edges.
Generally, make sure you:
.Work from a safe and secure place or platform with proper edge protection
.Use scaffolds and scaffold towers that are competently erected
.Use powered access equipment safely
.Protect holes and leading edges, e.g. with guardrails and toe boards
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 109 of 349 Tenderer’s signature with seal
When working on roofs never:
. Work in poor weather
. Work on sloping roofs without edge protection
. Throw down waste or equipment
Take care when working on or near fragile material - you can fall through as well
as off it.
Ladders:
.Only use ladders for light work of short duration if there’s no safer alternative
.Angle and secure them to prevent slipping (1 out for 4up)
.Always make sure ladders are properly maintained
Never over-reach
Rule # 3: PROPER MANUAL HANDLING
Manual handling injuries from working with heavy, awkward materials, often in wet
conditions, are one of the most common reasons why workers leave construction. Injuries
are made worse by repetitive jobs, such as laying heavy blocks.
.Use mechanical means, e.g. hoists, teleporters and chutes
.Choose equipment suitable for the job and keep it maintained
.Change to lighter materials, bags etc.
.Avoid repetitive handling
.Avoid awkward movements
Protect yourself and reduce the strain
Rule # 4: PROPER TRANSPORT ARRANGEMENTS
Workplace transport incidents are the second most common cause of fatalities after falls
from height.
.Use barriers and warning signs to separate vehicles and people
.Create clearance around slewing vehicles
.Avoid reversing – where you can’t, use trained banks men
.Make sure loads are secure
.Don’t use plant and vehicles on dangerous slopes
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 110 of 349 Tenderer’s signature with seal
.Only take passengers on vehicles designed to take them
.Make sure vehicles are maintained and operators are trained
When people and vehicles collide, people come off worse - so keep them apart!
Rule # 5: PRECUATION WHILE WORKING ON ASBESTOS
If you’re thinking of working in a building that was built or renovated up until the 1980s,
you should assume it contains asbestos until proved otherwise.
The main asbestos-containing materials (ACMs) are lagging, asbestos insulating board,
sprayed insulation, decorative coatings and asbestos cement.
.Check if there is any ACM
.Find out what you need to do to work safely
If in any doubt, leave it to the experts!
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 111 of 349 Tenderer’s signature with seal
Chapter-5 : HSE Passport - A Good practice guide
This chapter on good practice guide describes that what a HSE Passport scheme is and
also answers to some basic information about it and gives advice on good practice
including a suggested core syllabus.
HSE Passport scheme ensure that workers have basic health and safety awareness training
and are a way of improving health and safety performance. They also help promote good
practice and can help reduce accidents and ill health caused by work. They are especially
useful for workers and contractors who work in more than one industry or firm.
What are health, safety and environment Passports?
� HSE Passport shows that a worker has up-to-date basic health and safety or health,
safety and environment awareness training. Some cover other subjects too.
� HSE Passports are a way of controlling access to work sites – only workers with
valid Passports are allowed to work.
� They shall be of credit card size and made of strong plastic with a photograph and
signature.
� Workers can hold more than one HSE Passport if they have been trained for work
in more than one industry.
� They are a very simple way for workers who move from one industry to another,
or work in more than one industry, to show employers they have basic training.
� A HSE Passport belongs to the worker not the employer.
� Some Certification Schemes operate like Passports.
� HSE Passport is a starting point for workers training for health, safety and
environment qualifications.
What should HSE Passport training cover?
A HSE Passport holder should know about:
� The hazards and risks they may face;
� The hazards or risks they can cause for other people;
� How to identify relevant hazards and potential risks;
� How to assess what to do to eliminate the hazard and control the risk;
� How to take steps to control the risk to themselves and others;
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 112 of 349 Tenderer’s signature with seal
� Their safety and environmental responsibilities, and those of the people they work
with;
� Where to find any extra information they need to do their job safely; and
� How to follow a safe system of work.
How HSE Passport scheme will work?
An industry or group of companies decide they want a way of ensuring that their
employees and any suppliers, contractors, self-employed or agency workers they use
have basic health, safety and environment training.
They need to decide or consider that :
� What training is needed for workers;
� Qualifications and resources needed by trainers;
� How training will be delivered and assessed;
� How long a Passport will be valid for;
� Need for refresher training before renewal; and
� How records will be kept and checked.
� A training scheme is developed, piloted and fine-tuned.
� Courses are offered to workers. It is important to check that training has been
successful, so workers must pass a test or an assessment must be made before a
HSE Passport is issued.
� Once the scheme starts, the industry or group of companies will not allow workers
on their sites unless they hold an up-to-date and valid HSE Passport.
� Large firms often have their own ‘approved’ list of contractors. To join this list,
contractors may have to demonstrate their health, safety and environmental
performance. Having workers with Passports is one way to do this.
HSE Passports shall not be :
� A way of knowing or identifying that a worker is competent;
� A substitute for risk assessment;
� A way of showing ‘approval’ of a contractor;
� A reason to ignore giving site-specific information; or
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 113 of 349 Tenderer’s signature with seal
� A substitute for effective on-site management.
Benefits and advantages of Passport schemes
� They can help reduce accidents and ill health caused by work.
� They can have a significant impact in reducing pollution incidents, minimising
waste and contributing to a cleaner environment for everyone.
� Passports save both time and money because workers need less induction training.
� They show a company’s commitment to having safe and healthy workers.
� Companies know that workers have been trained to a common, recognised and
validated standard.
� They help to promote good practice in the supply chain between contractors and
companies.
� Insurance and liability premiums may be reduced if a company can show that all
workers have basic health, safety and environment training.
� Workers are more employable as they have basic training.
Can a Passport be withdrawn?
Passports are not a way of showing a worker is competent – they only show that a worker
has basic training, so if a worker is found doing something wrong, the Passport is unlikely
to be withdrawn. But, for example, a Passport would be withdrawn if it was found to have
false information or was being misused.
Training arrangements
The length of training depends on how much needs to be covered. In some schemes half a
day may be enough but other courses take longer. Some courses mix the core syllabus
with training for the hazards in a specific industry and others separate the two. It is usual
for supervisors to have extra training. All courses end with some form of assessment. This
can be a multiple-choice questionnaire, a written test or one which involves a computer. In
some schemes training is provided by external trainers and in others it is done in-house.
Refresher training
Passports shall be normally valid for a period of three years. It is usual for a worker to be
given refresher training before a Passport is re-validated.
Recognition between different schemes
HSE is encouraging organisations to work together so that one scheme recognises the core
training of other schemes. This means that Passport holders do not have to repeat the core
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 114 of 349 Tenderer’s signature with seal
syllabus if they move from one employer or contract to another, they will simply need site
specific training. If they stay in the same industry they may not need to have further sector
specific training. By producing a suggested core syllabus, HSE and the Environment
Agencies hope to encourage more mutual recognition. In some schemes arrangements
have been made to recognise any Passport which meets 80% of the suggested core
syllabus and which has been issued within the last two years.
Monitoring
It is important that contractors’ supervisors monitor Passport holders on a day-to-day basis
by:
� Asking people about their work;
� Checking whether people are following procedures; and
� Observing their work.
Any site-based checking system needs to be easy for supervisors to use, for example, one
which uses cards should include photographs and signatures. The standard of training
provided also needs to be monitored by clients but most organisations running Passport
schemes have quality assurance arrangements.
Core syllabus
Passport schemes should ideally have a common core syllabus, so that :
Passport holders won’t have to repeat core training if they move from one employer or
contract to another; and Duplicated effort and cost are reduced.
Effective HSE Passport training schemes would be expected to cover elements of the core
syllabus below.
Health and Safety core syllabus
• Introduction to Passports and their purpose
• Overview of key health and safety issues
• Responsibilities and lines of communication of employers, contractors and
individuals
• Overview of risk assessment
• The role of safety representatives and health and safety inspectors
• The workplace: Safe access and exits safety signs
• Temperature, lighting, housekeeping and welfare facilities
• Slips, trips and falls
• Reporting failures and defects
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 115 of 349 Tenderer’s signature with seal
• Working at heights and falls from heights
• Plant and machinery
• Electricity
• Workplace transport
• Health
• Personal protective equipment
• Controlling harmful substances
• Manual handling
• Health surveillance or monitoring (if appropriate)
• Safe systems of work, including permit to work systems
• Emergency procedures
• Fire safety & First aid
• Reporting accidents and incidents
Environment core syllabus
• Responsibilities of employers and employees
• Environmental concerns in the workplace
• Causes of on and off site pollution
• How to prevent pollution
• Emergencies
• Emergency planning
• Emergency procedures including the use of oil absorbents
• Waste Management regulations
• Waste segregation and minimisation
• Safe and secure storage
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 116 of 349 Tenderer’s signature with seal
Chapter - 6
THE BUILDING AND OTHER CONSTRUCTION WORKERS (REGULATION
OF
EMPLOYMENT AND CONDITIONS OF SERVICE) ACT, 1996
CHAPTER VII
SAFETY AND HEALTH MEASURES
38. Safety Committee and safety officers.- (1) In every establishment wherein fivee
hundred or moree building workers are ordinarily employed, the employer shall
constitute a Safety Committee consisting of such number of representatives of the
employer and the building workers as may be prescribed by the State Government:
Provided that the number of persons representing the workers, shall, in no case, be
less than the persons representing the employer.
(2) In every establishment referred to in sub-section (1), the employer shall also
appoint a safety officer who shall possess such qualifications and perform such
duties as may be prescribed.
39. Notice of certain accidents.- (1) Where in any establishment an accident occurs
which causes death or which causes any bodily injury by reason of which the
person injured is prevented from working for a period of forty-eight hours or more
immediately following the accident, or which is of such a nature as may be
prescribed, the employer shall give notice thereof to such authority, in such form
and within such time as may be prescribed.
(2) On receipt of a notice under sub-section (1) the authority referred to in that sub-
section may make such investigation or inquiry as it considers necessary.
(3) Where a notice given under sub-section (1) relates to an accident causing death of
five or more persons, the authority shall make an inquiry into such accident within
one month of the receipt of the notice.
40. Power of appropriate Government to make rules for the safety and health of
building workers.- (1) The appropriate Government may, by notification, make
rules regarding the measures to be taken for the safety and health of building
workers in the course of their employment and the equipment and appliances
necessary to be provided to them for ensuring their safety, health and protection,
during such employment.
(2) In particular, and without prejudice to the generality of the foregoing power, such
rules may provide for all or any of the following matters namely:
(a) the safe means of access to, and the safety of, any working place, including the
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 117 of 349 Tenderer’s signature with seal
provision of suitable and sufficient scaffolding at various stages when work cannot
be safety done from the ground or from any part of a building or from a ladder or
such other means of support;
(b) the precautions to be taken in connection with the demolition of the whole or any
substantial part of a building or other structure under the supervision of a
competent person and the avoidance of danger from collapse of any building or
other structure while removing any part of the framed building or other structure
by shoring by otherwise;
(c) the handling or use of explosive under the control of competent persons so that there
is no exposure to the risk of injury from explosion or from flying material;
(d) the erection, installation, use and maintenance of transporting equipment, such as
locomotives, trucks, wagons and other vehicles and trailers and appointment of
competent persons to drive or operate such equipment;
(e) the erection, installation, use and maintenance of hoists, lifting appliances and
lifting gear including periodical testing and examination and heat treatment, where
necessary, precautions to be taken while raising or lowering loads restrictions on
carriage of persons and appointment of competent persons on hoists or other lifting
appliances;
(1) the adequate and suitable lighting of every workplace and approach therto, of
every place where raising or lowering operations with the use of hoists, lifting
appliances or lilfting gears are in progress and of all openings dangerous to
building workers employed;
(g) the precautions to be taken to prevent inhalation of dust, fumes, gases or vapours
during any grinding, cleaning, spraying or manipulation of any material and steps
to be taken to securee and maintain adequate ventilation of every working place or
confined space;
(h) the measures to be taken during stacking or unstacking, stowing or unstowing of
materials or goods or handling in connection therewith;
(i) the safeguarding of machinery including the fencing of every fly-wheel and every
movifng part of a prime mover and every part of transmission or other machinery,
unless it is such a position or of such construction as to be safe to every worker
working on any of the operations and as if it were securely fenced;
(j) the safe hanling and use of plant, including tools and equipment operated by
compressed air;
(k) the precaution to be taken in case of fire;
(1) the limits of weight to be lifted or moved by workers;
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 118 of 349 Tenderer’s signature with seal
(m) the safe transport of workers to or from any workplace by water and provision of
means for rescue from drowning;
(n) the steps to be taken to prevent danger to workers from live electric wires or
apparatus including electrical machinery and tools and from overhead wires;
(o) the keeping of safety nets, safety sheets and safety belts where the special nature or
the circumstances of work render them necessary for the safety of the workers;
(p) the standards to be complied with regard to scaffolding, ladders and stairs, lifting
appliances, ropes, chains and accessories, earth moving equipments and floating
operational equipments;
(q) the precautions to be taken with regard to pile driving, concrete work, work with
hot asphalt, tar or other similar things, insulation work, demolition operations,
excavation, underground construction and handling materials;
(r) the safety policy, that is to say, a policy relating to steps to be taken to ensure the
safety and health of the building workers, the administartive arrangements therefor
and the matters connected therewith, to be framed by the employers and
contractors for the operations to be carried on in a building or other construction
work;
(s) the information to be furnished to the Bureau of Indian Standards established
under the Bureau of Indian Standards Act, 1986 (63 of 1986), regarding the use of
any article or process covered under that Act in a building or other construction
work;
(t) the provison and maintenance of medical facilities for building workers;
(u) any other matter concerning the safety and health of workers working in any
(v) of the operations being carried on in a building or other construciton work.
41. Framing of model rules for safety measures .- The Central Government may,
after considering the recommendation of the expert committee constituted under
section 5, frame model rules in respect of all or any of the matters specified in
section 40 and where any such model rules have been framed in respect of any
such matter, the appropriate Government shall, while making any rules in respect
of that matter under section 40, so far as is practicable, conform to such model
rules.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 119 of 349 Tenderer’s signature with seal
2. THE BUILDING AND OTHER CONSTRUCTION WORKER’S
(REGULATION OF EMPLOYMENT AND CONDITIONS OF SERVICE)
CENTRAL RULES, 1998.
GENERAL PROVISIONS
34. Excessive noise, vibration, etc.- An employer shall ensure at a construction site of
a building or other construction work that adequate measures are taken to protect
building workers against the harmful effects of excessive noise or vibration at such
construction site and the noise level in no case exceeds the limits laid down in
Schedule VI annexed to these rules.
35. Fire protection.- An employer shall ensure at a construction site of a building or
other construction work that,-
(a) such construction site is provided with
(i) fire extinguishing equipment sufficient to extinguish any probable fire at such
construction site;
(ii) an adequate water supply at ample pressure as per national standards;
(iii) number of tamed jpersons required to operate the fire extinguishingequipment
provided under sub-clause (i);
(b) fire extinguishing equipment provided under sub-clause (i) of clause (a) is properly
maintained and inspected at regular intervals of not less than once in a year by the
responsible person and a record of such inspections is maintained;
(c) in case of every launch or boat or other craft used for transport of building workers
and thee cabin of every lifting appliance including mobile crane adequate number
of portable fire extinguishing equipment of suitable type shall be provided at each
of such launch or boat o craft or lifting appliance.
36. Emergency action plans.- An employer shall ensure at a construction site of a
building or other construction work that in case more than five hundred building
workers are employed at such construction site emergency action plan to handle
the emergencies like-(a) fire and explosion,
(b) collapse of lifting appliances and transport equipment,
(c) collapse of building, sheds or structures etc.,
(d) gas leakage or spillage of dangerous goods or chemicals,
(e) drowning of building workers, sinking of vessels, and
(f) land slides getting building worker buried, floods, storms and other nature
calamities, is prepared and submitted for the approval of the Director General.
37. Fencing of motors, etc.- An employer shall ensure at a construction site of a
building or other construction work that.
(a) all motors cogwheels, chains and friciton gearing, flywheels, shafting, dangerous
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 120 of 349 Tenderer’s signature with seal
and moving parts of machinery (whether or not driven by mechanical power) and
steam pipes are securely fenced or lagged;
(b) the fencing of dangeerous parts of machinery is not removed while such machinery
is in motion or in use;
(c) no part of any machinery which is in motion and which is not se urely fenced is
examined, lubricated, adjusted or repaired except by a person skilled for such
examination, lubrication, adjustment or repairs;
(d) machine parts are cleaned when such machine is stopped.
(e) when a machine is stopped forservicing or repairs, adequate measures are taken to
ensure that such machine does not re-start inadvertently.
38. Lifting and carrying of excessive weight.- An employer shall ensure at a
construction site of a building or other construction work that.-
(a) no building worker lifts by hand or carriess overhead or over his backd or
shoulders any material, article, tool or appliances exceeding in weight the
maximum limits set dout in the following table:
TABLE
Person Maximum Weight Load
Adult man 55 kg
Adult woman 30kg
Adolescent male 30kg
Adolescent female 20 kg
Unless aided by any other building worker or a mechanical device.
(b) no building worker aided by other building workers, lift by hand or carry overhead
or over their back or shoulders, any material, article, tool or appliance exceeding in
weight the sun total of maximum limits set out for each building worker separately
under clause (a), unless aided by a mechanical device.
39. Health and safety policy.-(l) (a) Every establishment employing fifty or more
building workers shall prepare a written statement statement of policy in respect of
safety and health of building workers and submit the same for the approval of the
Director General;
(b) the policy referred to in clause (a) shall contain the following, namely:
(i) the intentions and commitments of the extablishment regarding health, safety and
environmental protection of building workers;
(ii) organisational arrangements made to carry out the policy referred to in clause (a)
specifying the responsibility at different levels of hierarchy;
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 121 of 349 Tenderer’s signature with seal
(iii) responsibilities of the principle employer, contractor, sub-contractor, transporter or
other agencies involved in the building or other construction work;
(iv) techniques and methods for assessment of risk to safety health and environment
and remedial measures thereof;
(v) arrangements for training of building workers, trainers, supervisors or other
persons engaged in the construction work;
(vi) other arrangements for making the policy referred to in clause (a), effective;
(c) the intention and commitment referred to in sub-clause (i) clause (b) shall be taken
into account in making decisions reelating to plant, machinery, equipment,
materials and placement of building workers.
(2) A copy of the policy refered to in clause (a) of sub-rule (1). Signed by an
authorised signatory shall be sent to the Central Government.
(3) The establishment shall revise the policy referred to in clause (a) of subrule (1) as
often as necessary under the following circumstances, namely:
(i) Whenever any expansion or modification having implication on safety and health
of the building workers is made in such buildding or other construction work; or
(ii) Whenever any new building or other construction work, substances, articles or
techniques are intoduced having implication on health and safety of building
workers.
(4) A copy of the policy referred to in sub-clause (a) of sub-rule (1) shall be displayed
at the conspicious places in Hindi and a local language understood by the majority
of building workers at a construction site.
40. Dangerous and harmful environment .- An employer shall ensure at a
construction site of a building site of a building or other construction work that,-
(a) When an internal combustion engine exhausts into a confined space or excavation
or tunnel or any other workplace where neither natural ventilation nor artificial
ventilation system is adequate to keep the carbon monoxide content of the
atmosphere below fifty partss per million, adequate and suitable measures are
taken at such workplace in order to avoid exposure of building workers to health
hazards;
(b) no building workers is allowed to enter any confined space or tank or trench or
excavation wherein there is given off any dust, fum,es or other impurities of such
nature and to such extent as is likeliy to be injurious or offensive to the building
worker or in which explosives, poisonous, noxious or gaseous material or other
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 122 of 349 Tenderer’s signature with seal
hannful articles have been carried or stored or in which has been fumigated or in
which there is a possibility of oxygen dificiency, unless all practical steps have
been taken to remove such dust, fumes, or oother impurities and dangers which
may be present and to prevent any further ingress thereof, and such workplace or
tank or trench or excavation is certified by the responsible person to be safe and fit
for the entry of such building workers.
41. Overhead protection.-(l) The employer shall ensure at the building or other
construction work that overhead preotection is erected along the periphery of every
building under construction which shall be of fifteen metres or more in height
when complete.
(2) Over head protection referred to in sub-rule (1) shall not be less than two metres wide
and shall be erected at a height not more than five metres above the base of the
building and the outer edge of such overhead protection shall be one hundred fifty
millimeters higher than the inner edge thereof shall be erected at an angle of not more
than twenty degrees to its horizontal sloping into the building.
(3) The employer shall ensure at the building and other construction work that any
area exposed to risk of falling material, article or objects is roped off or cordoned
off or otherwise suitably guarded from inadvertent entry of persons other than
building workers at work in such area.
42. Slipping, tripping, cutting, drowning and falling hazards.- (1) All
passageways, platforms and other places of construction work at the building
or other construction work shallbe kept by the employer free from
accumulation of dust, debris or similar material and from other obstructions
that may cause tripping.
(2) Any sharp projections or protruding nails or similar projections which
may cause any cutting hazard to a building, worker at the building or other
construction work shall be remeoved or other wise made safe by taking
suitalbe measures by the employer.
(3) No employer shall allow any building worker at building workerf at
building or other construction work to use the passageway, or a scaffold,
platform or any other elevated working surface which is in a slippery and
dangerous condition and shall ensure that water, grease, oil or other similar
substances, which may cause the surface slippery, be removed or sanded, saw
dusted or covered with suitable material to make it safe from slipping hazard
at a building or other construction work.
(4) Wherever building workers at a building or other construction work are
exposed to the ( hazard of falling into water, they shall be provided by the
employer with adequate equipment
for saving themselves from drowning and rescuingg from such hazard and if
the Director General considers necessary, well-equipped boat or launch
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 123 of 349 Tenderer’s signature with seal
manned with trained personnel shall be provided by the employer at the site
of such work.
(5) Every open side or opening into or through which a building worker,
vehicle or lifting appliance or other equipments may fall at a building or other
construction work shall be covered or guarded suitably by the employer to
prevent such fall except where free access is necessary by reasons of the
nature of the work.
(6) Wherever building workers at a building or other construction work are
exposed to the hazards of falling from height while emplyed on such work,
they shall be provided by the employer with adequate equipment or means for
saving them from such hazards. Such equipment or means shall be in
accordance with the national standards.
(7) Whenever there is possibility of falling of any material, equipment or building
worker at a construction site relating to a building or other construction work,
adequate and suitable safety net shall be provided by employer in accordance with
the national standards.
43. Dust, gases, fumes, etc.- An employer shall prevent concentration of dust, gases or
fumes by providing suitable means to control their concentration within the
permissible limit so that they may not cause injury or pose health hazard to a
building worker at a building or other construction work.
44. Corrosive substances .- The employer shall ensure that corrosive substances,
including alkalis and acidsf, shall be stored and used by a person dealing with such
substances at a building or other construction work in such a manner that is does not
endanger the buildifng worker and suitable protective equipment shall be provided
by the employer to a building worker during handling or use of such substances at a
building or other construction work and in case of spillage of such substances on the
buildifng worker, immediate remedial measure shall be taken by the employer.
45. Eye protection.- Suitable personal protective equipment for the protection of eyes
shall be provided by an employer and used by the building worker engaged in
operation like welding, culling, chippping,grinding or similar operations which may
cause hazard to his eyes at a building or other construction work.
46. Head protection and other preotective apparel.- (1) Every building worker
required to pass through or work within the areas at building or other construction
work where there is hazard of his being struck by falling objects or materials shall be
provided by the employer with safety helmets of type and tested in accordance will
the national standards.
(2) Every building workers required to work in water or in wet concrete or in other similar
work at a building or other construction work, shall be provided with suitable
waterproof boots by the employer.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 124 of 349 Tenderer’s signature with seal
(3) Every building worker required to work in rain or in similar wet condition at building
or other construction work, shall be provided with waterproof coat with hat by the
employer.
(4) Every building worker required to use or handle alkalies, acid or other similar
corrosive substances at a building or other construction work shall be provided with
appropriate protective equipment by an employer, in accordance with the national
standards.
(5) Every building worker engaged in handling sharp objects or materials at a building or
other construction work which may cause hand injury, shall be provided with suitable
hand-gloves by the employer, in accordance with the national standards.
47. Electrical hazards .- Before commencement of any buildings or other construction
work, the employer shall take adequate measures to preveent any worker from coming
into physical contact with any electrical equipment or apparatus, machines or live
electrical circuit which may cause electrical hazard during the course of his
employment at a building or other construction work.
(2) The emplyer shall display and maintain suitable warning wigns at conspicuous places
at a building or other construction work in Hindi and in a local language understood by
the majority of the building workers.
(3) In workplaces at a building or other construction work where the exact location of
underground electric poweer line is not known, the building workers using jack
hammers, crow bars or other hand-tools which may come in contact with a live
electrical line, shall beprovided by the employer with insulated protrective gloves and
footwear of the type in accordance with the national standards.
(4) The employer shall ensuree that, as far as practicable, no wiring , which may come in
contact with water or which may be mechanically damaged, is left on ground or floor
at a building or other construction work.
(5) The employer shall ensure that, electrical appliances and current carrying equipment
used at a building or other construction work are made of sound material and are
properly and adequately earthed.
(6) The employer shall ensure that all electrical installations at a building or other
construction work comply with the requirements of any law for the time being in
force.
48. Vehicular traffic.- (1) Whenever any building or other construction work is being
carried on, or is located in close proximity to a road or any otherr place where any
vehicular traffic may cause danger to building workers, the employer shall ensure that
such building or other construction work is barricaded and suitable warning signs and
lights displayed or erected to preveent such danger and if necessary, he may make a
request in writing to the concerned authorities to control such traffic.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 125 of 349 Tenderer’s signature with seal
(2) The employer shall ensure that all vehicles used at construction site of a building or
other construction work comply with the requirements of the Motor Vehicles Act,
1988 (59 o9f 1988) and the rules made thereunder.
(3) The employer shall ensure that a driver of a vehicle of any class or description
operating at a construction site of a building or other construction work holds a valid
drivifng licnese under the Motor Vehicles Act. 1988 (59 of 1988).
49. Stablity of structures.- The employer shall ensure that no wall, chemney or other
structure or part of a structure is left unguarded in such condition that it may fall,
collapse or weaken due to wind pressure, vibration or due to any other reason at a site
of a building or other construction work.
50. Illumination of passageways, etc.- The employer shall ensure that illumination
sufficient for maintaining safe working conditions at a site of a buildifng or other
construction work is provided where building workers are required to work or pass and
for passageways. stairways and landing, such illumination is not less than that
provided in the relevant national standards.
51. Stacking of materials.- The employer shall ensure, at a construction site of a building
or other construction work that-
(a) all building materials are stored or stacked in a safe and orderly manner to avoid
obstruction of any passageway or place of work;
(b) material piles are stored or stacked in such a manner as to ensure stability;
(c) material or equipment is not stored upon any floor or platform in such quantity as to
exceed its safe carrying capacity;
(d) material or equipment is not stored or placed so close to any edge of a floor or
platform as to endanger the safety of persons below or working in the vicinity.
52. Disposal of debris.- The employer shall ensure at a construction site of a building or
other construction work that-
(a) debris are handled and disposed of by a method which does not cause danger to the
safety of a person;
(b) debris are not allowed to accumulate so as to constdutute a hazard;
(c) debris are kept sufficiently moist to bring down the dust within the permissible limit;
(d) debris are not thrown inside or outside from any height of such buildings or other
construction work;
(e) on completion of work, left over building material, article or other substance or debris
are disposed of as soon as possible toi avoid any hazard to any traffic or person.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 126 of 349 Tenderer’s signature with seal
53. Numbering and marking of floors.- The employer shall ensure that each floor or
level of a building or other construction work is appropriately numbered or marked at
the landing of such floor or levlel.
54. Use of safety helmets and shoes.- The employer shall ensure that all persons who are
performing any work or services at a building or other construction work, wear safety
shoes and helmets conforming to the national standards.
SAFETY ORGANISATION
208. Safety Committees.-(1) Every establishment wherin five hundred or more
building workers are ordinarily employed, there shall be a Safety Committee
constituted by the employer which shall be represented by equal number of
representatives of employer and building workers employed in such establishment.
In no case the number of representatives of the employer shall be represented by
representatives of the recognised unions wherever such unions exist.
(2) The main functions of the Safety Committee shall be -
(a) to identify probable causes of accident and unsafe practices in building or other
construction work and to suggest remedial measures;
(b) to stimulate interest of employer and buildifng workers in safety by organising
safety weeks, safety competition, talks and film shows on safety, preparing posters
or taking similar other measures as and when required or as necessary
(c) to go round the construction site with a view to check unsafe practices and detect
unsafe conditions and to recommend remedial measures for their rectification
includifng First Aid Medical and Welfare Facilities;
(d) to look into the health hazrds associated wwith handling different types of
explosives, chemicals and other construction material and to suggest remedial
measures including use of proper personal protective equipment;
(e) to suggest measures for improving welfare amenities in the construction site and
other miscellaneous aspects of safety, health and welfare in building or other
construction work;
(f) to bring to the notice of the employer the hazards associated with use, handling
andd maintenance of the equipment used during the course of building and other
construction work.
(3) The Safety Committee shall meet at regular intervals at least once in a month and it
shall be chaired by the senior person having overall control over the affairs of the
construction site.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 127 of 349 Tenderer’s signature with seal
(4) The agenda and minutes of the meeting shall be circulated to all concerned and it
shall be in the language understood by majority of the building workers and shall
be produced to the Inspector on demaind for inspection.
(5) The decisions andd recommendations of the Safety Committee shall be complied
with by the employer within reasonable time limits.
209. Safety Officer.-(1) In every establishment wherein five hundred or more building
workers are ordinarily employed, the employer shall appoint Safety Officers as per
the scale laid down in Schedule VIII annexed to these rules, Such Safety Officers
May be assisted by suitable and adequate staff.
(2) Duties, qualifications and the conditions of Safety Officers appointed under sub-
rule (1) shall be as provided in Schedule VIII annexed to these rules.
(3) Wherever number of workers employed by single employer is less than five
hundred, such employers with prior permission of Director General.
210. Reporting of accidents .-(1) Notice of any accident on the construction site which
either-
(a) causes loss of life, or
(b) disables a building worker from working for a perios of forty-eight hours or more
immediately following the accident, shall forthwith be went by telegram,
telephone, fax or similar other means including special messenger within four
hours in case of fatal accidents and seventy-two hours, in case of other accidents
involving building worker, to
(i) the Regional Labour Commissioner (Central), having jurisdiction in the area in
which the establishment in which such accident or dangerous occurrence took
place is located. Such Regional Labour Commissioner (Central) shall be the
authority appointed under section 3 of the Act;
(ii) the Board with which the building worker involved in accident was registered as a
beneficiary;
(iii) the Director General, and
(iv) the next of kin or other relative of building worker involved in accident.
(2) Notice of any accident at a construciton site of a building or other construction
work which-
(a) cause loss of life; or
(b) disables such building worker from work for more than ten days following the
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 128 of 349 Tenderer’s signature with seal
accident, shall also be sent to
(i) the officer incarge of the nearest police station;
(ii) the District Magistrate or if the District Magistrate by order so desires to the
Sub-Divisional Magistrate.
(3) In the case of an accident falling under clause (b) of sub-rule (1) or clause (b) of
sub-rule (2) the injured building worker shall be given first-aid and immediately
thereafter be transferred to a hospital or other place for medical treatment.
(4) Where any accident causing disablement subsequently result in death of a building
worker, notice in writing of such death shall bee communicated to the authorities
as mentioned in sub-rule (1) and sub-rule (2) within seventy-two hours of such
death.
(5) The following classes of dangerous occurrences shall bee reported to the Inspector
having jurisdiction, whether or not any death or disablenment is caused to a
building worker, in the manner prescribed ifn sub-rule (1), namely
(a) collapse or failure of lifting appliances or hoist or conveyors or other similar
equipment for handling building or construction material or breakage or failure of
rope, chain or loose gears; overturning of crane used in building or other
construction work; falling of objects from height;
(b) collapse or subsidence of soil, any wall, floor, gallery, roof or any other part of any
structure, platform, staging, scaffolding or any means of access including
formwork;
(c) contact work, excavation, collapse of transmission;
(d) explosion of receiver or vessel used for storage, at a pressure greater than
atmospheric pressure, of any gas or gases or any liquid or solid used as building
material;
(e) fire and explosion causing damage to any place on construction site where building
workers are employed;
(f) spillage or leakage of hazardous substances and damage to their container;
(g) collapse, capsizing, toppling or collision of transport equipment;
(h) leakage or releaseof harmful toxic gases at the construction site.
(6) In case of failure of a lifting appliance, loose gear, hoist or building and other
construction work machinery and transport equipment at a construction site of a
building or other construction work, such appliances gear, hoist, machinery or
equipment and the site of such appliances, gear, hoist, machinery or equipment and
the site of such occurrence shall, as far as practicable, be kept undistrubed until
inspected by the inspector having jurisdiction.
(7) Every notice given under sub-rule (1), sub-rule(2) or sub rule (4) shall be followed
by a written report to the Inspector, authority under section 39 of the Act, the
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 129 of 349 Tenderer’s signature with seal
Board and the Director General in Form XIV under proper acknowledgement.
211. Procedure for enquiry into causes of accident or dangerous occurrence.- (1)
The enquiry under sub-section (2) or sub-section (3) of section39 of the Act, as the
casee may be, shall bee conducted by the authority referred to in such-clause (i) of
clause (b) of sub-rule (1) rule 210, in the following manner, namely:
(a) the enquiry shall be commenced as early as it may be, and in any case, within
fifteen days of the receipt of notice of accident or dangerous occurrence under rule
210;
(b) the enquiry may be conducted by the authority referred to in sub-clause (i) clause
(b) of sub-rule (1) of rule 210 himself or by an enquiry officer appointed by such
authority; (c) the authority or enquiry officer, as the case may be, shall serve or
cause to be served, notices in writing, informing the date, time and place of such
enquiry to all persons entitled to appear in such enquiry and whose names and
addresses are known to such authority or enquiry officer.
(d) notwithstanding the provision of clause (b), for the purpose of notifying other
persons who may in any way be concerned or be inerested in such enquiry, the
authority or enquiry officer, as the case may be,may publish notice of such
ednquiry in one or more local newspapers, informing the date, time and place of
such enquiry.
(2) The person entitled to appear at the enquiry may include-
(a) an inspector or any officer of the Central Governfment or the State Government or
an undertaking or public body concerned with the enforcement or compliance of
safety provisions of the Act and the rules in the concerned establishment;
(b) a trade union or a workers’ association oran employers’ association;
(c) the worker involved in the accident or his legal heir or authorised representative;
(d) the owner of the premises in which the accident took place;
(e) any other person, at the discreation of the authority or the enquiring officer, as the
case may be, who may be interested in or be concerned with the clause of an
accident or may have knowledge about such cause or is likely to give material
evidence or produce a relevant document in conneciton with such accident or
dangerous occurrence.
(3) In, case the entitled person referred to in sub-rule (2) is a body corporate, a
company, or any other organisation, association, group of persons such group may
be represented through an authorised representatives including a counsel or a
solicitor.
(4) Subject to the provisions of sub-rule (5) the enquiry shall be held in public.
(5) In cases where-
(a) the Central Governent is of the opinion that the matter of the enquiry or any part of
it are of such nature that it would be against the interest of national security to hold
the enquiry in public and directs thç said authority or the enquiry officer, as the
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 130 of 349 Tenderer’s signature with seal
case may be, to hold the enquiry in camera;or
(b) on an application made by any party to the enquiry, the authority or the enquiry
officer, as the case may be, referred to in sub-rule (1), if it or he is of the opinion
that the holding of public enquiry will lead to disclosure of information relating to
a trade secret, decides to hold the endquiry of such part of it in camerad, such
enquiry shall not be held in public.
(6) Information disclosed by any person during the course of hearing or evidence in
the cases covered under sub-rule (5) shall not be disclosed to any person exept for
the purpose of the endquiry.
(7) The person entitled to appear unde sub-rule (2), called for evidence or
representating in an enquiry shall be entitled to make an opening statement, give
evidence, request the enquiry officer to call for specified document or evidence,
cross-examine other person or to the extent and at the stage permitted by the
authority or enquiry officer holding the enquiry.
(8) Any evidence in an enquiry may be admitted at the discreation of the authority or
enquiry officer during the enquiry, who may, also direct that documents to be
tendered in evidence may be inspected by any person entitled or permitted to
appear at such enquiry and that facilities be afforded to such person to take or
obtain copies thereof.
(9) The authority or the enquiry officer holding an enquiry may authorise any perrson,
being an officer of the central Government, to assist such authority or enquiry
officer where necessary, for the purpose of conducting the enquiry, and the officer
so authorised may enter the premises of the concerned establishment dduring
working hours, inspect the records relevant to such enquiry, investigate and take
such evidence as may be required to conduct such enquiry.
(10) The findings of the enquiry along with all evidence, in original including statments
of witnesses shall be forwarded to the authority specified under section 39 of the
Act within five days of the completio of the enquiry in cases where sub-enquiry
was not conducted by such authority itself.
(11) A copy of the findings along with a brief statement of facts relating to an enquiry
conducted under this rule shall be forwarded to the Director General and the
Central Government by the authority referred to in sub-rule (1) of rule 210
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 131 of 349 Tenderer’s signature with seal
SECTION – 8
TECHNICAL
SPECIFICATIONS
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 132 of 349 Tenderer’s signature with seal
CONTENTS
SL.
NO
DESCRIPTION
1. INTENT OF SPECIFICATION
2. SCOPE OF WORK
3. PROCESS DESCRIPTION, DESIGN CRITERIA & OPERATION
PHILOSOPHY
4. TERMINAL AUTOMATION SYSTEM DESCRIPTION
5. LINE MOUNTED EQUIPMENT , TAPPING POINTS
6. BATTERY LIMITS
7. APPLICABLE CODES AND STANDARDS
8. TECHNICAL SPECIFICATION
9. TECHNICL SPECIFICATION FOR AUTOMATION SYSTEM
10. TECHNICAL SPECIFICATIONS FOR ENGINEERING,
ERECTION, TESTING & COMMISSIONING
11. SYSTEM ACCEPTANCE TEST
12. DRAWINGS AND DOCUMENTS TO BE FURNISHED
13. SUBMISSION SCHEDULE FOR SOME OF THE IMPORTANT
DOCUMENTS
14. PLANT OPERATION AND MAINTENANCE MANUAL
15. PERFORMANCE GUARANTEE AND WARRANTY
16. POST WARRANTY MAINTENANCE CONTRACT
17. ENCLOSURES
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 133 of 349 Tenderer’s signature with seal
1.0 INTENT OF SPECIFICATION
M/s Hindustan Petroleum Corporation Limited (HPCL) is setting up a new
terminal at Jaipur along the route of the cross-country pipeline from Mundra to
Delhi. The terminal will receive, store and dispatch all or some of the products viz.
MS, SKO and HSD.
This document serves as technical specification for Instrumentation and
automation of the operations at the Terminal.
2.0 SCOPE OF WORK
The scope of work consists of the following at Jaipur terminal:
Design, engineering, supply, erection, testing, commissioning and system
stabilisation of the Instrumentation and Automation requirements for Terminal
Automation System (TAS) of HPCL terminal.
The major areas identified for automation are:
1. Tank farm operation
2. Tank truck loading operation
3. Tank truck entry / exit system
4. Product pump operation
5. Fire water pump operation
6. Borewell / makeup water pump operation
Broad scope of work at each terminal is given below. However the tenderer to note
that the responsibility of executing the ‘TAS’ inline with total requirements of the
detailed specification / P&ID, etc rests with him once the order is placed on him.
The product is received through pipelines from cross country pipeline stations
located near the terminal. The products handled are MS, HSD, & SKO. The
products are stored in Floating roof vertical tanks. The storage tanks shall be
provided with Radar type level measurement, multi point temperature
measurement, Water level measurement and pressure transmitter for density
measurement. The tank body valves are motor operated and these shall be
automated. Facilities are planned for Slop transfer and Tank to Tank transfer.
Pump operation shall be automated in terminal.
Truck loading Gantry consisting of 8 bays is envisaged for loading different
products. The gantry operation is fully automated. Automated Blending of MS
with Ethanol shall be possible.
Automated barrier gates shall be provided in the terminal for restricting the entry
of unauthorized personnel into the licensed area.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 134 of 349 Tenderer’s signature with seal
The details of the tanks, pumps and distribution of loading points are enclosed in
the annexure. Selected data regarding tank valve status, level of products in tanks,
fire alarm signals etc shall be made available in the pipeline control room.
2.2 INSTRUCTIONS TO THE TENDERERS
Before submitting techno-commercial bids the tenderer shall visit and study the
location. The vendor shall submit a detailed proposal in Technical Bid indicating
the quantum of works involved in automating the system.
The major activities performed by terminal are the following:
a) Receipt of product through pipeline.
b) Storage facilities for MS, SKO and HSD.
c) Road loading / unloading system
d) Sump & Slop system
e) Fire water pump system.
f) Borewell / Makeup water pump operation
Full fledged Terminal automation system (TAS) is envisaged for these units. This
includes:
a) Tank Farm management system (TFM)
b) Truck data management sub system (TDM) / JDE system
c) Bay queuing
d) Tank truck loading
e) Station control system
f) Terminal security system ( TSS)
g) Fire water system operation
h) Borewell / Makeup water pump operation
i) Integration with VFD system
Tenderer shall make sure that commissioning of all the instruments / equipment
and SAT shall be completed within six months of receiving Letter of Intent.
Stabilization period is not included in the completion period.
The automation tenderer shall carry out day to day activity after taking necessary
hot / cold work permits.
Tenderer shall deploy an qualified and experienced engineer exclusively at site
during the entire execution period.
Automation facilities have been envisaged with a view to ensure safety and ease
the operation of most critical areas of the terminals like product receipt, storage
and loading. Service requirements such as scheduling, invoicing, accounting, sales,
stock control, terminal security (restricting entry of unauthorised personnel into
licensed area), maintenance etc. to be carried out at the terminal shall be taken care
of.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 135 of 349 Tenderer’s signature with seal
The tenderer shall ensure that all the safety procedures are followed during
erection, testing and commissioning. All the safety norms as per OISD 192 shall be
followed.
Automation tenderer shall appoint a supervisor who shall be available through out
the working time and shall be responsible for taking permits and observing safety
and security regulation of the terminal.
2.3 SUPPLY
The scope of work of Tenderer shall include all the items as per enclosure
“Schedule of Quantities”, to make the system complete in all respects, to meet the
technical requirements as spelt out in this specification. Any balance items which
are not explicitly spelt out here, but are required for the completeness of the work
shall also be included under the respective items. Tenderer shall list out the same
and submit it with the offer.
Apart from the above, the following items are also included in the scope of work
of the Tenderer.
1. Erection materials including pipe fittings, perforated cable trays with cover,
cable racks, conduits, junction boxes, pull boxes, clamps, compression fitting,
cable glands, instrument supports, channels, angles, local cabinets and other
materials for completeness of erection. The erection materials shall also be
suitable to the area classification.
2. UPS Power supply, distribution cabinets / boxes, power pack units, fully wired
panels, control desks and cabinets .
3. Power supply equipment including isolation transformer, circuit breakers,
switches, fuses etc.
4. Impulse pipes, GI conduits as required.
5. Tenderer shall furnish recommendations for the grounding (Earthing) of the
system supplied by him along with the offer (Both in field and control room).
Provision of the grounding system for the entire supplied system for protective,
electronic earthing and providing suitable earth pits is in the scope of this
tender. The electronic earth shall have a resistance of less than 1 Ohm.
6. Supply and laying of cables of all types inside suitable conduits / trenches (to
be provided by the Tenderer) including dressing, ferruling, glanding and
termination. Tenderer shall also supply MCT for taking cables inside the
automation control room.
7. Design, engineering, supply, installation and termination at both ends of the
following cables shall be under the scope of work of the Tenderer.
a) All analog, digital & other signal cables from field to control room.
b) All data communication cables including special computer cables
c) Remote I/O cable between MCC room and control room PLC.
d) Communication cable between MCC room and Control room for data
exchange regarding VFDs.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 136 of 349 Tenderer’s signature with seal
e) Cabling between Local control station (of motor etc) and control room
f) All power supply cables from UPS to all Instrumentation and Automation
equipment and computer system.
g) Optical fibre along with conversion kit shall be considered for inter
building LAN cabling if the distance between the two buildings are more
than 100 M.
8. The total quantum of all types of cables required for Instrumentation and
Terminal automation system is included in the scope of work of the Tenderer
on lump-sum basis for terminal. They will be supplied and laid as per
specification.
9. The layout of the plant is enclosed to facilitate the Tenderer to estimate the
cable requirement. The Tenderer shall quote for the quantum of cables for the
terminal as lot. Any variations of the actual quantity to the estimated quantum
will be to the Tenderer's account only and no extra claim shall be entertained.
10. The plant trenches shall also be made by the tenderer and is included in the
scope. Trenching of proper size/depth along with laying of 6” thick sand
cushion below and above the cables along with covering of the entire width of
trench with approved quality of bricks shall be done.
11. Consumables (e.g. ink, papers for the printer) during commissioning and also
for 3 months thereafter. Tentative quantity for the terminal shall be as under:
a) Dot matrix printer cartridge – 20 nos.
b) Black ink for laserjet printer – 3 nos.
c) Cut sheet (A4) – 10 Quire
d) Batteries, oil and grease
e) Commissioning spares
12. Commissioning spares. List of commissioning spares shall be furnished.
13. Cost for comprehensive maintenance for 5 years including supply of spares
after warranty period of 2 years.
14. Training shall be imparted to minimum 2 HPCL personnel for 2 weeks in the
terminal connected with operation, maintenance and system engineering
aspects.
3.0 PROCESS DESCRIPTION, DESIGN CRITERIA & OPERATION
PHILOSOPHY
3.1 A computerized automation system is envisaged for HPCL Terminal. The basic
operation of the terminal is to store various types and grades of petroleum
products. The petroleum products are delivered to the Tank Farm from pipe heads
of cross-country pipeline.
The pipeline is branched off into main lines, which in turn connects to groups of
tanks. These tanks are used for storing products viz. MS, HSD , SKO and SLOP.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 137 of 349 Tenderer’s signature with seal
The details of terminal is enclosed as annexure. The details include the number of
tanks with products, distribution of products in various bays and the pump details.
The following activities shall be controlled by the terminal automation system.
a) Tank Truck Entry sub system
b) Road Dispatching Facilities / Tank truck loading
c) Truck loading Bay queuing
d) Tank Farm Management
e) Pump Automation
f) Fire water system
g) Terminal security system
3.2 DESIGN CRITERIA
3.2.1 DESIGN CRITERIA FOR ROAD DESPATCHING FACILITIES
Road loading of the products shall be on a volumetric basis and fully automated. The
products shall be dispensed using PD meters and loading arms at the respective
loading points.
The design basis is given below:
1. Top loading of the truck shall be done. A drop pipe of 3" dia shall be
considered for each truck loading arm.
2. Road loading shall be carried out by means of dedicated road loading pumps.
3. Road loading facilities shall be provided with loading arm, PD meter, Set Stop
Valve and flow cut off protection. Separate flow metering system and separate
loading arm are provided for each product at a loading point.(Note: Supply
and installation of loading arm is excluded from the scope of this tender.
However, the installation of position sensor and overfill protection unit
supplied by other vendor is included in the scope including the necessary
cabling work)
4. A dedicated batch controller shall be provided for each loading point for
controlling the loading activities of the particular loading point.
5. Ethanol blending and additive injection is considered for all MS loading points.
6. Unloading point for MS, SKO and HSD is provided at each bay for removing
the overfill quantities from the road tankers and products from sick /
contaminated tankers. The unloaded material shall be routed into the individual
underground sump / slop tanks under gravity / pump depending on their
location. The sump tank contents shall be pumped back to the respective
product tanks. No automation is involved in this activity.
7. Mobile Calibration facility with the aid of a 2000 liters capacity proving tank
along with all the accessories. Proving tank shall be mounted on a 4 wheel unit
with suitable leveling instrument etc. along with accessories required for
calibration. Mobile prover should have a flameproof pumpset of 200 LPM, 20
m total head and 30 m long armoured copper cable of suitable rating. Starter
and other accessories shall be included in the scope.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 138 of 349 Tenderer’s signature with seal
8. Two nos. of 1000 liters & 1 no. of 500 liters proving tanks shall be provided
for calibrating the tank trucks. The proving tanks shall be fixed type with top
filling facility and shall be provided with suitable pumpset and cable of
suitable rating. Starter and other accessories shall be included in the scope.
9. CRV & FRV tanks are provided with high accuracy radar gauge. Underground
tanks are also provided with lower accuracy radar gauge. Data of the
underground tank shall be available on the TAS. Volumetric data of each
product shall also be available as a part of tank farm management system.
10. All variants of particular product shall be handled by same loading arm. Same
truck shall have different variant of the same product loaded into different
compartment. The variants of the particular products could be any of the
following:
a) Base product with blending eg. MS with Ethanol for blending.
b) Base product with blending and two additives
c) Base product with blending and one additive eg. MS with ethanol and
additive for power grade MS.
d) Base product with one additive eg MS with additive for power grade MS .
e) Base product with Two additives
11. Vapour recovery system for the trucks is not envisaged.
3.2.3 DESIGN CRITERIA FOR TLF BAY ALLOCATIONS
� Generally 3 Tank Trucks (T/T) are queued up for loading at any point of time.
� When one truck is under loading, only two trucks can be waiting.
� Only if all the desired bays have one T/T under loading, second one will be
allotted as waiting truck.
� Only if the products cannot be filled by single loading bay, two bays will be
allotted for a single T/T.
3.2.4 DESIGN CRITERIA FOR TLF PUMP AUTOMATION
� Pump control is achieved through the PLC.
� Product loading pumps for TLF bay shall be started automatically.
� Pumps can be operated in local mode and remote mode.
� Operations of pumps are interlocked with the level of product in the tank.
� No. of pumps in operation is decided by the demand of the product / no. of
loading bays in operation/ Flow rate.
� Incase primary pump fails standby pump shall take over.
3.2.5 DESIGN CRITERIA FOR FIRE WATER PUMP AUTOMATION
� The fire water system is envisaged as a pressurized line (7Kg/cm2) system.
� Firewater pumps shall be diesel engine driven. Two numbers of jockey pumps
are also envisaged.
� Firewater pump automation is achieved through PLC.
� The electrical motor driven jockey pumps shall maintain the header pressure
between 5Kg/cm2 and 7Kg/cm
2
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 139 of 349 Tenderer’s signature with seal
� Firewater pumps shall be activated by remote manual call points located at
various points in the terminal. Each Manual call point shall be separately wired
to PLC. Whenever a manual call point is activated, the pump shall start
automatically.
� If the pressure developed by one pump drops less than 7 Kg/cm2 second pump
shall start automatically.
� At any point of time a maximum of two pumps will be working and one shall
be standby.
� If any operational pump fails to start or develops defect the standby pump shall
come into operation.
� It shall be possible to operate the pumps manually too locally and from control
room.
3.2.5 ADDITIVE INJECTION SYSTEM
Additive dosing is envisaged for all products. Two loading points of each product
shall be provided with an additive dosing skid. The additive dosing skid shall be
dual module type capable of dosing two separate additives into the same loading
arm. Supply of additive skid unit including storage tanks, pumps, stainless steel
piping (SS 316) between pumps in the dosing shed and flowmeters inside the TT
Gantry, flowmeters, valves and necessary cables is included in the scope of this
tender. The additive blocks shall be of stainless steel (SS 316) construction. The
electrical flame proof starters for additive pumps shall be included in the scope.
3.2.6 DESIGN CRITERIA FOR MAKE UP WATER PUMP AUTOMATION
� Make up water system may be either by means of borewell pumps / make up
water pumps.
� The pumps shall start automatically whenever the level in any of the two water
tanks falls below 15 cm from the max level of the tank.
� Pumps will stop automatically when the level reaches max level.
� This operation is achieved through PLC.
� Necessary alarm logic shall be available in the control room.
It shall be possible to operate the pumps manually too, locally and from control
room.
3.3.1 OPERATION PHILOSOPHY AND LOADING OPERATION
1. All the Tank Trucks (T/T) will come to the Terminal and report at S & D
counter.
2. From the List of T/Ts in the database, TDM operator chooses the T/Ts and gets
them registered one by one. Load rack computer matches the requirement of
indents with availability of T/Ts and then searches for loading bay availability.
Operation is carried out in following order.
The commercial details of T/Ts are verified.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 140 of 349 Tenderer’s signature with seal
TDM Operator Decides:
a) Destination
Automatically decided by the system from the list of available indents and
other selection criterion. However the operator may decide / change the
destination in case of exigencies with Exception logging and approval from
authorised system administrator.
b) Product
c) Quantity
d) Seal Nos. / Abloy lock numbers
Load Rack Computer system (LRCS) downloads the information pertaining to
particular T/T from TDM, which in turn downloads the data to Tank Truck Entry
System (TTES).
TTES allocates Bay no., based on total no of T/T inside and 1 + 2 criteria for TLF
bay. TTES operator can override the bay allocation, if required. TTES operator
enters seal number on TTES screen, Card reader at TTES registers card no. on
FAN (Filling advice note). LRC sends a visual communication by means of
display on electronic display unit in T/T parking area, asking T/T to report for
filling bay. FAN is printed by TTES operator and is handed over to the driver
along with card and seals. Validity of card vis-a-vis time elapsed since time of
issue & expiry of FAN shall also be programmed.
T/T enters through main Gate of the terminal, reports at TLF entry gate Barrier.
Driver shows the card at Entry barrier gate card reader. Card validation is done by
LRC. Gate opens on command from PLC based on clearance from Load rack
computer of control room, and the T/T enters the licensed premises.
T/T reports for filling at the allocated bay. The RED lamp in the RIT is ON at
particular TLF bay. T/T driver shows the card at the card reader provided at the
bay. LRC checks its validity, sends the loading information to batch controller. If
card is not current or valid, Batch controller displays invalid card or unauthorized
card and RIT will display steady RED lamp. Upon successful completion of
identification sequences, truck registration no is displayed on batch controller.
Driver connects earthing to the T/T.
T/T driver inserts loading arm in the first compartment of T/T i.e. Starting from
T/T cabin side.
Batch controller checks for safety permissive interlocks. RIT lamp changes from
RED to YELLOW.
11. Driver prepares for loading and acknowledges by pressing yellow push button
on RIT. LRC checks for tank, which is in withdrawal mode to supply particular
product.
12. Green lamp on RIT is ON
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 141 of 349 Tenderer’s signature with seal
13. Driver presses GREEN PB for actual start of loading operation. Flow of product
should not start unless all the mandatory checks are complied with.
14. (Step 9 to 13 are repeated till the loading is complete for all compartments of
T/T)
15. Batch controller uploads all other product meters of the bay and will only
permit flow of designated product. Batch controller continuously updates
present, remaining & volume loaded during loading operation. If a multiple load
is started on a multiple products bay, the driver may be allowed to fill both
products simultaneously. This should be supported as a configurable option
with LRC, which can be set for only one product active on bay.
16. After the T/T loading is complete, Supervisor at TLF checks sealing of all
chambers of the T/T, signs the FAN. T/T drives out of the bay and moves
towards TLF exit gate barrier.
16. Load rack computer will release the bay and meanwhile TDM operator prepares
the challan at the planning room
17. Supervisors will have unique card, which can be shown at the bay reader to
locally load the TT for any given quantity after setting the qty. in batch
controller. All historical data pertaining to such type of fillings will be recorded
in the LRC and at the bay, LRC will generate a report for the same i.e., the Bill
of lading (BOL)
18. T/T comes out of licensed premises, goes to security gate. Meanwhile T/T
driver collects the challan from marketing room. T/T driver hands over Gate
pass copy of challan and card to the security , who in turn shows the card to the
exit barrier card reader. LRC checks up in its database, whether the challan for
the particular truck has already been printed from the Marketing room and all
clear signal sent to PLC for opening of the exit gate at TLF. TT exists through
gate barrier.
19. Entire system will work on real time mode and will register entry, filling & exit
time of each Tank truck.
3.4 TANK FARM AUTOMATION
The tank farm management software should be developed by taking the data
directly from the tank farm and processing the raw data through the software in
such a fashion that the process control overview of the tanks are possible
simultaneously from single operator interface. The tank farm management
software shall be from the respective tank gauge manufacturers only.
Data from Tank farm
Control room should have all the information of tank , which includes:
1. Tank no., Product, Tank capacity
2. Product level and quantity. Also H, HH, L, LL levels
3. Product temperature inside the tank, at individual levels and averaged value
4. Density of the product in the tank.
5. Level of water in the tank.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 142 of 349 Tenderer’s signature with seal
6. Inventory of each product.
Tank Valves:
All Tank body valves are Motor operated. They shall be automated.
3.5 RECEIPT OF PRODUCT
All products will be received in the tanks through pipeline. Receipt module should
have following features:
Motor operated valves in the pipeline receipt manifold are automated and the valve
operation shall be interlocked to tank product level. The logic shall be made
consultation with the pipeline consultant of TAS and pipeline.
It shall be possible to operate the individual valves from control room.
3.6 MIS / Reports
All the reports shall be as per owner’s format.
a. End of Shift operations.
At the end of each business shift (As declared by the terminal operations
personnel), a number of activities occur that allow terminal personnel to reconcile
current inventory values against the shift's activities. The system shall perform an
end of shift. All transactions that occur between each end of shift process shall be
assigned a shift number.
A number of reports shall be generated at end of shift, and trial reports shall also
be generated through out the day, defined as activity from start-of-shift until time
of report generated. These reports are the following as minimum.
� Product Loading Summary Report
� Product Loading Detail Report
� Bay Loading Summary Report
� Bay Loading Detail Report
� Tank Truck Movement Report
� Tank Reconciliation Report
b. End of day Operations
At the end of each business day, a number of activities occur that allow terminal
personnel to reconcile current inventory values against the day's activities. The
system shall also allow the operator to start the end – of – day process, either
Manually or Automatically.
When the EOD is declared, the LRC system shall perform all the activities as
intended for EOD and store the product inventory data in its memory and it shall
be transmitted to TDM, as and when it is demanded by TDM system.
c. End of Month Operations
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 143 of 349 Tenderer’s signature with seal
End of Month processing shall be similar to End-of Day processing, expect for
several key aspects such as:
� Month End is normally at midnight through user excersiable option on the last
day of the Month
� End of month could happen at a different time of day than normal End of Day
processing if chosen by the authorised operator.
� Pop up alarm indicating Month end
� Operator shall have the option of postponing EOM report
d. Product Inventory Management
� Stock Inventory
� Product reconciliation
� Generation of inventory reports
4.0 TERMINAL AUTOMATION SYSTEM – DESCRIPTION
4.1 System Architecture drawing is enclosed with the specification. The system
architecture drawing and description given in the specification defines the
functional requirement. There may be minor variations in the architecture
depending on the hardware of Tenderer. The Tenderer shall submit the most
suitable and economical system architecture satisfying the functional requirement
given in the specification. Also the Tenderer shall furnish the description of the
system hardware, software and functions.
Major automation equipment is housed in a control room. The control room houses
the Load Rack Computer, Gateway server, TTES computer, Operator Interface
Computers, Tank Farm Management Computer, TDM computer and Printers, the
PLC cabinets, Relay cabinets and UPS. The Control room is air-conditioned.
The marketing room houses 3 computers. One TDM computer , one Gateway
server and one TTES computer. These computers will be connected to the LRC by
means of under ground digital cables / fiber optic cables. Supply of computers,
printers, servers and their networking is in the scope of Tenderer.
4.2 TERMINAL DATA MANAGEMENT SYSTEM:
The TDM is a windows based machine. The JDE software given by M/S HPCL
performs the pre-loading operations. The interface between the TDM system and
LRC system is in the scope of the Tenderer.
One TDM machine is located in the marketing room and the other in the control
room. They are networked in hot redundancy mode. They are on LAN. They are
connected with Load Rack Computer (LRC) through Gateway Server. LRC will
act as central repository for all databases and information, used by various sub
systems. TDM shall be provided with features that facilitates all pre-loading
operations to be performed outside the licensed area in the Marketing room. The
following functions are performed by the TDM:
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 144 of 349 Tenderer’s signature with seal
1. Register tank trucks which report for filling
2. Commercial verification of tank truck based on its databank
3. Recall & modify data corresponding to a truck registered earlier.
4. Transfer the truck data to the LRC server via gateway server
5. Generate FAN number
4.3 TANK TRUCK ENTRY SYSTEM:
Entry of truck into loading area shall be controlled by TTES with the help of
TDM & LRC computers. TTES shall issue a card of proximity type with the help
of TAS to the tank truck driver for the particular FAN generated by LRC to enter
the loading gantry. TTES shall also generate the invoice reports after the trucks are
filled.
The terminal shall be provided with automatic security system between licensed
loading area and non licensed area for tank truck movement in and out of these
areas. This is done through the computer controlled Card reader and automatic
barrier gates. Exit barrier gate is also automatic and is controlled from exit card
reader. After passing of each truck, the barrier gate shall close automatically based
on feedback from suitable IR sensors which shall be provided by vendor.
The tank truck driver shall show the card at the entry card reader. LRC shall read
the card label code and check to see whether it matches with that of any of the tank
trucks for which FAN slips have already been issued.
If the code matches with that of any of the tank trucks (TT) currently under
loading, then the RED lamp on the Card reader lights up to indicate, that the card
is not a valid one and the entry barrier gate remains closed.
The TTES will restrict entry to the tank truck (TT) under the following situations:
a) The card label code corresponds to a tank truck (TT) which has already been
loaded and the card is not surrendered by the driver or if a tank truck (TT) with
the same card code is already in the licensed area.
b) The card code has been invalidated by the operator.
A Card issued to a tank truck shall be valid only for the date of issue and specified
time duration from the time of issue. If the tank truck does not report at the entry
barrier gate within the specified duration, then the card shall be automatically
invalidated by the TAS and bay shall be released automatically.
The acceptance/ Rejection of the card shall be indicated in the card reader at the
entry barrier gate. A manual over ride control for opening and closing of gate shall
also be built into the system and the operation shall be possible at the gate. All
entry / exit operation shall be logged with TAS system including manual over ride
operation period shall be logged.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 145 of 349 Tenderer’s signature with seal
Functional requirements
The TTES shall cater to all pre-loading operational interaction and operator
interaction for all post loading documentation. The following operation shall be
possible from TTES Terminal, as a minimum.
� Registration of Truck which have reported for taking load at dispatch office
� Facility to create load details via suitable entry / editing screen
� Facility to cancel or modify the data corresponding to Truck registered earlier
� Facility to communicate with LRC to exchange load details and thus enabling
access control mechanism.
� To list all the pending orders registered.
� Preparation and issue of Filling Advice Note (FAN)
� Facility to manually over ride Loading Bay assigned by LRC
� Manual completion / adjustment of Load in the event of Bay or Truck
becoming sick and reauthorization of Trucks in order to move to another
loading bay, to complete filling.
� Facility to view current status of Loading Bays and Trucks under Queue or
loading.
� Facility to generate invoices / Delivery challans
� Issue of access control cards.
Single FAN is prepared for a tank truck. The FAN shall contain:
1. Tank Truck registration number
2. Product Name
3. Compartment wise capacity
4. Bay number
Following data should be displayed on TTES display.
1. Loading bay status
2. Compartment status
3. Loading arm status
4. Permissive status
4.4 BAY QUEUING SYSTEM:
LRC shall monitor the operational status of all the bays and their loading points at
the terminal. The Bay allocation logic shall ensure that not more than 3 tank trucks
are queued up for loading at a loading bay at any point of time. A maximum of 2
tank trucks can be waiting when a tank truck is already being loaded at the loading
bay.
In case of all desired bays already having one tank truck waiting in queue, the
second tank truck is allocated to the bay, which is likely to complete loading first.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 146 of 349 Tenderer’s signature with seal
The following status information about each of the loading bays at the terminal
shall be available with the LRC.
1. Number of loading bays available for filling each product.
2. Number of loading bays declared healthy for use.
3. Number of Tank Trucks already queued for each of the loading bays.
4. Current status of each loading bay.
The Bay allocation logic shall identify compartments for filling various products
according to the following guidelines:
a) Every compartment selected for filling must be completely loaded. No
compartment can be empty or partially filled.
b) Sum of the capacities of all compartments selected for filling a product must be
equal to the total quantity of the product requested.
c) Optimum utilization of all the loading bays available at the terminal. Bay
allocation logic must decide the loading bays such that the Tank truck will be
filled within the shortest possible duration with minimal movement of Tank
trucks within the licensed area.
Bay allocation logic shall attempt to assign a single loading bay so that all
compartments of the tank truck can be filled in the same bay. In case the
combination of products is such that filling cannot be completed in a single loading
bay, then the Bay allocation logic will assign appropriate Bays for filling the
Products.
4.5 TANK TRUCK LOADING:
On arrival at the loading Bay, tank truck driver shall show the identification card
allotted to him at the bay Card Reader. The encoded data is read by card Reader
and transmitted to LRC. LRC shall verify the authenticity and validity for loading
comparing with FAN particulars. If found OK, the driver is allowed to fill the
product through suitable load granting prompts with an indication on the Remote
Indication Panel (RIT).
RIT is located at the Bay. It shall have 3 push buttons Stop, Acknowledge, Start,
and 3 indicators Red, Yellow and Green. If the loading arm is not in use but is
healthy, RED lamp is ON in the RIT panel and Batch controller shall display
"PLEASE PRESENT CARD". Indication and respective function shall be as
follows:
1 RED lamp steady FAN is valid, Connect earthing relay
2 RED lamp flashing Safety interlocks failure
3 Yellow lamp steady Connect loading arm for loading and give
acknowledgment
4 Green lamp steady Ready to start loading or is loading
After verification of all interlocks and necessary safety requirements, the batch
data such as product name and compartment number with quantity to be filled shall
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 147 of 349 Tenderer’s signature with seal
be displayed in the Batch controller (BC). In case of any problem, a message will
be displayed on BC. After the necessary action taken, LRC changes status
indication from 'RED' to 'YELLOW' on the RIT and loads the batch data such as
product name and compartment number with quantity to Batch controller (BC).
Driver shall position the loading arm into the compartment. Then operator will
push the acknowledge push button (PB) provided on RIT panel. Once LRC
receives acknowledge signal and turns status indication 'Yellow' to 'Green' on RIT
panel for loading. Driver shall then press 'Start' push button on RIT panel. Loading
shall commence by starting the loading pump automatically, if it is not already in
operation.
The following information shall be displayed on the BC while loading:
1. Volume count up
2. Volume count down
3. Pre set quantity
4. Status information
5. Alarm information
In the remote mode, loading operation shall be carried out without driver touching
batch controller.
The following interlocks shall be provided in the terminals to integrate with overall
terminal automation:
a) SSV (Set Stop Valve) to shut off in case of loss of Tank truck earthing and
bonding, loading arm not in position and T/T overflow.
b) Low – Low level in the tanks to trip the respective product loading pump.
Each loading point will be provided with an earthing relay device with suitable
safety interlock to the Batch controller. The earthing system shall consist of a
crocodile clamp arrangement along with 2 M long braided, suitably insulated
copper strip connected to the truck and another 5 M long braided, suitably
insulated copper strip connected to the tank truck manhole for bonding purpose.
Adequate number of Earthing studs/terminals shall be provided to facilitate
interconnection to main earth grid.
Each loading point will be provided with one batch controller. Batch controllers
supplied shall be in a position to operate in standalone mode. The Tenderer has to
inform the default prompts / sequence of prompts that shall appear on the local
display of the batch controller.
A maximum of 4 Batch controllers shall be multi dropped over RS485 link and
taken to the control room.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 148 of 349 Tenderer’s signature with seal
4.6 ADDITIVE DOSING SYSTEM FOR POWER & TURBOJET
Additive dosing System shall be supplied and erected by the Tenderer at the
terminal for loading Power & turbojet. The additive injection skid shall be dual
module type with facility of dosing two independent additives. Two loading points
for each product shall have additive injection facility.
The system components generally required for additive injection system per
product are given below:
1. Additive Tank(SS) – In safe Area
2. Additive Pump with stepper motor (one working and one stand by) - In safe
Area
3. ½” SS Piping – From Tank to the loading Point
4. P.D.Meter – At Loading Point
5. On Off DCV – At Loading Point
6. Non Return Valve – At Loading Point
7. PLC – Dedicated PLC for each dosing system ( optional) In the Control room
8. Any additional hardware specific to the system offered by the tenderer shall be
included.
The Terminal automation vendor shall supply and integrate this into TAS.
The additive injection system is proposed for two dedicated loading points. The
Batch controller of that particular loading point shall control the additive dosing
system.
Supply of all necessary piping, modifications, cabling to PLC is in the scope of
the tender.
All the Batch controllers shall have dosing and blending provision as per the
specification.
It may be noted that Power & Petrol is loaded through the same loading arm.
Similarly, Turbojet & Diesel is loaded through same loading arm.
The proposed scheme for additive injection system shall be as follows
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 149 of 349 Tenderer’s signature with seal
4.7 LOADING PUMPS AUTO -START SEQUENCING:
Loading pumps shall have auto start / stop facility based on the demand. Total
demand should be based on feedback from the pressure transmitter of the header of
each product. It shall be possible to choose any one of the pumps as stand by. A
software selector switch shall be provided by Terminal automation system (TAS)
to decide the priority order for auto start of pumps. If one pump is taken for
maintenance, the logic takes that particular pump out of logical sequence. This
information is communicated to the control room.
All the pumps can be operated in the remote mode from the control room. The
PLC logic shall be built in the VFD PLC. Permissive Signal to VFD PLC shall be
withdrawn in case of any logic failure. For example, level in Tank is low / low –
low. When the level reaches low-low level, the pump trips. Start command shall
be given from TAS only after other tank with the same product selected and put in
dispatch mode.
Method of Operation and Control and I / O counts for PLC
TLF Pumps:
All the product pumps, All these pump motors are powered from MCC (MOTOR
CONTROL CENTRE) located in the electrical room.
Each pump motor is provided with local control station (LCS) near the pump,
which consist of START and STOP push buttons. All Pumps shall be operated in
the following modes.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 150 of 349 Tenderer’s signature with seal
1) Locally near the pump
2) Through VFD PLC
Status regarding each pump shall be transmitted to the TAS PLC from VFD PLC
through digital cables. The necessary interfaces shall be built by the TAS vendor.
Cabling between TAS PLC and VFD PLC, termination at both ends is included in
the scope of this tender.
TWF pumps , Sump pumps, Slop pumps
All the Pumps are driven by 3 phase LT motors. All these pump motors are
powered from PMCC ( POWER AND MOTORS CONTROL CENTRE) located
at MCC room near the generator room.
Each pump motor shall be provided with local control station (LCS) near the pump
which shall consist of START and STOP push buttons, 3 positions Selector switch
for Remote (Interlock), local (De-interlock), OFF mode of operation.
All pumps shall be operated in the following modes.
1. MMI (CRT operating Console)- Manual from control room
2. Local mode from local Control Station (LCS)
The following inputs/ outputs from field shall be considered in the PLC system for
each pump.
A) The following digital inputs are taken from LCS to PLC for each pump.
1. START (Push button)
2. STOP (Push button)
3. Interlock (remote) mode( Selector switch)
4. De- interlock (local) mode ( Selector switch)
B) The following digital inputs are taken from PMCC to PLC for each pump.
1. Pump motor running feedback
2. Pump motor overload /trip
C) The following digital outputs are taken from PLC to PMCC for each pump.
1. Pump motor- START/ RUN (withdrawal of this output will stop the motor)
2. Local permissive / local enable
Loading pumps shall not have auto start facility. It shall be operated manually
either from control room or pump house.
Pump to shut off automatically once level in Tank is low/low- low.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 151 of 349 Tenderer’s signature with seal
Signal cabling for the above I/O's are in the scope of TAS tender. Supply
installation, termination at both ends (between LCS and RI/O, MCC and RI/O,
RI/O and PLC) are included in the scope.
Limit switches are provided for the Roof drain and Water draw off manual valves.
The Roof drain valves are kept open in the normal conditions. Water draw off
valves are kept closed on the normal conditions.
The open limit switches of roof drain valves pertaining to a particular tank shall be
connected in series and taken as an input to the PLC. The Close position limit
switches of roof drain valves pertaining to a particular tank shall be connected in
series and taken as an input to the PLC. In case of any one of the valve being
closed, an alarm will appear on the screen.
The open limit switches of water draw off valves pertaining to a particular tank
shall be connected in series and taken as an input to the PLC. The Close position
limit switches of water draw off valves pertaining to a particular tank shall be
connected in series and taken as an input to the PLC. In case any one of the water
draw off valve is open, an alarm will be generated in the control room and the tank
will remain in idle mode till the valve is closed.
Entry and exit Barrier gate signals shall be taken to PLC.
Status of all the MOV’s in the terminal shall be transmitted to the Pipeline control
room as digital signal. All the receipt valves shall be hardwired between TAS PLC
and Pipeline PLC (EIL Scope). Supply of all the cables, Laying of the cables and
termination at both ends are in the scope of this tender.
4.8 VARIABLE FREQUENCY DRIVES:
One variable frequency drive for one pump per product is proposed at each
location. The other pumps will be with DOL/Star-Delta starters. The VFD shall be
supplied by another vendor. The operation of VFDs shall be automated. The
automation Tenderer shall work in consultation with VFD supplier for this.
Two software modules shall be made in TAS and the Pump logic supervised by
TAS PLC and the logic built into VFD PLC.
In case VFD is down, or the communication with TAS is down, then the pump
logic shall be completely controlled by TAS with out VFD. It shall be possible to
select this option from the OIC in the control room with user intervention through
password protection.
The VFD logic is as follows:
32 bit PLC in Hot redundant mode shall be provided for the terminal. The I/Os of
all the product pumps shall be connected to the VFD PLC.
Pressure transmitters provided in the header shall send the signal to the VFD PLC
to decide the number of pumps and the speed of VFD controlled pump.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 152 of 349 Tenderer’s signature with seal
The status of all pumps and the pressure signal shall be available in the TAS
system also, through a RS485 Modbus link between the VFD PLC and TAS PLC.
The ESD logic, tank level logic and other software interlocks shall be built into
TAS software. The VFD PLC shall be given permission to start only after all the
TAS interlocks are taken care of.
The VFD shall be kept in the MCC/ Electrical room. Communication cable has to
be laid between VFD Panel and TAS at the control room. The laying and
termination of the Cable is included in the scope of the automation Vendor.
Also the required interfaces for signal transfer and control between VFD PLC and
TAS is included in the scope of TAS Vendor.
The additional RS 485 ports in the TAS shall be provided by the TAS Vendor.
The stabilization of TAS with VFD logic shall be tested and accepted separately.
4.9 AUTOMATION OF FIRE WATER SYSTEM
Three nos. of diesel engine driven fire pumps and two nos. of electrically operated
jockey pumps are envisaged for all the terminals. Water is stored in 2 A/G vertical
tanks. These tanks feed the pumps. Delivery of the fire pumps is connected to a
network of hydrant pipeline of 6/8”/10”/12” dia.
During normal times, none of the hydrant points fixed on the pipeline is in open
condition hence there is no outflow of water. The pressure in the pipeline shall be
maintained at 7 Kg/ sq cm. The jockey pump shall be automated in such a way that
if the pressure in the line falls below 7 Kg/ Sq cm, the jockey pump shall start. If
one jockey pump fails to start, the stand by pump shall come into operation.
Jockey pump is envisaged for making up the loss.
If any hydrant point is opened, the pressure falls rapidly. When the pressure falls
below 6 Kg/ Sq cm as sensed by a pressure switch, one fire engine should
immediately come into operation. If it fails to start, the second pump shall start. If
the pressure still falls below 4.5 kg/ Sq cm, the third pump shall also operate. The
pumps can also be operated based on the signal from a remote call point. These
call points are distributed all over the plant. The shutdown of these fire water
pumps shall be manual. No automation is required for this. Tenderer shall submit a
suitable scheme for this.
Also if there is no flow within 30 seconds of activation of manual call point/ pump
starting, the pump shall get switched off and an audio alarm will be generated in
the control room and security room.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 153 of 349 Tenderer’s signature with seal
Seven numbers of manual call points are envisaged for each of the terminals. The
locations shall be indicated to the successful tenderer. Logic shall be built in to the
PLC.
It shall be possible to operate the pumps manually too.
Tenderer shall include the supply, erection, installation and cabling in his scope.
Necessary instruments like manual call points, pressure switch etc. shall be
supplied by the Tenderer. The installation shall be done in co ordination with the
Fire protection system tenderer.
4.10 TANK FARM MANAGEMENT:
Tank Farm Management System (TFMS) is a part of Terminal Automation system.
The products are stored in Floating roof tanks. Each tank shall be provided with
the following measurements:
� Radar type transmitter for measuring level
� Multi Element averaging type sensor for temperature measurement
� Water bottom sensor for Water/Product interface measurement
� Pressure transmitters for density measurement
Radar gauge with an accuracy of +1mm shall be provided for primary storage of
products in U/G. Radar gauges with accuracy of + 3mm shall be provided for
secondary storage of products in U/G tanks. Single point temperature probe shall
be considered for temperature compensation in U/G tanks. The compensation shall
be done in the control room or locally with corrected value available in the control
room for U/G storage tanks.
The tank side display for all FRVT and U/G tanks shall be backlit.
The indication shall be available locally in the tank side display unit and in the
TAS in the control room.
The monitoring and control operations shall be possible from the control room.
The system shall have the following capabilities:
a) Continuos and automatic data acquisition of level, temperature from field
instruments
b) Real time volume calculation from level and tank capacity tables.
c) Different data screen representation for tank details like level, temperature,
density, volume etc. and summary of details including histograms, inventory,
capacities, volume correction factor etc.
d) Comprehensive programmable logging of all alarms and events, summary of
all details without disturbing scanning sequences.
e) Continuos on-screen listings of significant happenings occurring during run
time.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 154 of 349 Tenderer’s signature with seal
f) Totalisation of volume and mass for group of tanks selected.
g) Trending facility for level and temperature, both real time and historic.
h) Programmable alarms for high and low level, temperature, volume. Audio
visual display of alarms shall be available.
i) TFM system MMI shall be user friendly with easy to use command structures,
windows and cursor control facilities.
j) Archival and retrieval facility of selected tank data.
k) The interlock and shutdown logic on programmable logic controller.
l) Process flow scheme with graphic mimic on operator interface console.
Tank farm management system is a microprocessor based system. The tank farm
management system is connected via redundant computer interface unit to Tank
Farm computer and gives continuously and automatically all the data like level,
level interface, temperature, gross volume, net volume, tank stock overview etc.
It also generates software alarms for H, HH, L, LL & water/product interface level
for each and every tank and maintains database for all alarms generated. Computer
interface unit shall be redundant. Summary of all details including histograms,
inventory, capacities, volume correction factors shall be displayed by the system.
Fire water tanks, underground sumps and slop tanks shall be integrated into the
TAS software / TFM software.
Tanks side indicator shall be provided for display of level, temperature, Density,
alarm / diagnostic and water/product interface level.
TFMS output for “HI”, “HIHI”, “LO”, “LOLO” alarms shall be provided. The
alarm shall be displayed on the operator console.
Supply and installation of latest version of Tank Farm Management software is
also included in vendor's scope. The TFM shall have licenced version of latest
ASTM tables for density correction. TFMS software which needs hardware lock
like dongel /OEM CD etc. to be attached to computer for running the application,
should be avoided. However, in case such arrangement is inevitable, such
hardware lock must be located inside the CPU or made to be pilfer proof by some
means. Vendor to guarantee free of cost replacement of such hardware lock/OEM
CD etc. in case of damage or pilferage .
Due to site conditions if any of the above requirements cannot be fulfilled in the
terminal, the Tenderer shall bring out during or before tender discussion.
4.11 STATION CONTROL SYSTEM:
Station control operation such as selection of receipt/despatch/ maintenance mode
of product tanks, starting/ stopping of loading pumps and emergency shut down
operation shall be handled by station control subsystem using a PLC.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 155 of 349 Tenderer’s signature with seal
4.12 SHUT DOWN FEATURES:
Emergency shut down shall be provided in the marketing terminal automation
control room to stop all despatch operation. ESD shall be implemented in the PLC
logic as part of terminal automation.
Three nos. of ESD pushbuttons are proposed per terminal.
One no. of Emergency push buttons shall be provided in the gantry to stop all road
loading operations.
One no. of Emergency push buttons shall be provided in the Administration
building to stop all loading operations in the terminal.
One no. of Emergency push buttons shall be provided in the control room to stop
all loading operations in the terminal.
Incase wagon loading exists in the terminal, an additional Emergency push button
to stop all rail loading / unloading operation shall be provided. The philosophy
shall be as follows:
a) When rail loading ESD is pressed, only rail loading operation shall be
terminated.
b) When any one of the other three Emergency pushbuttons are pressed, the entire
plant operation shall be terminated.
4.13 SECURITY
The TAS shall provide security mechanisms to keep unauthorised and non-
privileged users from accessing data. The operator shall control the security level
of user by assigning the user's account a security group code. There shall be five
levels of security.
Level I : Terminal Support Personnel
This security group shall have no restrictions and is reserved for personnel
providing the technical support to the terminal. Typically, no one at the terminal
shall have Level I access.
Level II : Terminal Support
This security group shall have no data restrictions except to critical hardware
configuration data. Level II shall be for the most highly privileged terminal
personnel.
Level III : Terminal Operators
This security group shall have only access to Facility Configuration data and shall
not have the capability to edit some data items.
Level IV : Sales Clerk
This security group shall have no access to Facility Configuration data, but shall
have the capability to edit data items pertaining to loading operations.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 156 of 349 Tenderer’s signature with seal
Level V : View only
This security shall have no access to Facility Configuration data. This shall be the
least-privileged level and shall be used primarily for Terminal Operations, Local
File Management, reporting and operations monitoring.
4.14 ALARMS AND EVENTS MANAGEMENT
An alarm of event needs to be recorded and possibly acknowledged. The
characteristics of alarms and events are as follows:
� Alarms / Events shall be generated by any system task
� Alarms / Events shall be signified within the system by a condition code,
which consist of the following components.
� FACILITY, which represents the system component which detected the alarm
condition and generated the alarm message.
� SEVERITY, which represents the relative importance of the alarms with
respect to other alarms in the system
� IDENTIFICATION, which represents the symbolic name used internally by
the system tasks to refer to alarm condition.
� TEXT, which represents the message text which is to be output when the
alarm condition occurs.
When alarms are annunciated, the above components provide additional
information about the circumstances surrounding the alarm condition.
� Alarms / Events may be automatically refreshed periodically for as long as the
alarm condition persists.
� Alarms / Events may be either a single stage alarm, where the alarm condition
can reset automatically, or a dual-stage alarm, where an operator shall
acknowledge the alarm condition before the alarm condition can be reset.
The logging of alarms, events and summary of all details shall be obtained with out
disturbing scanning sequences.
4.15 INTERFACING WITH PIPELINE CONTROL ROOM
Tenderer shall connect the following signals from terminal automation system
PLC to pipeline PLC. The signals are:
1. Status of all the tanks
� Main inlet (2 movs for each tank) OPEN / CLOSE.
� Main outlet (2 movs for each tank) OPEN / CLOSE.
� Tank level of all product tanks (continuous 4 – 20 mA)
� Tank level of water tanks for fire fighting
2. Control of inlet / outlet valves for the terminal
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 157 of 349 Tenderer’s signature with seal
The pipeline PLC has provision for serial link interface for status of tank inlet /
outlet MOV’s, tank levels etc. The link shall be RS 485 Modbus protocol (master).
Tenderer shall configure the TAS PLC to RS 485 Modbus – Slave protocol.
The tank inlet valves at the terminal shall also be controlled by the pipeline PLC.
Pipeline control room shall send the opening / closing command for these valves in
the appropriate mode. These signals shall be hardwired outputs from the pipeline
PLC. The supply and laying of cables required for this upto pipeline control room
is in the scope of the tenderer.
The RS 485 Modbus communication cable shall be laid by the tenderer. Both the
pipeline contractor and the TAS contractor shall take equal responsibility for
handshaking and establishing the link.
Detailed list of all signals to be taken to pipeline control room is provided with this
specification as annexure.
5.0 LINE MOUNTED EQUIPMENT, TAPPING POINTS
Installation and hookup of all field instruments except line mounted flow
measuring elements (such as Orifice plate, Venturi, Coriolis), Set Stop valves, ON
/ OFF valves etc. are included in the scope of work of turnkey Instrumentation
package tenderer. Flow elements and shall be supplied by Instrumentation tenderer
along with matching flanges, reducers, expanders and other accessories. These
flow elements and valves shall be installed on the pipeline by pipeline contractor
under the supervision of instrumentation contractor. All the cabling, cable
termination etc. shall be done by instrumentation contractor. This is not applicable
for additive dosing system. For additive dosing system, piping and installation of
equipment on the pipeline is included in the scope of instrumentation vendor.
For measurement of pressure, flow etc pipeline contractor shall provide instrument
tapping points and root valves on the pipeline as per specification and location
given by instrumentation contractor. The process tapping shall be 1/2” in dia
unless otherwise specified. Root valves shall be 1/2” stainless steel ball or gate
valves, suitable to maximum pressure and temperature. Pressure testing of piping
shall be done after provision of Instrumentation tapping points and closing root
valves.
For installation of temperature elements/gauges, suitable tapping on pipeline,
welding of boss with threads or flange shall be provided for accommodating
thermowells supplied by instrumentation tenderer. Pressure testing of pipelines
shall be done by the tenderer after installation of thermowells. The details of
mounting arrangement required will be given to pipeline tenderer during
engineering. Impulse tube shall be 1/2” Seamless SS tube of 0.065” thickness of
cold drawn and soft annealed type.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 158 of 349 Tenderer’s signature with seal
6.0 BATTERY LIMITS
The works between the following limits are included:
� Generally, from the first root valve, flange connection onwards.
� For line / equipment mounted instruments companion flange to flange.
� However, where mounting arrangements such as installation of nozzles etc. for
mounting of Tenderer’s equipment are required, the same also will be under
the scope of the Tenderer.
7.0 APPLICABLE CODES AND STANDARDS
a) The components of instrumentation and control system shall be designed,
manufactured, assembled and tested in accordance with the latest standards of the
Standards Institution, Instrument Society of America, Institute of Electrical
Engineers and Manufacturer's association of the country where they are
manufactured / country of principals. They shall also confirm to the relevant
standards of the Bureau of Indian Standards (BIS) wherever available, so that
specific aspects under Indian conditions are taken care of.
b) The equipment shall also conform to the latest Indian Electricity Rules as regards
safety, earthing and other essential provisions specified there in for the installation
and operation of electrical plants.
c) The equipment in the hazardous area shall have CMRI/ CCOE approvals.
All painting shall be done in accordance with the General Specification for Painting.
All equipment shall comply with the statutory requirements of the Government of
India and the State Government of respective states.
The Tenderer shall execute the job to comply with the requirements of the relevant
regulations or acts in force in the area together with design specifications with respect
to:
� Indian Electricity rule
� Indian Factories act
� Regulations laid down by chief electrical inspector
� Regulations laid down by Factory Inspector of state Indian Standard Specifications
� Oil Industries safety directorate norms.
� International Organization of Legal Metrology.
� Regulations relevant to explosion hazardous areas
The equipment specified is to be designed in accordance with the applicable
standards listed below.
� American National Standards Institute (ANSI)
� American Society for Testing and Materials (ASTM)
� National Electrical Manufacturers Association (NEMA)
� American Society of Mechanical Engineers (ASME)
� American Petroleum Institute (API)
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 159 of 349 Tenderer’s signature with seal
� Institute of Electrical electronic Engineers (IEEE)
� National Fire Protection Agency (NFPA)
� Scientific Apparatus Makers Association (SAMA)
� Canadian Standards Association (CSA)
� International Electro-technical Commission (IEC)
� International Standard Organisation (ISO)
� Open Software Foundation (OSF)
� Bureau of Indian Standards (BIS)
RELEVANT IS – CODES FOR PERSONAL PROTECTION
IS: 2925 – 1984 Industrial Safety Helmets
IS: 4770 – 1968 Rubber gloves for electrical purposes.
IS: 6994. 1973 (Part I) Industrial Safety Gloves (Leather & Cotton
Gloves)
IS: 1989-1986 (Part I & III) Leather safety boots and shoes
IS: 3738 – 1975 Rubber knee boots.
IS: 5557 – 1969 Industrial and Safety rubber knee boots.
IS: 6519 – 1971 Code of practice for selections, care and
repair of Safety footwear.
IS: 11226 – 1985 Leather Safety footwear having direct
moulding Sole.
IS: 5983 – 1978 Eye protectors
IS: 9167 – 1979 Ear protectors
The following standards shall be followed:
ASTM A106Gr.B Schedule STD for all pipes.
ASTM A 234 WPB, Schedule STD. Seamless, ANSI B16.9 for all types of
fittings.
API-600, class 150, Cast steel body, 13% Cr trim for gate valves.
All field equipment shall be weatherproof to NEMA 4X (IP 65), suitable for the
ambient site conditions. In addition all the field equipment shall be explosion proof/
intrinsically safe, suitable for the hazardous area specified typical of this project.
8.0 TECHNICAL SPECIFICATION
8.1 TECHNICAL SPECIFICATIONS FOR INSTRUMENTATION
EQUIPMENT :
Tenderers are requested to study the information / data sheets furnished in this
document thoroughly and quote accordingly. Further the following drawings /
document which have been enclosed as a part of this document shall also be
referred and the offer shall be accordingly made. These documents are:
� P & I diagram for terminal
� Layout of terminal
� System architecture drawing
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 160 of 349 Tenderer’s signature with seal
General environment conditions:
Temperature - 0°c to +55°c operating
Humidity - 95%
Equipment supplied for Terminals near sea shore will be suitable for corrosive /
saline atmosphere.
All the electronic equipment supplied by the Tenderer shall have protection
against surges, lightening and reverse polarity.
8.1.1 SPECIFICATION FOR BATCH CONTROLLER
Make : As per approved vendor list
Qty : Refer BOQ
Type : Microprocessor based field mounted
Service : White oils
Inputs : � Pulse input from pulse transmitter of
main product line, ethanol line (if
applicable) and additive line
Interlock inputs
� Grounding inputs
� Loading Arm Positioner
� Temperature sensor
� Totaliser reset mode switch (software)
� Serial input
� Overspill
� Emergency shut down
� RIT
Outputs : Digital control signals to solenoid valves of
set stop valve in Main product line and
Ethanol line ( if applicable), Digital control
signals to 2 nos. of additive injection
system.
RIT
Communication port : Dual redundant RS 485, maximum of 4
Batch controllers shall be multidropped and
taken to the control room.
Power requirements : 230 V AC + 10%, 50Hz
Data entry : Alpha numeric entry pad
Alarms : Overflow/underflow
� Interlock failure
� Pulse transmitter failure
Self diagnostics : Required
Memory capacity & backup : Minimum 200 transactions. Non volatile
RAM shall store the transactions upto 10
years.
Battery : Internal Lithium battery / flash memory
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 161 of 349 Tenderer’s signature with seal
shall be provided for data retention.
Battery Life : 10 years
Meter Linearisation : 4 point over 10 – 100% flow rating of meter
by entering "K" factor of meter in memory
Display : Alpha Numeric, Back lit LCD, Non Glare /
Vacuum florescent. In built key pad and
display as one composite unit.
Enclosure : Explosion proof to IS-2148, Gr. II A & II B
Weather proof to IS-2147 to IP-65 for field
mounted batch controller
Approvals : CCOE
Batch Accuracy : Shall be 0.05% of batch
Functions : Indication, Totalisation, Batch Control,
Blending, injection of additive 1, injection
of additive 2, flowrate control, Meter factor
linearisation (min. 4 points over 10-100 %
flow rate), dynamic flow display,
programmable ramp down for multistage
opening/ closure of set stop valve, Batch
summary, Executing local loading,
Numeric key pad, Automatic Flow
optimization, ability to feed seal nos., one
alarm relay, 1 NO + 1 NC contact
configurable,
The quantity to be loaded entered in the
TDM is uploaded to LRC which in turn
uploads this information to Batch controller
via RS485 link as preset quantity
Level of security : Password protection for database
configuration.
Density correction feature : Provision for RTD input for density
correction
Salient Features : Each batch controller should be in a
position to operate in stand alone position.
Each batch controller should be able to
store at least 200 batches in local mode
which can be retrieved later
8.1.2 SPECIFICATION FOR REMOTE INTERACTION TERMINAL(RIT)
Make : As per approved vendor list
Qty : Refer BOQ
Enclosure : Explosion proof, WP as per IP 65
Push Buttons : 3 nos for start, stop & acknowledge
Indicators : 3 nos ( Red, Yellow, Green)
Power supply : 230 V AC +/- 10%, 50 Hz
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 162 of 349 Tenderer’s signature with seal
8.1.3.1 SPECIFICATION FOR FLOW METER (PDM)
Make : As per approved vendor list
Qty : Refer BOQ
Type : Oval gears / tri-rotor design / rotary vanes
Casing : Double case
Size : 3”
Service : MS, HSD, SKO etc.
Materials :
Body : Carbon Steel
Rotor Elements : Anodised aluminium
Bearings : As per manufacturer’s standard
Wet parts : Aluminium / SS 304
Seals : Viton
Outer Housing : Carbon steel
End connection : 3" Flanged type, ANSI B16.5 , class 150
ASTM A 150
Flanged : RF Serrated
Design Pressure : 15 Kg/sq cm
Flow Range : 120 – 1200 LPM
Linearity : ± 0.25`% over a 5:1 range from max. meter
capacity.
Repeatability : ±0.02% over 10:150 flow range from maximum
nominal meter capacity
Rangeability : 100% to 10% of max. flow range
No of pulses / litre : Mfr Std
Mounting : Horizontal / Vertical
Coupling : Magnetic / Optical
Calibration : Shall be done at vendors premises
Approval : CCOE
NOTE: Total pressure drop across meter assembly – The strainer, Air eliminator, PD
meter, Shut off valve shall not exceed 1.3 Kg/ Sq cm under any process conditions.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 163 of 349 Tenderer’s signature with seal
8.1.3.2 SPECIFICATION FOR FLOW METER FOR ETHANOL (PDM)
Flow meter type : PD meter, Single case, SS wetted parts
Size : 1 ½”
End Connection : 1 ½” Flanged type, ANSI B16.5 , class 150
ASTM A 150
Service : Ethanol
Specific Gravity of ethanol : 0.7958
Flow rate : 30 LPM to 300 LPM
Strainer cum Air Eliminator : Integral type
Pulse transmitter : Single pulse
DCV : Diaphragm type, 1 ½”, hydraulic, suitable for
hazardous area.
NRV : Lift Check Valve as per BS-1868, class 150,
cast steel body & disc
Approval : CCOE
NOTE: Batch Controller shall control DCV.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 164 of 349 Tenderer’s signature with seal
8.1.4 SPECIFICATION FOR DUAL PULSE TRANSMITTER
Make : As per approved vendor list.
Qty : Refer BOQ
Application : To convert volumetric flow to pulse
Operating Range : Upto 1500 LPM
Pulse per revolution : As per manufacturer standard
Resolution : As per manufacturer standard
Output : Dual pulse stream, each pulse shifted by 90 deg.
with each other. Confirms to pulse security level
A as per IP-252/76, ISO 6551 and API chapter 5
Materials
Body : Aluminium Alloy
Operating torque : To suit the P.D meter
Mounting : On the O/P shaft of the PD meter
Shaft Rotation : Bi-directional
Pulse security : To be provided through verification pulse
generated through additional grid element
Supply current : MFR STD
Allowable vibration : 3 G’s at 30 Hz at all planes
Supply Voltage : 12 VDC
Enclosure : Flame proof / Intrinsic safe circuit
Signal Transmission : 20M From counting instrument
Housing : Explosion Proof
Approval : CCOE, CENELEC
Cable Entry : ‘1/2" NPT (F)
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 165 of 349 Tenderer’s signature with seal
8.1.5 SPECIFICATION FOR STRAINER (FOR PD METER)
Make : As per approved vendor list
Qty : Refer BOQ
Type : Basket type
Size : 3”
Mounting : Pipeline
Service : MS, ULMS, HSD, ULSHSD, SKO etc.
Design Pressure : 15 Kg/cm2
Materials
Mesh : 40 mesh of SS 304
Body : Carbon steel/ SS 304
Seal : Viton
Flange : CS
Float : SS 316
Basket : CS Reinforcement sheet / SS 304
Air Release Body : Carbon steel
End Connection :
Inlet : 3" Flanged type, ANSI B16.5 , class 150
ASTM A 150
Outlet : 3" Flanged type, ANSI B16.5 , class 150
ASTM A 150
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 166 of 349 Tenderer’s signature with seal
8.1.6 SPECIFICATION FOR AIR ELIMINATOR (FOR PD METER)
Make : As per approved vendor list
Qty : Refer BOQ
Type : Float actuated pilot operated , air eliminator
shall be mounted on top of the strainer.
Service : MS, HSD, SKO etc.
Design pressure : 15 kg/ sqcm
Materials
Body : Carbon steel
Seal : Viton
Float : AISI 304
Mounting : On top of strainer vertically
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 167 of 349 Tenderer’s signature with seal
8.1.7 SPECIFICATION FOR SET STOP VALVE
Make : As per approved vendor list
Type : Piston type / Diaphragm type with linear
characteristics , Electrically actuated
hydraulically operated
Size : 3”
Qty : Refer BOQ
Service : MS, HSD, SKO etc.
Flow Range : 1500 LPM (Maximum) ,1200 LPM (avg.)
Design pressure : 15 Kg/sq. cm
Mounting : Downstream of flowmeter
End connection : 3" Flanged type, ANSI B16.5 , class 150
ASTM A 150
Materials
Valve body : Cast steel A 216 WCB / SS 304
Valve cover : Cast steel A 216 WCB
Spring : Stainless steel AISI 304
Internal parts : Stainless steel AISI 304 / CS
Tubing & Pipe : SS 316
Diaphragm material & Seals : Viton
Trim : As per manufacturer’s standard
Body type : Inline
Solenoid Valve : 2 nos, ASCO Make
Body : Carbon steel
Trim : SS 304
Mounting : On control valve
Test pressure : 285 PSI
Elec. Connection : ‘1/4" NPT (F) (Sol. valve)
Limit switches : Single for closed position indication, explosion
proof, class I, Gr IIA & IIB
Viscosity : 40 CP (max.) for white oils
Enclosure : Explosion proof class 1, Group II A & B,
weather proof to IP 65
Approval : CCOE
8.1.8 SPECIFICATION FOR LOADING ARM ( DELETED FROM SCOPE)
Make : As per approved vendor list
Qty : Refer BOQ
Service : MS, ULMS, HSD, ULSHSD, SKO etc.
Description : Swivel, Top loading
Balancing : Spring Type (Torsion / Compression)
Design Pressure : 15 Kg/ sq.cm
Operating Temp : 0 - 50 deg.C
Size of arms : 3"
End connections : 3" ANSl 150# WNRF FLANGED
Body : Carbon Steel for 1st arm and aluminium for 2nd
arm
Seals : Viton
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 168 of 349 Tenderer’s signature with seal
Swivel Joints : Carbon Steel, Flanged
Drop tube : Aluminium, 3" upto 750 mm Long
Working envelope : Reach 3 - 4 mtr.(Typical). 4 mtr. X 6 mtr. X 1
mtr.(Vertical)
Vacuum Breaker : ½” integral viton Diaphragm type with SS
nipple and ball valve
Position Limit switch : To be provided
Over-spill protection device : Shall be provided
NOTE: 1. One extra O ring shall be supplied with each loading arm.
2. Locking facility to be provided :
i) When loading arm in parking position
ii) When loading arm is inserted in T/T
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 169 of 349 Tenderer’s signature with seal
8.1.9 SPECIFICATION FOR POSITION SENSOR FOR LOADING ARM (DELETED
FROM SCOPE)
Function : To detect if loading arm is in position
Area classification : Explosion proof suitable for class I Gr II A and
II B, electronics shall be intrinsically safe
Mounting : On the loading arm
Input : To batch controller
Type : Proximity type / Mercury contact type
Certificates : CCOE
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 170 of 349 Tenderer’s signature with seal
8.1.10 SPECIFICATION FOR EARTHING DEVICE
Function : To detect proper earthing of the tank truck and
will stop loading upon loss of earth connection Connection : Dual channel electronic unit with Crocodile
type clips
Principle : Earth potential limit value monitor.
Signal Input : 1. Through earth point at loading area.
: 2. Probe from body of an earthed tank truck
Protection : Intrinsically safe
Intrinsically safe Isolator
mounting : In explosion proof junction box suitable for
mounting in class I div. II, Gr llA and llB
Control output : Typically, 5 A @ 230V AC rated contact
Power supply : 24 - 35 VDC, supplied from batch controller or
230VAC 50Hz, ± 10%
Indicators : 1. Red – vehicle not earthed
: 2. Green - vehicle earthed
Enclosure : Explosion Proof & weather proof to IP 65
NOTE : A 16 sq mm cross-section braided copper strip of 2 m length shall be
provided with each earthing relay.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 171 of 349 Tenderer’s signature with seal
8.1.11 SPECIFICATION FOR CARD READER
Make : As per approved vendor list
Qty : Refer BOQ
Type : Proximity type
Operation : Access control
Sensing Distance : 1”
Enclosure : Explosion proof / intrinsically safe electronics
with CCOE certificate
Power : Mfr Std
Connections : As per manufacturer’s std
Card media : Laminated cards
Card Dimension : Shall be specified by the manufacturer
Card Thickness : Minimum 1.5 mm
Communication : 2 no RS485 serial port
Battery : V Lithium, with 10 years min life
Baud rate : 9600
Protocol : To be indicated in the offer
Sensing time : Less than 4 seconds
A maximum of 6 card readers shall be multidropped over RS485 link and taken to the control
room.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 172 of 349 Tenderer’s signature with seal
8.1.12 SPECIFICATION FOR DIFFERENTIAL PRESSURE GAUGE
Make : As per approved vendor list
Qty : Refer BOQ
Mounting : Local
Dial size : 100 mm
Colour : White dial with black engraving
Bezel ring : Screwed
Unit of measurement : mm of water column / Kg/cm2
Range : 0-5000 mm of wc across the strainer in the bay.
0-1 Kg/cm2 across the strainer near the pump.
Pressure element : Manufacturer’s standard
Accuracy : ± 2 % of FSD
Zero adjustment : Through micrometer pointer
Over range protection : 125 % of FSD
Process connection : Through 1/2" NPT (M)
Service : MS, ULMS, HSD, ULSHSD, SKO across
Strainer in TLF bay and pump suction
Materials
Case : Die cast Aluminum
Window : Shatter proof glass
Movement : SS 316
Socket : SS 316
Standard : IS 3624
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 173 of 349 Tenderer’s signature with seal
8.1.13.1 SPECIFICATION FOR PROVING TANK FOR PD METER
Make : As per approved vendor list
Type : Mobile SKID with pump filling facility, quick
connect coupling, valves and accessories
mounted on a 4 wheeled tyre
Qty : Refer BOQ
Accuracy : ± 0.1%
Capacity : 2000 Ltrs
Gauge glass : Shall be provided at Top and Bottom
Drain valve : Shall be provided
Gauge Glass Resolution : +0.1% of tank cap.
Displacement tube volume : +0.5% of tank cap.
Plug valve size : 3"
Drain & Vent connections : Shall be provided
Mounting : On Skid, Chassis mounted on automobile
wheels(jeep wheel)
Gauge glass : Shall be provided with Mounting accessories
Accessories : Pump & flame proof Motor with starter and
Piping. Plug with FLP type 32 A rating socket
shall be provided on skid.
Dimensions : As per weights & measures standards
Design standard : IS 2341
Other Features : Levelling instrument shall be provided
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 174 of 349 Tenderer’s signature with seal
8.1.13.2 SPECIFICATION FOR PROVING TANK FOR TRUCK
Make : As per approved vendor list
Type : Static with pump top filling facility/ Open
volume prover
Qty : Ref BOQ
Accuracy : ± 0.1%
Capacity : Two nos. of 1000 Lts & 1 no. of 500 Lts
Gauge glass : Required
Drain valve : Required
Resolution : +0.1% of tank capacity
Displacement tube volume : +0.5% of tank capacity
Plug valve size : 3"
Mounting : On structural supports
Gauge glass : Required with Mounting accessories
Drain & Vent connections : Required
Accessories : Pump & Motor, Associated piping, piping
material & valves to make a complete system
Dimensions : As per weights & measures standards
Design standard : IS 2341
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 175 of 349 Tenderer’s signature with seal
8.1.14.1 SPECIFICATION FOR RADAR GAUGE
Make : As per approved vendor list
Qty : Refer BOQ
Type : Radio Frequency type
Service : MS, HSD, SKO etc.
Accuracy : +/- 1 mm
Tank height : Refer annexure
Supply voltage : 230 VAC, 50 Hz
Distance (Range) : Suitable for tank heights
Output : RS-485 through CIU
Probe material : Acid proof steel, PTFE, Aluminium
Insertion length : Suitable for tank
Mounting, flanged : Top, Flanged type, ANSI B16.5 , class 150
ASTM A 150
Canopy for protection : Shall be provided
Probe head : Cast Aluminium, conforming to IP 65
Safety Class : Explosion proof/ Intrinsically safe electronics
CIU & TFMS Software : Shall be provided
Tank water/product interface : Shall be provided, 500mm sensing distance
All the Radar gauges and the average temperature sensor from the respective tanks to be
connected to local electronics, for each tank. Further all these local electronic unit will be
connected over RS 485 to a CIU which will be located in the Control room
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 176 of 349 Tenderer’s signature with seal
8.1.14.2 SPECIFICATION FOR RADAR GAUGE FOR U/G, A/G TANKS
Type : Radio Frequency type
Make : As per approved vendor list
Qty : Refer BOQ
Service : Level measurement of U/G, A/G Horizontal
tanks
Tank height : Refer data sheets
Accuracy : +/- 1 mm for Primary tanks, +/- 3 mm for
secondary tanks
Supply voltage : 230 VAC, 50 Hz
Distance (Range) : Suitable for tank heights
Output : RS-485 through CIU
Probe material : Acid proof steel, PTFE, Aluminium
Insertion length : Suitable for tank
Mounting, flange : Top, Flanged type, ANSI B16.5 , class 150
ASTM A 150
Canopy for protection : Shall be provided
Probe head : Cast Aluminium, conforming to IP 65
Safety Class : Explosion proof
CIU & TFMS Software : Shall be provided
Temperature compensation : Single point temperature element to be
provided.
Local display : To be provided, Exproof type
All the Radar gauges and the temperature sensor from the respective tanks to be connected to
local electronics, for each tank. Further all these local elect. unit will be connected over RS 485
to a CIU which will be located in the Cont. room
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 177 of 349 Tenderer’s signature with seal
8.1.15 SPECIFICATION FOR AVERAGE TEMPERATURE SENSOR
(FOR TANK LEVEL MEASUREMENT BY RADAR GAUGES)
Make : As per approved vendor list
Type : Multi point RTD Pt 100 / Thermocouple
Service : MS, HSD, SKO etc.
Qty : Refer BOQ
No of RTD/ Sensor : Refer BOQ
RTD / thermocouple intervals : 2 M
RTD Type : Pt-100, grade A as per DIN standards
Thermocouple type : ‘T’ type
OD : ‘ 1” Typical
Instrument Connection : Threaded
Overall length of sensor : To suit the tank height
Mounting : On floating roof tank / conical tanks(refer BOQ)
Enclosure : Explosion proof and weather proof
Process connection : Flanged
Output : To RTG or Data Acquisition Unit
Accuracy : 0.25OC
Sheath : SS 316
Lead wires : Copper
Measuring range : 0 to 100 deg C
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 178 of 349 Tenderer’s signature with seal
8.1.16.1 SPECIFICATION FOR LEVEL TRANSMITTER FOR UG / AG TANKS
Make : As per approved vendor list
Qty : Refer BOQ
Type : Float and tape type
Accuracy : +/- 3mm
Service : Tanks of MS, HSD, SKO etc
Tank height : Refer annexure
Mounting : Top
Output : 4 – 20 mA
Tank side indicator : Shall be provided
Enclosure : Explosion proof (CCOE Certified)
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 179 of 349 Tenderer’s signature with seal
8.1.16.2 SPECIFICATION FOR LEVEL TRANSMITTER FOR WATER TANKS
Make : As per approved vendor list
Qty : Refer BOQ
Type : Float & Tape
Service : Water
Tank height : Refer annexure
Mounting : Tank side bottom
Output : 4 – 20 mA
Tank side indicator : Shall be provided
Enclosure : Weatherproof to IP65
Accuracy : + 1 to 2 cm
Alarms : 2, High & low
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 180 of 349 Tenderer’s signature with seal
8.1.16.3 SPECIFICATION FOR LEVEL SWITCH FOR WATER TANKS
Type : Float
Service : Water
Tank height : Refer annexure
Mounting : Side
Flange material : Carbon steel 150#, 4”
Float material : SS 304
Spring material : SS 304
Switch enclosure : Cast Aluminium
Quantity : 2 nos.( one high and one low)
Differential : Micro switch
Switch contact rating : 5 A, 230V resistive
Cable entry : Through ½ “ NPT
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 181 of 349 Tenderer’s signature with seal
8.1.17 SPECIFICATION FOR TANK SIDE INDICATOR FOR RADAR GAUGE
Make : As per approved vendor list
Quantity : Ref BOQ
Mounting : Tank bottom for A/G and tank top for U/G
Display type : LCD, Backlit for CRVT & FRVT.
Display parameter : Product level, Ullage, Average temperature,
Pressure transmitter signal
Power supply : Intrinsic safe power from RTG
Communication : Digital bus from the radar level gauge
Protection class : IP 65
Approvals : ATEX, CCOE
Housing material : Die cast aluminium, Exproof type
Cable entries : ½” NPT & ¾” NPT
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 182 of 349 Tenderer’s signature with seal
8.1.18 SPECIFICATION FOR COMMUNICATION UNIT FOR RADAR GAUGE
Make : As per approved vendor list
Quantity : Ref BOQ
Location : In the control room
Function : To collect measured data from the field
mounted tank gauging equipment
No. of inputs / capacity per port : Min of 48
Baud rate : 4800
Transmission : As per manuacturer’s standard
Enclosure : IP20
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 183 of 349 Tenderer’s signature with seal
8.1.19 SPECIFICATION FOR PRESSURE TRANSMITTER
Type : Electronic microprocessor based, smart
Make : As per approved vendor list
Output : 4-20mA, HART interface to be provided as
option
Accuracy : 0.075% of measured level
Method of measurement : Hydrostatic
Service : Tank density measurement for MS, HSD, SKO.
Range : 0-15 M wc
Material of construction : SS 316 for wetted parts
Process connection : 1” or 2” depending on site conditions
Overange protection : 150%
Power : 24 VDC
Area classification : Zone I group II A/II B
Protection : Protection required against surges, lightening,
reverse polarity
Zener barrier : Required
Isolation valve : Shall be provided
Approval : CCOE
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 184 of 349 Tenderer’s signature with seal
8.1.20 SPECIFICATION FOR PRESSURE GAUGE (BOURDON TYPE)
Make : As per approved vendor list
Qty : Refer BOQ
Type : Bourdon
Mounting : Field
Dial size : 150 mm
Color : White dial with black engraving
Bezel ring : Screwed
Range : Suction -1Kg/cm2 to 7Kg/cm
2
Delivery 0 to 15Kg/cm2
Unit of measurement : Kg/ cm2
Accuracy : ± 1 % of FSD
Zero adjustment : Through micrometer pointer
Over range protection : 125 % of FSD
Blow out protection : To be provided
Process connection : Through 1/2" NPT (M)
Service : MS, HSD, SKO etc.
Materials :
Window : Shatter proof glass
Case : Cast AL
Element : SS 316
Socket : SS 316
Movement : SS 304
Snubber : Shall be provided
3 way isolation valve : Shall be provided of SS material
Standard : IS 3624
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 185 of 349 Tenderer’s signature with seal
8.1.21 SPECIFICATION FOR UNINTERRUPTIBLE POWER SUPPLY
Type : On-line and on 100% parallel redundant mode
Rating : Refer BOQ
Input voltage : 415 V+10 %, -15%, 3 Phase, @ 50 Hz, +1.10%
Inverter type : High frequency switching sinusoidal with pulse
width modulation.
Output voltage : 230 V, single Phase
Output Frequency : Free running 50 Hz, ± 0.1 % tracking bypass ±2
% (± 1 to ± 4%) (selectable)
Output voltage regulation : Better than ±1% for simultaneous variation
from no load to full load & input voltage to any
extreme.
Output voltage waveform : Sinusoidal
Total Harmonic distortion : Less than ± 3 % for linear load, less than ± 5 %
for non-linear load.
Transient response : For 100 % step load
Dip : Typical 5 %, Max 8 %
Peak : Typical 5 %, Max 8 %
Recovery to normal : Up to 60msec i.e. 3 cycles
Over load capacity : 125 % for 10 min
Audible noise : Less than 55 dB at 1 mtr distance
LCD/ LED indication : Mains OK
Inverter OK
Overload
On Battery
Low Battery
Inverter trip
Bypass ON
Load on Inverter
Load on Bypass
Bypass frequency out of range
Auto bi-directional static switch : Shall be provided
Environment : 0 – 50 deg. C
Relative humidity : 95 % RH non condensing
Switch gear : Input MCCB, Bypass MCCB, Battery isolator,
inverter ON/OFF MCCB, manual bypass
isolator (Load break switch)
Remote Indication : Provision for all the available LCD/ LED for
remote indication and potential free contact (1
NO and 1 NC) for fault indication should be
provided
Bi-directional static switch with
SCVS : Shall be provided
Batteries : Sealed maintenance free (SMF) batteries with
end cell voltage of 1.8 V
Battery Backup : Battery back-up for 30 minutes
Capacity : Min. 120 % of the actual load requirement for
the system to be calculated by vendor.
Enclosure : IP 31
Isolation transformer : Shall be provided with class ‘H” insulation
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 186 of 349 Tenderer’s signature with seal
Configuration : Diagram to be submitted
PDB : To be provided
Make : As per approved vendor list
NOTE: 1. UPS load calculation to be finalised during design engineering and to be submitted for approval.
2. UPS failure to be taken as hardwired contacts to PLC
3. UPS shall supply power to the communication equipment (supplied by
other contractor). 1KVA capacity shall be considered for this.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 187 of 349 Tenderer’s signature with seal
8.1.22 SPECIFICATION FOR TURBINE FLOWMETER (DELETED FROM SCOPE)
Make : As per approved vendor list
Size : 600 mm
Service : MS, ULMS, HSD, ULSHSD, SKO
Location : Header
Qty : Refer BOQ
Flow Range
Minimum : 647 m3/hr
Normal : 794 m3/hr
Maximum : 902 m3/hr
Operating Pressure : 3-15 Kg/cm2
Operating Temperature : 15-45 deg C
Sp. Gravity : 0.7 - 0.87
Viscosity : 0.35 - 7.0 CP
Pick off Coil : Dual, Magnetic
Accuracy
Linearity : ± 0.15% of the reading
Repeatability : +/- 0.02% to +/- 0.05%
Materials of Construction :
Body : Carbon Steel / stainless steel
Rotor Elements : ANSI 430 / ANC 21
Bearings : SS, Tungsten Carbide, Stellite
Bearings Support : SS 304 / SS 316
Wetted parts : Anodised Aluminium / SS
Seals : Buna N
Outer Housing : Carbon steel
End connection : ANSI Flanges ANSI B16.5 (150# to 2500#) or
DIN/BS
Mounting : Horizontal
Approval : CCOE
Display : 2 lines, 8 digit LCD with flow rate and total
Bi-directional flow : Required
Totaliser : Integral type
Pulse converter : Integral with output in 4-20 mA
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 188 of 349 Tenderer’s signature with seal
8.1.23 SPECIFICATION FOR DENSITY METER
Make : As per approved vendor list
Qty : Refer BOQ
Working Principle : Coriolis mass flow / Direct measurement
Range : 0.6 to 1.0 gm/cc
Accuracy : ± 0.0005 gm/cc over the
measurement range factory calibrated
Location : On the header TLF shed
Line size : Refer annexure
Transmitter : Integral
Pressure : 0 to 10 Kg/ cm2
Protection : IP – 65
Flanges : SS 316 / SS 316L
Wetted parts : SS 316 / SS 316L
End Connection ‘1”
Housing : SS 304 fully welded
Tube : SS 316 L
Size : 1” for coriolis type
Repeatability : ± 0.0002 gm/cc
Area classification : Class 1, Div II, Group II A & B
Service : MS, ULMS, PGMS, HSD, ULSHSD, PGHSD,
SKO etc.
Communication : RS 485 Interface
Output : 2 Nos minimum, Analog/ Digital, 4 – 20 mA &
RS 485 serial port, modbus protocol
(Availability of API measured density and
temperature output to be ensured locally as well
as remote)
NOTE: 1. The temperature transmitter connected to the temperature detector inbuilt with
densitometer should transmit an output of 4 to 20 mA for a temp range of 0 to 100
Deg C. The density should be temperature corrected.
2. All the densitometers supplied by the Tenderer shall be calibrated at FCRI.
3. A maximum of 4 Density meters shall be multidropped over RS485 link and taken to
the control room.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 189 of 349 Tenderer’s signature with seal
8.1.24 SPECIFICATION FOR TEMPERATURE SENSOR (RTD)
TRANSMITTER (FOR DENSITY METER)
Make : As per approved vendor list
Type : Pt-100, Simplex, 3 wire as per DIN standards
Qty : Refer BOQ
Thermowell : SS 316, barstock
Instr. Connection : ‘1/2" NPT(F)
Immersion length : As required
Range : 0-100deg C
Total length : As required
Mounting : On the Header lines to TLF shed
Service : MS, ULMS, HSD, ULSHSD, SKO etc.
Enclosure : Explosion proof and weather proof
Process connection : Screwed connection 3/4" NPT(F)
Output : 4 to 20 mA signal
Insulation : Mineral Insulated
Accuracy : Accuracy As per DIN 43760
Sheath : Made of SS 316 having 5 mm diameter
Lead wires : Copper
NOTE: This is to be offered separately in case the density meter does not have the inbuilt
feature of temperature measurement and correction.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 190 of 349 Tenderer’s signature with seal
8.1.25 SPECIFICATION FOR MASS FLOWMETER (DELETED FROM SCOPE)
Make : As per approved vendor list
Qty : Ref. BOQ
Size / pipe dia : Ref P & ID
Working Principle : Coriolis mass flow
Range : 2400 LPM for ULMS, 4800 LPM for MS &
SKO, 9600 LPM for ULSHSD, 14400 LPM for
HSD
Accuracy : +/- 0.1%
Mounting : On the Rail loading line
Transmitter : Integral
Temperature : 0 to 100 Deg C
Pressure : 0 to 10 Kg/ cm2
Protection : IP - 67, Ex. Proof
Flanges : SS 316 / SS 316L, Flanged type, ANSI B16.5,
class 150 ASTM A 150
Wetted parts : SS 316 / SS 316L
End Connection : *
Housing : SS 304 fully welded
Tube : SS 316 L
Area classification : Class 1, Div II, Group II A & B
Application : MS/PGMS/SKO/HSD/PGHSD
Communication : RS 485 Interface
Approval : CCOE / CMRI
Output : 2 Nos minimum, Analog/ Digital, 4 – 20 mA &
RS 485 serial port, modbus protocol. Mass flow
and temperature to be displayed separately in
the local mode.
A maximum of 4 Mass flow meters shall be multidropped over RS485 link and taken to
the control room.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 191 of 349 Tenderer’s signature with seal
8.1.26 SPECIFICATION FOR PRESSURE TRANSMITTER
Type : Electronic microprocessor based, smart
Make : As per approved vendor list
Output : 4-20mA, HART interface to be provided. The
output shall be connected to VFD PLC located
in the Electrical room
Accuracy : 0.075% of FS
Principle of operation : Variable capacitance
Range : 0 – 5 bar
Material of construction : SS 316 for wetted parts
Service : Header Pressure Measurement
Process connection : *
Overange protection : 150%
Power : 24 VDC
Area classification : Zone 1, Group II A/II B
Protection : Protection required against surges, lightening,
reverse polarity
Zener barrier : Required
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 192 of 349 Tenderer’s signature with seal
8.1.27 SPECIFICATION FOR PRESSURE SWITCH
Make : As per approved vendor list
Quantity : Ref BOQ
Type : Bellows
No of contacts : 2 NO, NC
Process connection : ‘1/2 “ NPT
Set Pressure : Settable at the site
Snubber : To be provided
Service : Fire water
Enclosure : IP65
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 193 of 349 Tenderer’s signature with seal
8.1.28 SPECIFICATION FOR LIFT CHECK VALVE
Type : Lift Check Valve
Rating : ANSI Class 800
Service : ETHANOL
Size : 1/2” to 1 ½”
Cover : Bolted
End Connection : Socket Weld ended
Applicable Codes : BS : 5352, ANSI B 16.34,
Testing Code : BS : 6755 Part I
Hydrostatic Test Pr. : Shell /
Seat : 3000 / 2200 psi
Material
Body / cover : ASTM A 105
Disc : 13% Cr. SS, Stellited
Seat ring : 13% Cr. SS, Stellited
Fasteners : ASTM A193 Gr. B7/A194 Gr. 2H
Make : As per approved vendor list
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 194 of 349 Tenderer’s signature with seal
8.1. 29 SPECIFICATION FOR BALL VALVE
Type : Fire Safe , Anti static
Size : Bidder to specify
Size : ‘1/2” to 2”
Design code : BS 5351, class 150, cast steel body, SS304, ball,
fire safe
Test Code : BS – 5146 / API – 598 B.S 617 SS Part – I
Fire Safe : API – 607 / APIRPGF 1993
Valve Type : Full Bore
Type : 2 pieces
End Connection : ANSI 150 # Flanged type, SORF, 125 AARH
3" Flanged type, ANSI B16.5 , class 150
ASTM A 150
Material of Construction :
Body : ASTM A 216 Gr. WCB
Ball : CI8M
Trim : AISI 316
Seat : PTFE
Stem Seal : PTFE / GRAF OIL
Gland Packing : GRAF OIL
Studs : ASIM A 193 Gr. BZ
Nuts : ASIM A 194 Gr.2 H
Handle : Carbon Steel
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 195 of 349 Tenderer’s signature with seal
8.1.30 SPECIFICATION FOR JUNCTION BOX
Make : As per approved vendor list
Quantity : Ref BOQ
Materials
Body & Cover : Cast Aluminum
Gasket : Neoprene rubber
Terminals : Clip on type
Tag name plate : Required
Paint : Anti corrosive epoxy paint, shade light Grey
JB type : Suitable for hazardous area, Explosion proof
Protection class : IP 65
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 196 of 349 Tenderer’s signature with seal
8.1.31.1 SPECIFICATION FOR CABLE TRAY – GI
Material : GI
Perforated : Slotted holes
Length : 3 M/ segment
Thickness : 2 mm
Height : 50 mm for 150 mm wide trays, 75 mm for 300
wide trays, without cover
Cover height : 10 mm, cover to be provided for trays in Gantry
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 197 of 349 Tenderer’s signature with seal
8.1.31.2 SPECIFICATION FOR CABLE TRAY – FRP/ GRP
Material : Fire retardant fiber reinforced plastic
Fire retardancy : Low flammability as per IS 6746 appendix K
Oxygen under test : Oxygen index under test should be min 30 as
per ASTM – D 2863
Height : 50 mm for 150 mm wide trays, 75 mm for 300
wide trays, without cover
Cover height : 10 mm, cover to be provided for trays in Gantry
Thickness : 3 mm
Loading on trays : 150 mm wide – 30 Kg/meter, 300 mm wide –
60 Kg/meter
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 198 of 349 Tenderer’s signature with seal
8.1.32.1 SPECIFICATION FOR SIGNAL CABLE
Makes : As per approved vendor list
Quantity : Ref BOQ
Type of cable : Single pair/ multipair shielded copper cable
Construction : Multi strand annealed electrolytic copper
Conductor : Electrolytic annealed copper
Size, No. of strands, Dia of each
strand : 1 sqmm, Min 7, 0.43mm
Insulation : Extruded PVC type A as per IS 5831/84
Thickness : 0.6mm
Pair twist : 10 twists / mtr per pair
Individual Pair Shield : Al mylar tape, helical, thickness,
Thickness : 0.05mm
Overlap / Coverage : 25 % / 100 %
Overall shield : Al mylar tape, ,
Thickness : 0.05mm
overlap / coverage : 25% / 100%
Inner sheath : Extruded PVC type ST1 of IS 5831 / 84
Thickness : 0.7mm
Rip cord : Required, Non metallic type below inner sheath
Outer sheath : Extruded PVC type ST1 of IS 5831/84
Thickness : Min 1.4mm
Armour : Armour over inner jacket shall be of Galvanised
steel wire
Size : 1.4 mm
Drain wire : Shall be provided, Annealed tinned copper in a
continuous contact with Aluminium side of the
shield
size , drain wire resistance : 0.5mm, 30 ohm / km
Pair identification Shall be provided at distance of not more than1
metre interval, 1 pair cable shall be colour
coded white & blue.
Electrical Parameters
Max resistance of the conductor
of the complete cable at 20 deg
C.
: shall not exceed 39.7 ohm /km
mutual capacitance @ 1KHz– : 250pF/mtr
max cap btw any core / screen @
1KHz : 400pF/mtr
L / R ratio 25 micro H/ohm
Noise rejection ratio, 76dB
High voltage test 1KVrms for 1 min
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 199 of 349 Tenderer’s signature with seal
8.1.32.2 SPECIFICATION FOR RTD CABLE
Makes : As per approved vendor list
Quantity : Ref BOQ
Type of cable : Triad cable
Construction : 1 sq. mm cross section, individually shielded
and overall shielded with drain wire
Core : 7 X 0.52 mm nominal stranded ATC wires.
Polyethylene insulated with a nominal min.
insulation thickness of 0.5 mm
Twisting : 3 insulated cores shall form a triad
No of Twists/metre : Min 12 to 20
Drain wire size : 10 strands 0f 0.25 mm ATC
Triad shielding : 100% coverage with Al Mylar tape 0.062 mm
with a Min of 25% overlap along with drain
wire.
Overall taping : 0.015mm thick Polyester taping
Overall outer sheathing : 1.6mm(+/-0.2mm) thick for triad
Drain wire : AWG 20
Voltage class : 600 V
Conductor Resistance : 14 Ohms/Km @ 20 Deg C
Insulation Resistance : As per IS 5831
Mutual capacitance : Between cores with shield grounded shall be not
more than 150pF/Mtr
Capacitance : Between one conductor and other
Conductors connected to the shield shall be not
more than 250pF/Mtr
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 200 of 349 Tenderer’s signature with seal
8.1.32.3 SPECIFICATION FOR CONTROL CABLE
Makes : As per approved vendor list
Quantity : Ref BOQ
Type of cable : Multi core copper cable
Construction : Multi strand annealed electrolytic copper
Voltage class : 600 V
Conductor : Electrolytic annealed copper
Size, No. of strands, Dia of each
strand : 1.5 sqmm, Min 7, 0.53mm
Insulation : Extruded PVC type A as per IS 5831/84
Thickness : 0.7 mm
Inner sheath : Extruded PVC type ST1 of IS 5831 / 84
Thickness : 0.7mm
Outer sheath : Extruded PVC type ST1 of IS 5831/84
Thickness : Min 1.4mm
Armour : Armour over inner jacket shall be of Galvanised
steel wire
Size : 1.4 mm
Identification Shall be provided at distance of not more than1
metre interval
Electrical Parameters
Max resistance of the conductor
of the complete cable at 20 deg
C.
: shall not exceed 13 ohm /km
Min Volume resistivity : 1x 1013
@ 27 deg
1 x 1010
@ 70 deg
High voltage test 2KVrms for 1 min
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 201 of 349 Tenderer’s signature with seal
8.1.32.4 SPECIFICATION FOR POWER CABLE
Makes : As per approved vendor list
Quantity : Ref BOQ
Type of cable : Multi core copper cable
Voltage rating : Up to and including 1100 volts
Conductor : Electrolytic annealed copper
Size, No. of strands, Dia of each
strand : 2.5 sq mm, 7, 0.67mm
Primary Insulation : Extruded PVC type A as per IS 5831/84
Thickness : 0.7 mm
Inner sheath : Extruded PVC type ST1 of IS 5831 / 84
Thickness : 0.3mm
Outer sheath : Extruded PVC type ST1 of IS 5831/84 with
oxygen index of 29 @ 27 deg C
Thickness : Min 1.4mm
Armour : Armour over inner jacket shall be of Galvanised
steel wire
Size : Min 1.4 mm
Electrical Parameters
Max resistance of the conductor
of the complete cable at 20 deg
C.
: Shall not exceed 7 ohm /km
Min Volume resistivity : 1x 1013
@ 27 deg
1 x 1010
@ 70 deg
High voltage test 2KVrms for 1 min
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 202 of 349 Tenderer’s signature with seal
8.1.33 SPECIFICATION FOR BULK AIR ELIMINATOR
Air eliminator shall be of horizontal / vertical cylindrical mild steel dished end
tank construction with internal baffles and float operated air release valve along
with supporting steel frame work and anchor bolts. The tank shall have large cross-
sectional area to slow the flow of liquid. The volume of the tank shall be at least
10% of the flow rate in LPM. The units shall conform to the following
specifications.
Makes : Flash point, Teltech, Bopp & Reuther, Liquid controls, FMC Sanmar
Rated flow in LPM : As given below
Operating Pressure in KG/cm2 : 10 Kg/sq cm
Test Pressure : 1.5 times the operating pressure
Allowable Pressure drop in the air
separator at rated flow : 0.1 Kg/cm2
Operating Temperature : 50o C
No. of Air Eliminators required : 1 for each product header in TLF bay
Material of Construction
Fabricated Body and baffles : IS 2002 Gr. 2
Flanges : ANSI B16.5, class 150, A 105, RF
Pipes : ASTM A 106, Gr. B, SCH-STD
Supporting frame : MS IS 2062, Gr. B 99
Drain Plug/socket NPT : ASTM-A-105
Float & accessories : AISI 304
Seals : Nitrile/Viton
Code of construction : IS-2825-99
Painting
Shall be painted with 2 coats of Zinc Phosphate primer(25 microns each) and 2 coasts of
aluminium paint (20 micron each)
Testing
Hydrostatic testing shall be done.
Bulk Air eliminator shall be installed as close to the TLF loading bay as possible. Density
meter shall be installed on the by pass line to the header after Bulk Air eliminator (closer
to the gantry). Pressure Transmitter shall be installed after Densitymeter.
Product Rated Flow Line Size
HSD 7200 LPM 300 mm dia
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 203 of 349 Tenderer’s signature with seal
MS 4800 LPM 200 mm dia
SKO 1200 LPM 100 mm dia
8.1.34 SPECIFICATION FOR MANUAL CALL POINT
Manual call points are manually operated devices to initiate an alarm signal and
operate the fire pump. The manual call points are located all along the plant. The
manual call point shall be painted with fire red as per IS-5-1994, sheath 536. All
the manual call points shall be wired to PLC.
Manual call points consist of MS enclosure with a safety glass front. The front
glass keeps the switch in pressed condition.
Manual call points shall have CMRI certified flame proof enclosure. MCP’s are
provided in the following areas
Sl. No. Description Quantity
1 Tank Farm Area 1
2 TLF shed 1
3 Admin Bldg 1
4 Product pump house 1
5 Rail loading/ Unloading gantry 1
6 TW pump house 1
7 Security 1
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 204 of 349 Tenderer’s signature with seal
8.1.35 SPECIFICATION FOR PROGRAMMABLE LOGIC CONTROLLER
(PLC)
8.1.35.1 General
Programmable logic controller (PLC) shall be dual redundant hot standby PLC
with dual processors and single I/O with Auto IO testing for all DI & DO as
specified.
Programmable logic controller (PLC) system shall be programmable, modular
microprocessor based. Safety system, which shall be used for implementation of
safety shutdown/interlocks and terminal operation control/monitoring shall be
done through PLC.
The system shall be designed "fault avoidant", as a minimum by selecting high
grade components of proven quality and proper design of system electronics. The
system shall be highly reliable, high-integrity safety system on both qualitative and
quantitative technologies. Redundancy shall be provided as a minimum, as per this
specification to improve system availability, reliability and safety. Due
consideration shall be given to the environmental conditions particularly for field
mounted subsystems.
The system shall be modular in construction and expandable in future by adding
additional modules which shall be easily accessible for maintenance and repair.
The modules shall be suitable for inserting in 19" rack. The types of modules shall
be kept to minimum possible in order to have interchangeability and low spares
inventory.
The PLC shall have a very high noise immunity in order to ensure safe and reliable
operation when subjected to electrical radio frequency interference and electro
magnetic disturbances expected in a plant. The design of system electronics shall
be in compliance with the electromagnetic compatibility requirements as per 'IEC-
801-Electromagnetic compatibility for Industrial Process Measurement and
Control Equipment'.
The system shall have extensive set of self diagnostic hardware and software for
easy and fast maintenance of PLC. Routine checks should run automatically at
frequent intervals for identifying any fault in software or hardware. Diagnostics
are be required at local module as well as operator interface console level.
Operation of the PLC shall be completely unaffected by a momentary power loss
of the order of 20 milli –seconds.
The scan time of programmable controller shall be of the order of 100 milliseconds
for logic & 500 milliseconds for closed loops. Scan time of PLC is defined as the
cycle time taken by the system to read input, process input executing logic, and
update control output for all the logic configured within the system. Other
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 205 of 349 Tenderer’s signature with seal
activities like diagnostic routines, output/dump of data to peripherals, or any other
activity which consume processor time shall also be accounted while computing
scan time.
On-line replacement of any module shall be possible in such a way that the
removal and addition of the module shall be possible without de-energizing the
system. Further, there shall not be any interruption in the system while replacing a
faulty module except for the inputs/outputs, which are being handled, by that
module.
Spares philosophy
Installed engineering spare modules upto 5% shall be provided in input/output
subsystem on module basis and/or with a minimum of one module of each type to
enhance the system functional requirements for future.
In addition the system shall have the following minimum spare capability.
(a) I/O racks of PLC shall have 20% useable spare slots for installing I/O
modules of each type in future. These racks shall be part of the offer.
(b) The processor system shall have the capability to execute logic for I/O's
including 5 % installed spares.
(c) Whenever relays are used to interface process input/outputs with PLC 25%
additional relays shall be provided. In addition, 20% spare space shall be
provided in cabinets to install 20% additional relays in future.
8.1.35.2 System Configuration
The system shall consist of following major subsystems :-
Input /Output subsystem
The I/O modules shall be mounted in the I/O racks located in control room i.e. I/O
modules shall be general purpose unless otherwise specified. I/O devices interface
with PLC shall be at I/O racks only.
The maximum number of input/outputs per module shall be limited as follows:
Sr.No. Type of Configuration No. of I/Os
1. I/O Sub-system 16 for Digital inputs
8 for Analog inputs
16 for Digital outputs
� Each I/O shall be electrically isolated from external control circuit by suitable
means. The minimum isolation level between I/O and logic circuit shall be
1000 VDC . I/O status indication shall be provided for each I/O module.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 206 of 349 Tenderer’s signature with seal
� Each I/O shall be protected against reversal of polarity of the power supply
voltage to I/O.
� Each module shall have LED for each I/O channel to indicate the status of each
input/output.
� Each input shall be provide with filters to filter out any noise in the input line
or noise because of input contact bouncing.
� PLC inputs shall be provided with potential free/dry contacts unless otherwise
specified.
� All the inputs shall preferably be double ended i.e. two wires per input and not
common return for all inputs.
� The interrogation voltage ( 24 V DC / 110 V AC) to the input/output contact
shall be powered from separate redundant power supply units and shall not be
a part of PLC
� Output contacts from the PLC shall be potential free/dry contacts with contact
ratings as per table below. Wet contacts/ powered contacts/TTL outputs etc.,
shall not be acceptable. Suppression device for each output contact is to be
provided.
o The output contact rating shall be as follows
Sr.No.
Applicable For VOLT Current Rating
1 All output cards for driving
solenoid, valves and alarm
annunciator
110V DC
24 V DC
0.5 A
2.0 A
2 All output cards for driving LT
motors/pumps/solenoids
230V AC 5.0 A
o Input type shall be intrinsically safe with barriers for analog input modules and
explosion proof type for digital input modules. Only Active Barriers shall be
employed for achieving galvanic isolation .
� Each output shall be short-circuit proof and protected by fuse. Visual
indication of fuse blown must be provided for each output.
8.1.35.3 Processor System (32 Bit)
The system shall consist of following major subsystems :-
The offered processor type shall have a minimum reference capacity to handle 1000
real time I/O. Redundancy shall be provided such that in case of failure of the primary
processor, the secondary processor shall take over automatically without any time lag.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 207 of 349 Tenderer’s signature with seal
Both processor shall access the inputs simultaneously. If not possible, changeover
time shall be worst case 60 millisecond. The changeover shall be bumpless and the
system shall be safe. Redundancy shall be provided for complete processor subsystem
including CPU, memory, power supply & host system communication interface i.e.
rack to rack redundancy.
� Memory shall be non-volatile. However, incase volatile memory is provided,
rechargeable battery backup shall be provided for a minimum of one year to
keep the stored program intact. A battery drain /pass indication shall be
provided .The size of the memory shall be sufficient for storage of the
program instructions required by the logic schemes. 20 % spare capacity shall
be available.
� In case of failure of complete processor system i.e both processors failing,
system outputs shall take fail safe automatically.
� It shall be possible to generate the first out alarm output by the PLC in case
where a group of parameters are likely to trip the system.
8.1.35.4 Communication Sub system
1. The communication subsystem shall be a digital communication bus that
provides reliable and high speed data transfer between the processor subsystem
& I/O subsystem.
2.Redundancy in communication subsystem shall be as follows unless otherwise
specified.
(a) Communication Interface between each I/O rack & the dual processor
system shall be via separate dedicated dual redundant communication link
in multi-drop mode; daisy chained redundant communication bus to
establish interface between I/O racks & processor system shall not be
acceptable.
(b) The communication interface between each processor subsystem and host
LRC system shall be dual redundant consisting of two separate
communication interface modules located in / from each individual
processor rack and two individual communication links, with each one
configured in redundant mode. Use of PLC processor CPU port for
establishing host interface connectivity shall not be acceptable.
In case of redundant communication subsystem on the failure of the active
device the redundant device shall take-over automatically without
interrupting the system operation.
Information about the failed device shall be displayed locally as well as in
the console. It shall be possible to manually switch-over the
communication from main bus/device to redundant bus/device without
interrupting the PLC functions.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 208 of 349 Tenderer’s signature with seal
(a) The mechanism used by the system for error checks and control shall be
transparent to the application information/program. Error checking shall be
done on all data transfers by suitable codes. All communication interfaces
shall be galvanically or optically isolated.
8.1.35.5 Self diagnostics
1. The system shall have an extensive set of self-diagnostic routines which shall
be able to identify the system failures at least upto module level including
redundant components and power supplies through detailed CRT displays
report print outs and logic programming.
2. At the local level, failure of a module in any subsystem shall be identified by
an individual LED.
3. Self-diagnostics shall be provided to detect faults (which make the contacts in
fail safe mode) in the input and output modules. Each module shall have
separate arrangement for self-diagnostic facility. This may be achieved by
automatically running the testing software at cyclic intervals. Auto IO Testing
shall be provided for all DI & DO with all faults being annunciated
/reported on the LRC /OIC screen.
4. Testing software shall be capable of detecting faults in case of normally closed
system as well as in normally open system.
5. Feedback shall be provided internally from the output voting logic system to
detect any latent faults of the system.
8.1.35.6 Power supply distribution
PLC system shall be powered with 230 V AC + 3%. Power pack shall be 100%
redundant with safety factor of 1.5. The distribution network for AC power supply
shall be designed such that a single power fault in any branch system shall not
cause a trip of the entire system. The distribution network for interrogation
voltage shall be designed such that a single fault in any branch shall not cause trip
of the logic other than where the fault has occurred. Sequential starting of various
load centers shall be provided whenever specified.
8.1.35.7 PLC System Cabinets
All PLC system cabinets shall be completely wired with all modules in place.
Inside cabinet wiring shall be done using ribbon type pre-fabricated cables.
Doors & side panels shall be fabricated from cold rolled steel sheet of minimum
1.5mm thickness. Cabinets shall be thoroughly debarred and all sharp edges shall
be grounded smooth after fabrication.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 209 of 349 Tenderer’s signature with seal
Cabinet finish shall include sand blasting, grinding, chemical cleaning, surface
finishing by suitable filter and two coats of high grade lacquer with wet sanding
between two coats. Three coats of paint in the cabinet colour shall be given for
non-glossy high satin finish.
Each cabinet shall be maximum 2100 mm high (including 100-mm channel base),
1200 mm wide and 800 mm deep, in general. An anti vibration pad of 20 mm
thickness shall be provided. Construction shall be modular preferably to
accommodate 19" standard electrical racks. All cabinets shall be of same height.
Maximum swing out for pivoted card racks, doors and drawers shall be limited to
600 mm.
Cabinets shall be equipped with the front and rear access doors. Doors shall be
equipped with lockable handles and concealed hinges with pull pins for easy door
removal.
In order to remove dissipated heat effectively from cabinets, vent louvers backed
by wire fly screen shall be provided in cabinet doors. Further two ventilation fans
shall be provided.
Illumination shall be provided for all cabinets by incandescent lamps, which shall
be operated by door switch.
Equipment within the cabinet shall be laid out in an accessible and logically
segregated manner. Cable glands shall be provided for incoming and outgoing
cables to prevent excessive stress on the individual terminals. All metal parts of
the cabinet shall be electrically continuous and shall be provided with a common
grounding lug.
The front doors for the PLC cabinet shall have toughened glass / acrylic window
for visual ergonomics.
8.1.35.8 Earthing
Each cabinet, console and other equipment supplied as a part of PLC system shall
be provide with an earthing lug. All these lugs shall be properly secured to the
AC mains earthing bus.
All circuit grounds, shields and drain wires of control cables shall be connected to
the system ground bus which shall be electrically isolated from AC mains
earthing bus. This bus shall be typically of 25 mm wide and 6 mm thick of
copper.
All barriers, if used, shall be securely grounded. Safety barrier ground wire shall
be capable of carrying a maximum fault level current of 0.5 A at 250 V r.m.s per
barrier.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 210 of 349 Tenderer’s signature with seal
8.1.35.9 Testing, Installation, commissioning and acceptance
General
On the basis of guidelines specified in this specification bidder shall submit their own
testing installation commissioning and acceptance procedure. For hardware the
procedure shall include purpose of test, test definition of input procedure, results
expected and acceptance criteria. For software it shall include details of the method,
list of tests, sequence of execution, results expected and acceptance criteria.
Factory Acceptance Tests (FAT)
Vendor shall demonstrate functional integrity of the system hardware and software.
No material or equipment shall be transported until all required tests have been
successfully completed and the material/equipment have been certified' Ready for
shipment' by purchaser.
Purchaser reserves the right to involve and satisfy himself at each and every stage of
testing. They shall be free to request specific tests on equipment considered necessary
by them, although not listed in this specification. The cost of performing all tests shall
be borne by the vendor.
Bidder to note that acceptance of any equipment or the exemption of inspection
testing shall in no way absolve the bidder of the responsibility for delivering the
equipment meeting all the specified requirements.
It shall be bidder's responsibility to modify and/or replace any hardware or
software if the specified functions are not completely achieved satisfactorily
during FAT.
Schedule of FAT shall be included in the Bidder's proposal.
Vendor shall not replace any component/module/subsystem unless it has failed and a
log of such failures shall be maintained during FAT. If a malfunction of
module/component in a subsystem repeats, the test shall be terminated and vendor
shall replace the faulty component/module. Thereafter test shall start all over again. If
a subsystem fails during FAT and is not repaired and made successfully operational
within 4 hours of active repair time after the failure, the test shall be suspended and
restarted all over again only after vendor has replaced the device into acceptable
operational condition.
Testing and FAT shall be carried out in two phases. The minimum requirement for
testing during these two phases shall be as follows
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 211 of 349 Tenderer’s signature with seal
Under the first phase, vendor shall perform tests at his works to ensure that all
components function in accordance with the specification for each type of test. A test
report shall be submitted for purchaser review within two weeks of completion of this
test. All subsystem shall undergo a minimum of 30 days burn in period. Following
tests shall be performed by the vendor and reports shall be forwarded to purchaser.
(a) Quality control test which shall be carried out to assure quality of all
components and modules.
(b) System pre-test which shall be physical check of all modules, racks, cabinets
etc.
(c) System power-up test which shall test functionally all hardware, racks, cabinets
etc.
The second phase of testing shall systematically, fully and functionally test all
hardware and software in the presence of purchaser representative. All subsystems
shall be interconnected to simulate, as close as possible, the total integrated
system. Following minimum tests shall be carried out.
(a) Visual and mechanical testing
(b) High voltage and insulation testing
(c) Functional testing
This shall include the simulation of each input and output to verify proper system
response. The testing as a minimum shall include :
(d) Complete system configuration loading
(i) Demonstration of all PLC system builder functions including
addition/deletion of an input/output, addition/deletion of a rung or an
element in a rung generation of dynamic graphics and other views, report
generation etc.
(ii) 100% checking of logic configured in the PLC by connecting switch/lamp
at input/output.
(iii)Checking of scan time as per specification
(iv) System redundancy check including correct change over of the back-up
unit in case of failure of main unit. These shall be applicable for following:
• CPU Rack to Rack Redundancy
• Each CPU to host system communication interface & communication
link redundancy
• I/O subsystem to processor system communication redundancy
(v) System diagnostic checking for all subsystems on local level as well as on console,
including checking of the auto testing software for I/O modules/signal
conditioning modules.
(vi) Checking of output status on processor failure
(vii) Checking of first-out alarm generation
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 212 of 349 Tenderer’s signature with seal
NOTE : Vendor to submit I/O Count for PLC along with the unpriced bid
8.1.36 SYSTEM CABINET FOR COMPUTER ELECTRONICS
Cubicles for control room mounted instrument/ System cabinet to house rack
mountable computer electronics shall be free standing enclosed type and designed for
bottom entry cable connection.
The cabinets/ cubicles shall be fabricated cold rolled steel Sheet of minimum 2 mm
thickness.
Both rear and front door shall be provided for computer System cabinet. Doors
shall have lockable handles. System cabinet should have front glass door.
In order to remove dissipated heat from the cabinet, blowers shall be provided. In
case blowers are insufficient, ventilation fans can be provided.
Illuminations shall be provided inside cabinet by fluorescent lamps and door
operated switch.
Gland plate shall be provided at bottom of cabinet for cable entry. Necessary cable
glands shall be supplied by vendor.
2 Nos. lifting eye bolts shall be provided.
The finish of the cabinet shall include sand blasting, chemical cleaning, Surface finish
by suitable fillers and two coats of high grade lacquer storing enamel paint as per
requirement
Painting shade: Shade 631 as Per IS 5 or RAL 7032.
8.1.37 SPECIFICATION OF BARRIER GATE
Type
: Electrically operated barrier system
with complete drive motor & drive
mechanism box. 4 band circuit
controller, counter balance channel
and weights, control switch gear etc.
for 6 meter (approx.) wide gate.
Operating time : Closing/Opening operation within 10
seconds.
In case of card/ Sensor failure : Manual(electrical) control available at
Security room
Operating in manual
(electrical) mode : Remote push button control from
Control room for opening and
Closing of gates.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 213 of 349 Tenderer’s signature with seal
Operating while power failure : Manually with hand cranking
Attachment
Outputs : 2 Nos potential free contact output
while closing position.
Supply voltage : 440/230 VAC, 50 Hz
Make : As per approved vendor list
IR sensors : To be provided to sense the passage
of truck
Construction:
18th
Square mild steel pedestal made out of 10mm thick MS plate.
Square type boom made out of 10 gauge aluminium sheet with suspended pendent
fringes, painted as per standard Colour combination i.e. Yellow & black Colour bands
painted alternate, circular tangent fixed on the boom painted with "STOP" lettering,
caution high box complete with heavy duty brass light holder, bulb, wiring etc.
MS fabricated boom support with spring loaded plate with rubber padding.
Necessary warning device to give Beep-Beep-Beep sound as the boom of barrier gate
starts coming down for closure of gate shall be provided.
Floor mounted type, sheet metal controller panel box complete with red & green
indicators to indicate closed & open position of barrier respectively, 3 Nos. push
buttons and over load release suitable for operation of barrier.
Separate wall mounted remote control panel with 3 Nos. push buttons to be
installed on outer face of security room wall.
Job also includes providing necessary RCC foundation complete with foundation
bolts, etc.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 214 of 349 Tenderer’s signature with seal
8.1.38 SPECIFICATION FOR ELECTRONIC DISPLAY BOARD WITH
INTEGRATED VOICE ASSEMBLY NEAR ENTRY GATE
Make : As per approved Vendor list
Type of Display Board : Weather Proof IP65 , Electromagnetic Display
with embedded LCD/Dot matrix LCD
Visibility : Day & Night
Size of mosaic : 15 mm square / equivalent
Matrix of mosaics : Min.100 x 7 arranged along length x width.
Total 700 dots./ Equivalent
Colour of mosaic : One side fluorescent yellow and another side
black / equivalent
LEDS : Centre of each mosaic shall have an yellow-
green LCD/ equivalent
No. of display lines : 5 ( FIVE )
Character height : 105 mm ( 4.13")
No. of characters per line : 16
Display area/line : 1500 x 105 mm
Power supply : 230 V +/- 10% , 50 Hz +/- 5%, single phase
A/C mains
Power requirement : To be informed by vendor
Visibility : Upto 55 mtrs. Excellent visibility reqd. during
day & light, low ambient light and night.
Angle view : Upto 150 0`
Communicating link between PC
and Display Board : Via RS-422/RS 485 interface
Communication protocol : Vendor to specify
Dimensions of the Board : 1750 mm {W} x 1050 {H} minimum
Integrated Voice Announcement
System : Via sound blaster card housed in PC. The
selected 5 lines should be announced using the
voice software for conversion of displayed
alpha-numeric character to voice in 3 languages
Enclosure : CRCA powder coated enclosure to be housed
inside building
Mounting : Table top
Languages : English, Hindi and regional language [ any one
specified]
Order in which the
announcement should be made : Hindi, Regional Language and English
No. of times announcement to be
made : 3 times of each line in different languages
Logic for display and
announcement : Vendor to specify.
Display mode : Out of the 5 lines displayed, 4 lines should
display the Truck Registration Number
allocated to 4 loading bays. The 5th line should
flash the Truck Registration Number with the
words "WL" against it to advice that the truck is
"Wait Listed".
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 215 of 349 Tenderer’s signature with seal
Sequence for converting the
Wait Listed Truck Registration
Number
: If any one truck fails to report to the allocated
Bay Number within a reasonable time, the
Terminal Manager has to allocate a bay number
to the Wait Listed truck and move the non-
responsive Truck Registration Number into a
special position in the PC for calling later on.
This software has to be incorporated in the LRC
by the vendor.
Audio Amplifier capacity : Philips make / Model No LBD 1912 , 120 Watts
Mounting options for Display : Suitable for wall mounting or hang mounting or
frame mounting.
Duty : Outdoor duty.
Speakers :
Mounting : TT Parking area through suitable cabling
Horn speaker : Required, 6 Nos
LBD 8347 + LBD 8308, 15 Watts RMS
Box Speaker : Required , 2nos , LBD 8372,4 Watts RMS
Enclosure For speaker : Weather proof IP 65
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 216 of 349 Tenderer’s signature with seal
8.1.39 MASTER STATION
Supply of Microprocessor based control station (Master station) provided to
control and monitor all motor operated valve actuators is in the scope of this
tender. Master station shall be located in main control room and interfaced with
plant PLC through RS-485 redundant serial communication link with Modbus
protocol. Plant PLC and master station will operate on master/slave mode. Master
station shall receive commands like open/close/stop from the PLC and shall
operate the valves. All information about all actuators shall be available at PLC
through master station.
Master station shall have the following minimum features: -
� It shall have capacity to connect and control minimum 200 motor actuated
valves. It shall have provision for extending the no of nodes in case required in
future.
� It shall have REDUNDANCY in communication, processor and power supply
and there shall be bump less transfer in case of failure of any one of the above.
� It shall have LCD/LED display unit with provision of operating the valves
from master station in stand-alone mode.
� It shall have facilities to set parameters like baud rate, address, skipping of few
actuators during maintenance, etc.
� It shall have capacity to receive at least 25 digital signals and 5 analog signals
through communication link from each valve actuator.
� It shall have it's dedicated self diagnostic features to find out faults like cable
fault (for cable open and cable short or grounded), actuator communication is
not reached and all actuator faults and alarms, etc) and it shall have real time
clock to monitor alarm events/data/faults.
� It shall have capacity to store and display the following events. The memory
size shall be 20% extra for future expansion.
a) Valve actuator and control signals and its operation status.
b) Number of operations of each MOV'S from its normal state.
c) Valve and operator position log
d) Actuator control status log
e) Statistics
f) Historical data/ events
g) Actuator failure information.
The master station shall be connected to each field mounted valve actuator through
redundant communication interface link and back to master station in ring
topology. It shall perform tasks of data collecting from each actuator, storing the
data's and receiving the command signals from PLC and send the same to
respective actuators for it's operation. It shall be possible to operate the valve from
the master station. When MOV'S are operated from master station, the command
signals form the Plant PLC are ignored and only status signals shall be sent to
PLC. Contractor shall include necessary software and hardware to establish serial
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 217 of 349 Tenderer’s signature with seal
communication link. If any special programming tool is required the same shall be
supplied.
The supply of valves, actuators and FCU is not in the scope of this tender. The
connection of FCU to Interface box ( if required) , looping and terminating at
Master station is in the scope of the tenderer.
It is to be noted that only five nos. valve actuators are of Limit torque make and
balance are of Rotork make. Supply of PCM cards and related software
modification in PLC to enable communicate limit torque actuators with the PLC is
included in the scope of supply of PLC. The cabling, erection, testing,
commissioning is included in the scope of the tenderer. The valve supplier shall
assist the automation contractor in integration.
Master station and field units shall be protected against lightening by the provision
of transient suppressor devices on all 2 wire connection ports at 1.5 KV at 1 mS.
Opto isolation shall be used within the field units and Master station for enhanced
noise protection.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 218 of 349 Tenderer’s signature with seal
8.1.40 ENGINEERING SPARES
Minimum engineering spares to be made available by the tenderer as part of his
supply is as follows:
a) 25% spare instrument interface electronics viz. barriers, signal distributors,
alarm cards, RTD / mA converters
b) 25% spare interlock items such as relays, lamps, push buttons, selector
switches, diodes, lamp covers etc.
c) 25 % additional spare terminal strips
d) 25 % additional spare ladder, perforated cable trays for routing the cables
e) 25 % additional cables (number of cores) for various internal wiring
f) All cables shall have additional loop of 5 mts at each end.
g) 30 % additional mounting space slot
h) 25 % additional cable glands
i) 25 % additional spare feeders for each power supply levels
j) 25 % additional MCB's
k) 25 % spare junction boxes for each type.
The above 25% spares shall be subject to minimum of one number of each type.
Each cabinet shall be designed to accommodate 10% minimum additional
equipment including 10% spare cable points.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 219 of 349 Tenderer’s signature with seal
9.0 TECHNICAL SPECIFICATION FOR AUTOMATION SYSTEM
9.1 INTRODUCTION
This specification defines the minimum requirements of terminal Automation
System designed for reliable, effective and optimum control & monitoring of
marketing terminal Operations.
In order to distribute petroleum products and keep track of the material movement
computerized Terminal Automation Systems is envisaged. The Terminal
Automation System, hereafter called the system or “TAS”, shall be capable of
terminal wide automation. All functions defined in this specification shall be
performed in an integrated cohesive manner. The architecture of the system shall
accommodate both functional and geographical distribution of the hardware,
software, and database over the terminal while allowing system wide access to the
distributed data. The TAS shall utilize a modular architecture to permit wide range
of system configurations and facilitate system flexibility and expendability. It shall
include real-time control at the field instrumentation level, supervisory control,
access control, terminal security, transaction processing and product inventory
tracking at terminal level.
The terminal automation system software (Latest version) shall be governed by the
operating system running in a real time mode and shall be able to meet all
functional requirements as specified minimum.
This customized system shall be working in tandem with the instrumentation
system, which in turn controls and monitors the entire terminal.
The system architecture shall be open, providing data movement horizontally and
vertically throughout the operations structure.
The field communication shall be through redundant RS-232C or RS485
communications interface for data transmission to PLC/ LRC.
The system shall be provided with diagnostic features, which monitor the signal
performance and hardware status.
The system shall be able to communicate with all common makes of Supervisory
Control Data Acquisition packages and Programmable Logic Controllers.
The basic function of this system shall be as follows.
� Controlling and monitoring the Product movement.
� Controlling the Loading
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 220 of 349 Tenderer’s signature with seal
� Access control
� Emergency shut down
� Data Acquisition and controlling various instrumentation
� Generating history Profile
� Reporting and Displays
9.2 Scope of Work
Scope includes supply & integration of complete hardware and software for
Terminal Automation System with various sub – systems including all installation
materials required to meet the specified functional requirement. Scope includes
Factory Testing and Acceptance of the complete system.
The Terminal Automation system (Latest version), proposed shall consist of the
following subsystem:
� Automation sub-system including loading rack computers.
� Flow metering and loading sub-system.
� Tank Farm Management sub-system.
� Plant control sub-system using PLC.
� Truck Data Management (TDM) system. etc.
� Operator Interface Computer Module (OIC)
� Interface to Truck Data Management (TDM) System
The successful Tenderer has to Study, Analyze, Develop and Implement a suitable
Tailor made Customized Application Software to cater for above objective. This
application Software shall form an integral part of Terminal Automation System
(TAS). Required hardware, System Software and Networking (LAN) which is
required for smooth running of application package is also included in the scope of
supply of tenderer. An indicative architecture of the whole application is given in
enclosed drawing.
These various software modules / subsystems shall be developed using State-of-
the-art Client–Server Technology on RDBMS platform. The suitable client
software, depending on permission levels shall be running on various PC Clients.
The servers and clients across the campus shall be connected over Fast Ethernet /
fiber optic Local Area Network. This LAN shall be redundant with dual cabling.
The automation vendors LAN shall be connected to HPCL computer system (ERP)
through a CISCO switch, which shall be supplied by HPCL or the specification
shall be given by HPCL. This LAN-Fiber optic connection shall be in the scope of
the Contractor.
Fiber Optic cabling shall be considered for all terminals as required.
Tenderer is required to submit system network configuration as per details
provided in the Tender Document.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 221 of 349 Tenderer’s signature with seal
The tenderer during detailed engineering shall submit detailed software block
diagram showing various functional modules & tasks for the offered software &
their interconnection.
9.3 HARDWARE SPECIFICATIONS
The proposed automation system shall utilize latest and proven microprocessor-
based device, which shall be configured to perform in real-time, such essential
functions as:
� Data acquisition / Control
� Transaction processing
� Operator interface
� Interactive graphic displays
� Database for data collection, achieving reporting and trending
� Process alarms and system diagnostics.
The system shall be capable of protecting the system integrity and security by
implementation of redundancy for both communication links and system hardware.
In case of failure the switch over shall be automatic and in no way affect the
control operation.
The hardware and system architecture shall be reliable and field proven, High-
grade components of proven quality having high MTBF shall be selected to
achieve the desired functions.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 222 of 349 Tenderer’s signature with seal
9.3.1 TECHNICAL SPECIFICATIONS FOR LOAD RACK COMPUTER
Make As per approved make
Quantity 2 Nos. for each site
Gen
era
l
Form Factor Tower
Processor Intel® Xeon® Quad Core Processor at 1.6 GHz, 1066 MHz FSB
L2 Cache 2 x 4 MB
Chipset Intel
RAM 2 GB Fully buffered DDR-2 SDRAM 667 MHz ECC memory
Hard Disk Drive 3 x 73 GB SCSI/ SAS HDD Hot Swappable (15K RPM)
Drive Controller Integrated controller
RAID RAID 5
Power Redundant Hot plug power supply
Dual Processor Support Yes
Networking 2 nos. 10/100/1000 GB Network Interface Card (1 integrated, 1 add on)
Expansion Drive Bays 3
I/O Channels (slots) Min. Five (PCI/ PCI-X)
I/O Ports 1 Serial, 1 Parallel, 4 USB Ports
Keyboard PS/2 / USB Windows Keyboard
Mouse PS/2 / USB Optical Scroll Mouse with mouse pad
Optical Drive CDRW/ DVD Combo Drive 48X
Graphics Suitable graphics adapter with 16MB of Video RAM
Operating System Windows 2003 preloaded and on media (CD) with paper licence and
recovery media
Monitor 19" TFT Color Monitor (HP/ L1906)
Resolution 1280 x 1024 (SXGA)
Contrast Ratio 400 to 1
Viewing Angle 140 / 130 (H/V)
Response Time <= 20 ms
Sp
ecif
icati
on
s
Brightness 250 nits
USB / Parallel port converters shall be provided in absence of parallel ports
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 223 of 349 Tenderer’s signature with seal
9.3.2 SPECIFICATIONS FOR CLIENT COMPUTERS ( TTES/ OIC/TDM/ENGG.
STN.)
The Tenderer shall supply, install and commission Client PCs. These Client PCs shall be
put into work all over the campus of the terminal and shall be connected to the server over
LAN. The Client component of the application software has to be developed suitably to
run on these PCs.
The OIC and TTES computer shall have the same functionalities built in so that they are
interchangeable. The same functionalities shall be made available in the Plant manager
computer too.
Make As per approved make
Quantity TTES-2, OIC-2, OIC/ES-1, TDM-2
Gen
era
l
Form Factor Mini Tower
Processor Intel Core 2 Duo, 1.8 GHz with 2 MB L2 Cache
Chipset Intel® latest suitable
FSB 800 MHz
RAM 1 GB DDR-2 SDRAM
BIOS With built in diagnostic setup, APM/ACPI/DMI support.
Hard Disk Drive 1 No. 80GB SATA (7200 RPM)
Hard Disk Controller Integrated SATA
Networking 2 nos. 10/100/1000 GB NIC
Slots Four ( PCI / PCI-X full height)
Keyboard PS/2 / USB Windows keyboard
Mouse PS/2 / USB Optical Mouse with scroll as per
I/O Ports 1 serial, 1 parallel & 6 USB port
CDROM Drive CDRW/ DVD Combo drive 48X
Audio Ports microphone-in, speakers/line-out
Graphics Integrated Intel® Graphics Media Accelerator
Operating System Windows XP professional / Vista Ultimate on media with
recovery CD
Expansion Bays One inernal & One external bay shall be free after fixing all
devices as per specs.
Sp
ecif
icati
on
s
SMPS Capable to support one additional device with adequate power
connectors
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 224 of 349 Tenderer’s signature with seal
9.3.3 SPECIFICATIONS FOR TFMS MACHINE
Make As per approved make
Model As per OEM
Quantity 1
Gen
era
l
Form Factor Tower/ Mini Tower
Processor Intel Core 2 Duo 1.86 GHz, 4 MB L2 Cache
Chipset Intel® suitable latest
FSB 1066 MHz
RAM 1 GB DDR-2 SDRAM
Hard Disk Drive 1 No. 80GB SATA (7200 RPM)
Hard Disk Controller Integrated SATA
Networking 2 nos. 10/100/1000 GB NIC
Slots Four ( PCI / PCI-X full height)
Keyboard PS/2 / USB Windows keyboard
Mouse PS/2 / USB Optical Mouse with scroll with mouse pad
I/O Ports 1 serial, 1 parallel & 4 USB port
CDROM Drive CDRW/ DVD Combo drive 48X
Audio Ports microphone-in, speakers/line-out
Graphics Nvidia Quadro NVS 285 with 128 MB graphics card or
equivalent
Sp
ecif
ica
tio
ns
Operating System Windows XP professional / Vista Ultimate preloaded and on
media with license/ recovery CD
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 225 of 349 Tenderer’s signature with seal
9.3.4 SPECIFICATION FOR GATEWAY SERVER
Make As per approved make
Model As per OEM
Quantity 2 Nos. Gen
era
l
Form Factor Tower
Processor Intel Core 2 Duo 1.86 GHz, 4 MB L2 Cache
Front Side Bus 800MHz
Chipset Intel
RAM 1 GB ECC DDR2 SDRAM.
BIOS With built in diagnostic setup, APM/ACPI/DMI support.
Hard Disk Drive 1 Nos. 80 GB, 7200 RPM SATA HDD
Drive Controller Integrated Serial ATA Controller
Networking 3 nos. 10/100/1000 GB NIC with Wake On LAN
Expansion Drive Bays 2 x 3.5'' Hard Drive
I/O Slots 4 (PCI /PCI-X full height)
I/O Ports 1 Serial, 1 Parallel, 4 USB Ports
Keyboard PS/2 / USB Windows Keyboard
Mouse PS/2 / USB Optical Scroll Mouse with mouse pad
Optical Drive CDRW/ DVD Combo drive 48X
Graphics Integrated Video controller with 16 MB Video RAM
Operating System Windows 2003 preloaded and on media (CD) with paper license and
recovery media
Sp
ecif
icati
on
s
SMPS Capable to support one additional device with adequate power
connectors
should be Microsoft Windows compliant with Logo on the system.
SMPS shall be able to support atleast one additional device namely internal CD writer /
additional 40 or 60 / 80 GB HDD, complete with adequate power connectors.
Certificate from vendor regarding compatibility with Windows 2003 shall be submitted.
All necessary drivers for all components of the server for windows 2003 / NetWare should
be supplied with each server.
Server should be manageable through vendors’ management software
USB/Parallel port converters shall be provided in absence of parallel ports
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 226 of 349 Tenderer’s signature with seal
9.3.5 SPECIFICATIONS FOR DOT MATRIX PRINTER Tenderer shall supply, install, and commission dot matrix printers required for text and graphics
printout.
The printers shall be put on the LAN and shall be accessed over the LAN.
Make As per approved make
Model As per OEM
Quantity 2 Nos. for each site
No. of pins in head 24
Printer Type Dot Matrix / Laser
Print Direction Bi-Directional logic seeking in both text and graphics
No. of columns 136 column
Print speed 300 Cps @ Draft 12 cpi, 360 cps @ high speed draft 12 cpi
Printer Driver Win 9X, NT, 2000, ME, XP, DOS
Interface standard RS 232 Serial interface
Operating voltage 150 – 270 V AC
Frequency 47.0 Hz – 53.0 Hz
Power Consumption 12 W in idle mode and 36 W in operating mode
Temperature 5 to 50 Deg. C
Relative Humidity 20% to 80% - RH - NC
Emulation ESC/P and IBM emulation with auto switching
Font HSD, Draft, Roman, Sans, Courier, Script, Prestige, ORC-A, ORC-B,
Operator, Operator-5
Pri
nte
r S
pec
ific
ati
on
s
Paper feed Cut sheet – Top friction, Continuous – Rear push tractor
9.3.6 SPECIFICATIONS FOR MONITORS FOR ALL COMPUTERS/ SERVERS
Monitor 19" TFT Color Monitor
Resolution 1280 x 1024
Contrast Ratio 400 to 1
Viewing Angle 140 / 130 (H/V)
Response Time <= 20 ms
Brightness 250 nits
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 227 of 349 Tenderer’s signature with seal
9.3.7 SPECIFICATIONS FOR MANAGED ETHERNET SWITCH
Make As per approved make
Model As per OEM
Quantity 2 Nos. for each location
Type Managed and Stackable
No. of Ports 24
Protocol TCP/ IP
LAN Protocol IEEE 802.3
Bandwidth 100 Mbps fast Ethernet
Connector RJ45
Console Port type Serial (9 Pin)
Power input 100 to 240 V AC, 50 Hz
Dimensions 4.4 (H) X 44.1 (W) X 20.7 (D) cm
Operating Humidity 10% to 95% non condensing Man
ag
ed E
ther
net
S
wit
ch
MAC address entries 8000
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 228 of 349 Tenderer’s signature with seal
9.3.8 RAID LEVEL V
The LRC shall have Internal RAID V controller with 3 Hard disks of 73 GB.
9.4 LOCAL AREA NETWORKING (LAN)
The tenderer shall estimate design supply, install, and commission a separate local
area network (LAN) other than control network, for the connecting Servers and
Client PCs.
9.4.1 NETWORK REQUIREMENTS
The automation system communication shall be on the high-speed modern local
area network (LAN) confirming to IEEE 802.3 standards and utilize industry
standard protocols with minimum 100 Mbps bandwidth.
To ensure maximum reliability, communications shall be dual redundant. The
communications system shall be capable of sustaining loss of one media channel
without loss of data or performance degradation.
Ethernet Switches with auto sensing for 100 MBPS port selection & Simple
Network Management Protocol support (Managed Switches) are to be used for
establishing LAN inter-connectivity in dual redundant configuration. All the STP /
UTP / Co-axial cabling within Ethernet network should have 100% redundancy or
better.
20 % spare ports are to be provided on each of the Ethernet Switches.
Loss of communications shall not cause loss of control at the local subsystem.
The communication software should employ a peer to peer communications
(master less) protocol between all sub-systems where-ever applicable.
The automation system shall be able to integrate terminal wide network data into
common Terminal Automation Software functions such as user displays, historical
recording and reports.
Loss of a subsystem or module shall not disrupt communications to other
subsystems or result in performance degradation. Loss of a subsystem or module
shall cause automatic isolation by pass of the failed subsystem without disrupting
communications & without performance degradation; loss of a subsystem or
module or module channel shall generate a diagnostic message to be displayed at
the operator stations and logged identifying location / type of fault.
Dedicated Front End Communication Processors / Terminal Server / LAN Server /
ACU are to be offered with 100 % redundancy in hardware with 20 % spare ports
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 229 of 349 Tenderer’s signature with seal
capacity. Critical communication channels / physical links from devices such as
batch controllers, communication interface unit (TFMS), PLC shall be connected
in dual redundant configuration to serial ports of the primary & secondary
(redundant) Terminal Server / Communication Processor.
The LAN connectivity between the main control room & the TDM computer / JDE
client & Terminal Manager Computer shall be established using redundant (two
physical runs) 4-core armored fiber optic cabling with necessary fiber optic
transceivers as per specifications & run in separate GI conduits.
The main data highway shall be based on IEEE 802.3 standard and shall be OPC
compliant.
The network shall have at least following features / components.
� 10 / 100 Fast Ethernet Switch based LAN
� 10 / 100 Fast Ethernet stackable Switches with optical, AUI and BNC ports,
with gigabyte backbone support.
� Enhanced UTP CAT 6 Structured Cabling for internal cabling. Fiber optic
Cabling for inter building / Cross Campus cabling Suitable LIU, Fiber to
Copper Converters Etc.
� RJ 45 I/O outlets
� Jack Panels / Patch Panels
� Patch Cables
� Any other networking component required for smooth operation of LAN
The tenderer shall submit complete Local Area Networking plan by clearly
mentioning following
� Layout of LAN mapped on the General Layout
� Logical Scheme of LAN in form of Block Diagram
� Details (Makes, Models, Specs etc) and Nos. of various components (Switches,
Hubs, LIUs, etc)
� Cabling Details and Estimates
9.5 SOFTWARE PLATFORM
9.5.1 SERVER OPERATING SYSTEM
9.5.1.1 LRC Server Operating System
The tenderer shall supply, install and commission suitable Windows operating
system based machine with proper licensing on both the server and suitably tuned
redundancy. One of the servers shall be Master and other shall be Hot Standby.
The servers shall have OS Mirroring and the operating system shall be capable of
achieving redundancy at server level by use of suitable Asymmetric Hi-
Availability Software.
The Hi-Availability Software shall have atleast the following features.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 230 of 349 Tenderer’s signature with seal
� Failure Detection with Heartbeat or Similar Mechanism
� Login Consistency
� Rebooting
� Avoid False Triggering
� Service Modules
� Administration
� Configuration Flexibility
� Expandability and Scalability
� Ease of Use
9.5.1.2 Gateway server operating system
The tenderer shall supply; install and commission suitable Windows operating
system based machine with proper licensing only on one of the servers.
The tenderer shall supply, install, and commission suitable preloaded Windows
2003 Standard Server (SP3 minimum) and media (CD) with paper license and
recovery media.
All necessary drivers for all components for Windows 2003 should be supplied with
the server(s).
9.5.2 CLIENT OPERATING SYSTEM
The tenderer shall supply, install and commission Microsoft Windows XP
Operating System with proper licensing on all the clients and suitably tune them
for running the application.
9.5.3 RELATIONAL DATABASE MANAGEMENT SYSTEM (RDBMS)
The tenderer shall supply, install and commission ORACLE OR SQL or
equivalent for the system. The server component of the RDBMS shall be suitably
loaded onto both the servers to achieve fault tolerance and redundancy and proper
tuning shall be made in Database to interact suitably with HA Software. The
application package shall be developed on this platform. The RDBMS server shall
be tuned for performing the necessary tasks (i.e. Data Replications etc.) to
maintain the fault tolerance and redundancy of the entire TAS package. The
necessary client components shall be installed on the client PCs and tuned to run in
tandem with the server component.
9.5.4 GUI BASED RAPID APPLICATION DEVELOPMENT TOOLS
The tenderer shall use suitable GUI based rapid application development tools
(viz. Microsoft Visual Studio) for the development of the TAS application
package.
9.5.5 SNMP BASED NETWORK MANAGEMENT SOFTWARE
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 231 of 349 Tenderer’s signature with seal
The tenderer shall supply, install and commission SNMP based network
management Software for Microsoft Windows XP based Network to mange the
campus wide networking from the control room.
9.5.6 TAILOR-MADE APPLICATION SOFTWARE
General
A modular GUI based Application package shall be designed, developed,
implemented and commissioned to meet the whole terminal operation.
The software should have excellent features in regard to real time data acquisition,
data & alarm processing, database downloading, Terminal security, access etc. The
software should also meet our desired operational criterion in regard to T/T
loading, scheduling, stock recording, monitoring & control of product movement.
The Application package shall be of Client - Server Architecture with RDBMS
running at backend. The entire Application Package for these terminal automation
systems shall be essentially:
Scalable: scalability features of the entire system shall be clearly indicated.
Flexible: The offered systems shall be flexible enough to accommodate minor
changes required by user during the operations. The features related to this shall be
clearly described.
User Friendly: The entire application shall be developed to incorporate maximum
user friendliness.
Latest Technology: The offered systems shall be of with latest technology with
all state-of-the art features.
The tailor-made application software shall be continuously uploading and
downloading DATA / Commands with the instrumentation systems. The
application software shall in turn store the filtered data in related databases for
various purposes like Displays, Trending, Reports etc.
While developing this tailor made application software the developer shall
consider the following points.
All modules of application packages shall be developed on and around RDBMS
(viz. ORACLE, SQL server).
The fronted of the application package shall be developed using any popular
Visual RAD Tools (viz. Visual Basic 6.0, Visual C ++ etc.)
The various modules shall be developed to work in tandem with each other as well
as in standalone mode if required.
In case of failure of link between Server and Client, server component of
application shall be able to update and synchronize the data when link comes up.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 232 of 349 Tenderer’s signature with seal
Reporting modules shall be able to generate business graphics.
The features specified under this document are indicative, however tenderer is free
to offer suggestions. The final features shall be frozen during the detail engineering
stage.
9.6 MODULES / SUBSYSTEMS
The Application package shall be modular and cover all essential functions of
terminal operations. The data available for modules shall be suitably shared across
the application.
9.6.1 TERMINAL SECURITY SYSTEM (TSS) / TANK TRUCK ENTRY SYSTEM
The function of this module is to keep track of Tank Truck Movements for
Terminal. As and when a Tank Truck reports at the entry point, this Module shall
be activated. The operator makes an entry of the truck index to download truck
details from TDM and a FAN (Filling Advice Note) is generated, allocating Bay
No., Filling Recipe, Etc. The same information shall be uploaded to LRC module
for calculation, control and downloading of various parameters to the related
control devices deployed to execute loading operation on respective loading bays.
9.6.2 LOAD RACK COMPUTING SYSTEM MODULE (LRC)
Load Rack Computing Systems (LRCS) is the heart of the entire terminal
automation. The main computation model shall be running in this module and this
module shall work as the master module of all other modules. This module shall be
of hot redundant and fault tolerant in nature and shall be developed to run
simultaneously on two machines to avoid failure, ideally with two concurrent
instances with complete synchronization. The information for bay allocation and
truck details, including FAN flows from TTES module. LRCS shall integrate data
from other modules and calculate various parameters for loading the trucks. These
parameters shall be downloaded to the control and instrumentation device for
execution of loading operation. In turn devices shall talk to this module to store
feed back data which are to be stored in proper fashion in the database. This
module shall be capable of handling exceptions and alarm raised by the
instrumentation and control devices. It shall also be capable of transmitting the
alarm over dual Ethernet LAN / FO LAN to the desired workstations / Nodes.
The LRC system shall be configured as a distributed real time computing
Environment consisting of two LRC servers working in hot standby mode. The
two LRC’s can either operate in primary server or standby server mode. Only one
of them can operate as primary server at any instant. In the event of failure of one
server the other completely takes over without any data loss or integrity. The
master databases stored in LRC automatically duplicates the databases between
LRC1 and LRC2 using suitable software feature
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 233 of 349 Tenderer’s signature with seal
In the hot standby mode, LRC server-1 shall be running the entire Terminal
Automation Software in primary mode and LRC computer-2 will be hot stand by
to LRC computer-1. The complete system database consisting of real time values,
equipment status and configuration related data base files shall reside in primary
computer and the same shall be dynamically updated in the stand by computer so
as to take care of the entire terminal operation bumplessly on failure of primary
computer. On restoration, the failed computer shall automatically become hot
stand by and should function in synchronized pair with complete updating of files
and database automatically.
The LRC software (Latest version) for TAS should be offered complete with
standard third party interface software functional modules like Open data base
connectivity (ODBC); Microsoft Excel Data Exchange Interchange; to enable the
LRC system to be integrated with TDM system.
LRC computer will be interfaced to the TDM computer / JDE server on dual TCP /
IP communication via Gateway server. The connectivity between TDM and LRC
(including cable laying) will be the tenderer’s responsibility.
For invoice generation, LRC shall consider the density of product in the header.
Density of gashol shall be calculated by the LRC based on the density measured at
the individual MS and ethanol headers.
Flexibility should be kept in the software to re-designate each tank, pump for a
new product which will in turn maintain the stock accounts as per the change.
P/L Receipt screens, Tank farm receipt, to indicate all field instruments real time
values.
Inter tank transfer screens shall be provided.
Gantry overview screen shall be provided.
Tank farm overview with MOV open/close status and Pump house overview with
MOV open/close status to be given based on piping diagrams provided by HPCL.
RIT status screen shall be provided on the graphics of LRC/OIC. Flashing status /
sequence should mirror the field status of the RIT.
All tanks level, water level, gross vol., net vol. etc to be given.
Adequate help screens to be provided.
The software shall provide extensive user-friendly tools for creation of dynamic
displays and total system configuration. All the Engineering tools shall be initiated
within the system.
Security: Access to Operator / Engineering Station functions shall be provided by a
multi-level password system.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 234 of 349 Tenderer’s signature with seal
Tenderer has to confirm each point as per table given below:
SN. LRC SOFTWARE FEATURES HPCL REQUIREMENT
A.1. Server failover alarm announced Audibly
& Visually.
YES, For both primary & secondary
server.
2. Ethernet failover alarm announced
Audibly & Visually.
YES, For both primary & secondary LAN.
3. LRC Server failover time. Maximum 30 seconds that includes real
time Database as well as RDBMS.
4. Operator / Client station connection to
Redundant Server.
Operator / Client station should always
connect to Primary Server.
5. Time taken by operator stations / client
stations to connect/ upload data from
active primary server.
Maximum 30 seconds for all
operator/client stations.
6. RAID DIAGNOSTICS. Hard disk failover should be annunciated
Audibly & Visually.
7. Electronic preset communication channel
failover.
Communication channel failover should be
Audibly & Visually annunciated.
8. PLC CPU Failover alarm announced
Audibly & Visually.
YES; For both primary & secondary PLC.
9 PLC to I/O Rack communication failover Active / Backup communication link status
should be displayed on a standard display
& failover shall be annunciated both
audibly & visually.
9. PLC Scan Time 100 m sec for interlock logic ( DI / DO )
500 msec for AI / AO
10. PLC Interrogation Bulk Power Supply Redundant Power Supply Required
11. Each PLC Processor Rack to Host System
Communication Redundancy
Redundancy shall be provided by use of
two dedicated communication processor
modules in each PLC CPU Rack
12. PLC DO Module DO Module shall be provided with in-built
fuse blow protection, maximum I/O
module density 8/16 points.
13. PLC I/O Modules Connection All I/O modules shall be connected with
field signals through use of intermediate
Remote Termination Panel / Field
Termination Assembly
14. Interconnection of Field Devices to PLC
/ Terminal Server
Safety Barriers shall be used for
interfacing IS devices to PLC system /
Terminal Server
15. PLC I/O Racks Bus Topology All I/O Racks shall be multi-dropped on
dual redundant bus
16. Auto I/O Testing Required
17. PLC to I/O Rack communication failover. Active / Backup communication link status
should be displayed on a standard display
& failover should be annunciated both
Audibly & Visually.
B.1. User assignable different alarm priorities
for point in alarm
Minimum Three shall be provided;
EMERGENCY / HIGH / LOW.
2. PV in alarm state should be flashing / User configurable required for both
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 235 of 349 Tenderer’s signature with seal
change color on all displays displaying
the point.
features.
3. Alarm banner / display of alarm. Dedicated alarm line on all displays
required; Most current emergency alarm
should POP UP on screen as a X-
WINDOW; User configurable.
4. Acknowledge alarm by selecting any
point in the display & press a dedicated
Acknowledge Button.
Required.
5. Indication of point on a display still in
alarm but Acknowledged
Yes ; In Red Color.
6. Indication of point on a display which has
had an alarm which has returned to
normal but without Acknowledgement.
Yes ; Flashing in normal color.
7. Multiple alarm entries in the alarm
summary for a point that is fluctuating
between alarms.
Yes ; Required.
8. Associated display for points when
clicked OR Double clicked when in
alarm.
Yes ; Required ; Associated display should
provide details of alarm Deadband ; Alarm
limits as minimum.
9 Software features listed 1 to 8 above
should be available as a standard
configurable utilty as a part of
SCADA/MMI Development pack license.
Programmed or VB plus Scripted utility
shall not be acceptable
Yes; Required
C. 1 Trend types available. Minimum multi plot ;
X – Y Plot ; Numeric plot required.
2. Vertical axis readings. Engineering units & percentage readings
required.
3. Comparison between Real Time;
Historical & Archived Data.
Trend comparison availability required.
4. Copy of currently selected trend data on
to Clipboard for pasting into spreadsheet.
Yes; Required.
5. Automatic displaying of archived history
if trend is scrolled past current history
limits.
Yes; Required.
6. Trending of archived history files. Yes; Required.
7 Software features listed 1 to 6 above
should be available as a standard
configurable utilty as a part of SCADA/
MMI Development pack license.
Programmed or VB plus Scripted utility
shall not be acceptable
Yes; Required
D.1. Activation of archiving. Operator demand; Periodic Scheduling OR
event initiated as minimum.
E. 1 Activation reports. Operator demand; Periodic Scheduling OR
Event initiated facility required.
2. Configurable custom reports. Yes; Required; Either inbuilt OR third
party eg. SEAGATE CRYSTAL
REPORTS TOOL.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 236 of 349 Tenderer’s signature with seal
3. Microsoft Excel as per Formatted report. Yes; Required.
4. Results from reports stored in user
database.
Yes; Required.
F. 1 Automatic logout of user interface after
pre-configured time of inactivity.
Yes; Required.
2. Control level Functionality. Operator; Manager level control
functionality user assignable to each point
required.
G.1. Programming languages. Minimum Visual Basic; C++ Support /
compiler required. Real time data
acquisition Data point management with
settings for alarms etc Supports links to its
own GUI and also API for generic
languages such as VC++ , VB etc Interface
with external database for History etc
H.1. Export data directly into Excel
spreadsheet.
Yes ; Required.
2. Retrieve real time / historical data from
primary Server using Microsoft Excel.
Yes ; Required
3 Software features listed 1 to 2 above
should be available as a standard
configurable utilty as a part of
SCADA/MMI Development pack license.
Programmed or VB plus Scripted utility
shall not be acceptable
Yes; Required
I. 1 Nos. of utilities required to configure
parameter value points, printers; stations;
controllers.
Vendor to specify.
2. Changes to common fields of points,
controllers, and station should be globally
applicable.
Yes; Required
3. User fields for each point for tagging
information like cabinet Nos. / wire Nos.
Yes; Required ,
4 Software features listed 1 to 3 above
should be available as a standard
configurable utility as a part of
SCADA/MMI Development pack license.
Programmed or VB plus Scripted utility
shall not be acceptable
Yes; Required
J 1. Predefined area on screen for operator
messaging.
Yes; Required
2. Function keys. User configurable; Frequently used tasks
can be accomplished using dedicated
function keys.
3. Zooming facility for trend display. Yes; Required
4. Standard Windowing conventions
employed.
Yes; required
5. Configurable Toolbar Icons & Pull Down
Menus.
Yes; Required
6. Time Zone Availability. Time Zone should be displayed on each
station.
7. Standard display for displaying Alarm summary display Required. Alarm
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 237 of 349 Tenderer’s signature with seal
unacknowledged Alarms & Alarms,
which have been, Acknowledged but still
in Alarm.
summary should show / differentiate
Alarm status by flashing/color change;
User configurable.
8. Summary pages for reports, Trends,
Displays & Groups.
Yes; Required.
9. Point detail display. Yes; Required.
10. Group detail display. Yes; Required.
11. Software features listed 1 to 10 above
should be available as a standard
configurable utility as a part of
SCADA/MMI Development pack license.
Programmed or VB plus Scripted utility
shall not be acceptable
Yes; Required
12 Display pages/ Builder Format All system display shall be HTML Format
as minimum
K.1. Time taken to call a particular screen
from any other screen with all the
contents.
2 Sec.
2. Time taken to get a control target selected
after Mouse click.
2 Sec.
3. Time taken for execution of any remote
command from Operator stations i.e.
Remote Stop command from time
operator to reach field after issuing it at
operator station.
4 Sec.
4. Time taken for Valve status that has
changed in the field to get updated on
display.
4 Sec.
5. Card Reader , RIT and Data entry panel
RESPONSE TIME ( Time between
pressing a pushbutton & corresponding
bulbs indication changing)
4 Sec.
6. Time taken between card flashing &
barrier gate opening.
8 Sec.
7. Time taken between card flashing &
corresponding Batch controller message
appearance.
7 Sec.
8. Time for complete database update for the
entire terminal.
10 Sec.
9. Time for controller scanning including
input, calculation and output.
1 Sec.
10. Time for Non-controlled input. 2 Sec.
11. Time for Building CRT display. 2 Sec.
12. Filling time considering 1 no. 3
compartment 12 kl tank truck at normal
filling rate of 65 m3/hr.
15 min.
13. Other system responses required for
driver interaction such as card validation,
RIT lamp sequences, down loading of
data etc.
4 min.
14. Presence of “ Help” functions built into
the Operator station software for operator
Available.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 238 of 349 Tenderer’s signature with seal
guidance.
15. Presence of “ System Diagnostic ” mimic
to quickly locate a faulty hardware.
Available.
16. System stability and system response
when TLF is working at near full load
(i.e. when all bays are loading)
No freezing, hanging, crashes or
slowdown.
17. Rational allocation of bays (scheduling
function) i.e. there is no long queue on
one bay while some other bay capable of
loading the same product is free.
Yes.
18. Is the system capable of manual filling
through Batch controller (i.e. driver/bay
officer keys in pre-set quantity at BC and
carries out filling operation)
Yes.
19. How does a running loading operation
behave if primary PLC or primary LRC is
switched off.
No degradation, no interruption of ongoing
loading operations.
20. After recovery how does a failed LRC
equalise its status for the data updated
during the time it was down.
No degradation, no interruption of ongoing
loading operations.
L 1. Name / Version of TAS software offered. Original paper license from PRINCIPAL
to be offered with mention of project name
; Database size ; Version/Name of offered
software
2. Name / Version of RDBMS offered. Original paper license from PRINCIPAL
Supplier to be provided for RDBMS ( for
LRC-1 & LRC-2 : Redundant operation)
3. Name / Version of Operating System. Original paper license from PRINCIPAL
Supplier to be provided for OPERATING
SYSTEM.
4. Details on custody transfer system (LRC
Application)
Availability of source code for LRC
application with prime bidder required
9.6.3 TANK FARM MANAGEMENT SYSTEMS MODULE (TFMS)
The Tank Farm Management Systems (TFMS) Module shall be working as
complete materials management systems for the whole tank farm. This module
shall be primarily a Data Acquisition Application. It shall keep track of Product
inventory all across the Tank Farm. This module shall act as a monitoring module
for products storage levels in various tanks. This module will monitor Levels,
Volumes, Density, etc of various products stored in various tanks. The module
shall be displaying all these information graphically as well as in tabular mode and
shall be able to drive queries from the graphics screen itself. The data collected
from control / Instrumentation Field devices shall be kept in proper form of
database and shall be made available for other modules.
Enhanced inventory management and tank monitoring functionality shall be
available by means of software applications running on Windows XP platform,
designed on industry standard open connectivity architecture.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 239 of 349 Tenderer’s signature with seal
The HMI shall be able to calculate tank inventory values according to the API. All
values in the calculation process shall be displayed.
The system shall be able to accept multiple users with different privileges
independently of the Windows operating system. The system shall have freely
configurable task related privileges for operators managers, service managers etc.
It shall be possible to change the security level of certain function. All function
shall have a preset security password level.
Logging on and off of different users shall be stored as event for traceability. The
system administrator with the highest level of authority and password handles the
assigning of user accounts.
The systems shall be capable of storing unique volume tables and correction
factors, with at least 1000 strapping points for each tank. These tables will provide
level to volume conversion of the tank.
The system shall provide for open connectivity for users to extract appropriate data
using commercial off the shelf software e.g. MS Excel or MS Access etc.
The operator interface shall have full network support over standard LAN, using
commercial off the shelf hardware and software.
In case of networking the system shall have clock synchronisation for all systems /
operator stations.
The following modules / views are considered to be required as a minimum for the
tank inventory system:
� Alarming; audio/visual alarms
� User configurable tank grouping
� Events
� Field commands
� Manual override
� Views; tank related as well as group related
� Tank detail
� Tabular data
� Bar graphs
� Tank icons.
� Batch Handling
� Rate of Change Computation (Flow)
� System Diagnostics
� System and Data Recovery
� Leakage Alarm
The system shall be able to generate reports in different formats . All reports shall
be publishable on printers, via e-mail or as a file. All reports shall be generated
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 240 of 349 Tenderer’s signature with seal
manually or automatically by user-defined schedules. Minimum required reports
are:
� Tank reports
� Inventory balance reports
� Alarm Reports
All reports may be retrieved through on local communications.
The system shall generate multiple High, Low and safe alarms for levels,
temperature, pressure and water bottom level. Configurable time delays shall be
provided for each process variable to minimize nuisance alarms.
The system shall have configurable static and dynamic grouping of tanks.
The system shall generate leak alarms based on the change in level or the Net
Standard Volume of the products in the storage tanks.
The system shall be capable of performing self-checks on each tank gauge and data
collection or control units. As a minimum, the following features shall be included:
� All field inputs, including level, temperature, pressure and water level shall be
monitored for faults. All faults shall be annunciated and logged. The error
indications shall be categorized, such as communication failure. Gauge failure
or software failure.
� All diagnostic information shall be displayed, alarmed, stored in historical files
and included in reports. This diagnostic information shall include details of all
types of failures, system status and configuration modifications. All diagnostic
alarms shall be presented locally or distributed via e-mail.
� The system shall have the capability for historical and real-time trending
analysis.
� The system shall have the capability to store data on hard disk for later analysis
documentation and traceability.
� The system shall have the capability to store reports on hard disk for
traceability.
� The system shall be capable of sending reports automatically using fax, email
or print services.
� It shall be possible to integrate data of other databases, residing in the same
computer or network environment, in the same report audible PC alarms.
� The system shall provide an audible and visual indication to the operator of an
alarm condition and provide the operator the ability to acknowledge the alarm
and disable the audible indicator.
� The system shall provide the operator with the ability to disable the audible
portion of an alarm but the visual alarm shall not be disabled until the alarm
condition has been corrected.
� The system shall provide a calculated volume rate of change (FLOW) based on
the true level rate from the radar gauge and the tank capacity table.
� The system shall provide importing and exporting flow indications based on
volume movements in the tank. Indications of ‘estimated end time of batch”
shall be provided based on user set points. The batch handling shall be able to
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 241 of 349 Tenderer’s signature with seal
handle multiple destinations and sources. The Batch function shall generate
printable batch reports.
� In case a stand alone TFMS computer is offered and is interfaced directly to
the CIU; then the TFMS computer / tank gauging application software are to be
offered in hot standby / redundant configuration.
� License copy of TFMS software to be submitted from OEM
� The tank gauging software shall have an extensive set of self diagnostic
routines which shall locate and identify the system failure at least upto module
level including components. Failure of a module in a subsystem shall appear
on the screen irrespective of the display selected.
� The system shall be internally protected against system errors and hardware
damage resulting from electrical transients on power wiring and signal wiring
which may be generated by switching large electrical loads or by power line
faults, and connecting & disconnecting devices or removing or inserting
printed circuit boards in the system.
� The system design shall permit on line addition of new systems/ subsystems
without any disruption to either the operation or system communication for
future expansion. � The system architecture shall provide a logical path for implementation of
evolving technologies like JDE and provision for up-gradation of existing
equipment.
� The system shall be able to communicate with remote station via Internet and
telephone connection for remote viewing the data. The system should be
connected via OPC server link to remote station.
9.6.4 OPERATOR INTERFACE CONSOLE MODULE (OIC)
This module shall be the main interface to the entire Terminal Automation System
and act as one point window to the whole terminal operation.
The operator interface module shall provide centralized information to terminal
operator to monitor and control the complete automated terminal operation at
various locations of terminal in the fields such as menu driven data entry screen
through structured pull up & pull down menus, manipulation of control loops,
alarm displays & annunciation, bar graphic displays & status indications, logging
& trending including historical trend recording, self diagnostic messages etc.
As far as operational displays are concerned, displays viz. Overview display,
Group display, Loop/Point display, Graphic display, Alarm monitoring & display,
Database Management system display, Trend display shall be possible as a
minimum. The offered base software shall have a copyright or registered
trademark. LRC software should be offered complete with standard 3rd
party
interface software functional modules like ODBC, MS Data Exchange to enable
LRC system to be integrated with TDM System.
This module shall consist of few options in the form of menu as follows
� Predefined displays to monitor various operations at Terminal
� Process Listing / Graphic Displays
� Engineering Interface for Device Programming
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 242 of 349 Tenderer’s signature with seal
� Bay Status Displays
� Tank Status and Inventory
� TT movement Tracking
� Alarm and Exception Management
� User Management
� System Management
� License and Access Control
� Access to other modules
These modules shall be able to interact with all other modules of entire Terminal
Automation System. A proper security system shall be included to avoid
unauthorized access.
The module shall be storing data with the maximum possible details and a suitable
‘data warehousing’ methodology shall be developed. All kinds of alarm and
exception events shall be trapped and stored with time and date stamping. The
personnel information (viz. Operators Code, Name, etc) for these operation shall
also be captured for HR purpose. These data shall further be processed for MIS
purpose.
9.6.5 INTERFACING TERMINAL AUTOMATION SYSTEM (TAS) WITH JDE
(ERP) SERVER
The Truck Data Management software on Windows platform shall be supplied by
the HPCL. The JDE machine shall interface with LRC / TAS Servers (Load Rack
Computer) to transfer the data files between them using the interface programs
provided by the TAS vendor developed using the protocol details given by HPCL.
This interface shall work as a bi-directional bridge between TDM and Entire
Terminal automation System.
The objective for interfacing the JDE machine with LRC / TAS servers is to
transfer the necessary data between these two systems to avoid the re-entering of
data so as to ensure the consistency of the data in both the systems. The interface
between LRC / TAS servers and JDE machine will be based on the following:
� JDE machine will be initiating requests with files as parameters through
programs of TDM to get the necessary data from LRC / TAS servers. The reply
files from LRC / TAS servers will be written onto the JDE Server system in
pre-designed formats under specified directories.
� The JDE machine and LRC / TAS servers will be connected through Ethernet
with TCP / IP suite loaded on both the servers.
� All the programs required for various pre-defined data requests will be
developed by the automation tenderer and all the source programs will be made
available on JDE machine and LRC / TAS servers.
The format for the terminal automation protocol between JDE and LRC will
be given to the successful tenderer.
Typical scheme is given below.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 243 of 349 Tenderer’s signature with seal
The following points should be noted for effective implementation of TAS and
interfacing with JDE:
� LRC software shall have the facility to maintain IP addresses on the gateway
server / JDE machines in *.ini files. The daemon program should read the IP
addresses from the *.ini file and communicate with servers through TCP/IP. It
shall be possible to carry out the changes in the IP addresses of the gateway
servers / JDE servers / LRC servers and other machines in the network
depending on the business requirements.
� There should be provision in LRC software to add / modify / delete brands by
HPCL. This is required because new brands are being introduced in the market
by HPCL. The frontend application shall facilitate the local personnel to add
new brands or update / modify the existing brands. The changes to the product
master should be reflected in the LRC software, which includes the MIS
reports (color changes, bay changes etc.). This master can be maintained in a
table or in a product .dat file.
� The system should have a facility of changing the product on the given bay
without actually having to restart the LRC server / software on LRC server. For
eg. The bay, which was loading MS in the morning, may load power after 3
hours. The location should be able to do this without having to restart the LRC
server / software on LRC server.
� In the event of a batch controller malfunctioning, only the particular loading
point shall be affected. Other loading points shall function normally.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 244 of 349 Tenderer’s signature with seal
� If due to some reason the LRC server shuts down and has to be restarted, the
details of the trucks under filling or waiting to be filled must be retained in the
LRC server, especially the information regarding the product and the quantity
filled of partly filled truck. When the LRC restarts it should continue from the
point of interruption.
� Incase LRC is restarted the cards which are issued should not be invalidated for
the entire day. It shall be possible to reuse the same cards the same day
� The LRC shall store product wise, date wise, tank wise, density at 15 deg C
temperature. Incase density meter / temperature sensors are not functional, the
location shall enter the density and temperature product wise and the same
shall be sent to JDE through the post load packet.
� The post load packet shall have the facility to send 10 digit alphanumeric seals
/ abloy lock information.
� The pre load and post load packets format shall comply with the interface
document of HPCL. This shall be provided by HPCL.
� The post load data packet shall be downloaded to gateway server automatically
without any request from JDE.
� JDE communicates with LRC system through a window gateway server
through TCP/IP. The Windows Gateway Server shall have Windows 2000 OS.
Technical specification of the window Gateway server is enclosed elsewhere in
this specification. A backup Windows gateway server shall be provided as a
standby in the event of failure.
� The tenderer is required to develop a daemon program, which shall poll the
directories as defined by HPCL. There shall be provision to add or delete the
directories to be polled. The directories to be polled by the daemon should be
kept in *.ini files. A log / report should be maintained above the activities of
daemon program. The daemon program should not require a change /
modification incase any new brands are added or deleted by HPCL. The
daemon program should be installed as a service and shall start automatically
once the gateway server is booted.
� FAN slip shall be printed through the LRC system on a preprinted stationary /
plain stationary. The option shall be provided to the location to select the
appropriate printing program for printing the FAN slip
� LRC1 and LRC2 shall work in Hot standby mode. Incase of failure of any one
LRC server the other server shall take up the activities.
� The tenderer shall provide the standard configuration of the LRC servers, OIC
terminals, and printers for printing the FAN slips and MIS reports.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 245 of 349 Tenderer’s signature with seal
� The tenderer shall furnish the standard MIS reports. The formats shall be
finalised in consultation with HPCL.
� Proper documentation for all software shall be provided. It is the responsibility
of the tenderer to provide an environment for compiling his daemon program if
required.
TERMINAL AUTOMATION PROTOCOL BETWEEN JDE AND LRC
HPCL is implementing J.D.Edwards (ERP) Software at all the locations all over India.
J.D.Edwards operates on a Centralized Architecture.
JDE Software (In House HPCL Accounting Package) Operates on SCO Unix Open
Sever and Dbase IV Ver 2.0 / Windows NT and Dbase 5.0.
The JDE Software Communicates with the LRC through the Gateway Server using the
JDE Daemon / Polling program. The JDE Software creates various request files under
different directories with same name as FAN Slip Number. The LRC Daemon /
Polling program on the Gateway Server should constantly scan the set of Directories.
JDE communicates with the Gateway server through the set of JDE daemon programs.
The JDE daemon programs are responsible for polling files from the Batch Server to
the Gateway server. The Gateway server is a Windows 2000 Server and is located in
the respective location. The LRC Daemon / Polling program is supposed to constantly
scan the required directories and pick up the flat files from the respective directories
and put the acknowledgement files in appropriate directories on the Gateway Server.
If the LRC Daemon / Polling program finds any request file in one of the directories
on the gateway server it collects the data from these and sends it across to LRC. LRC
on receiving this information should register the data sent by the LRC Daemon /
Polling program and send a reply to the JDE server through Daemon program.
The Interfacing program on receiving the reply for the request sent, creates a reply file
in the respective directories with the file name same as FAN Slip Number.
The JDE Software after making the request will be waiting for the reply to arrive from
the LRC by scanning the respective directories. When the reply file is created in the
respective directory by the Interfacing program, the JDE software collects the data
from these files.
The LRC Daemon / Polling Program should be constantly scanning the different
directories on the Gateway Server for request files to be sent LRC or received from
LRC.
LRC Daemon Program should continuously check the health of the communication
link between the Gateway Server and LRC Server.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 246 of 349 Tenderer’s signature with seal
The LRC Daemon / Polling programs for picking up files from the Gateway server to
LRC and receiving files on the Gateway server from LRC is required to be developed
by the vendor.
The Directories used for Communication between JDE / DDP and LRC are
as given below :
authorise To Store files for Trucks that are Authorised by JDE
These files will be created by JDE and Deleted by the
Communication Program (LRC Daemon) after the file is
picked up.
authstatus To Store files to Indicate authorisation status of a
Truck to JDE
These files will be created by the Communication Program
(LRC Daemon)
loadover To Store files for trucks for which loading is over
These files will be created by the Communication Program
(LRC Daemon) and deleted by JDE Daemon Program
Cancelloading To Store files for trucks for which loading is to
be Cancelled.
These files will be created by JDE and deleted by
Communication Program (LRC Daemon)
Cancelstatus To Store files to Indicate cancellation status of a Truck to
JDE
These files will be created by communication program
(LRC Daemon) and deleted by JDE .
loadstatus To Store the Loading Status of a Truck
These files will be created by communication program
(LRC Daemon) and deleted by JDE .
The detailed file structure etc. are given below.
1). Authorise Trucks (c:\jde\authorise)
When the truck is to be filled, the truck driver is asked to report to the Marketing
Terminal. The Data pertaining to the Customer, Destination, Truck has to be entered
in to the JDE. This data is commercially verified by JDE and then downloaded to the
LRC through the Interfacing /Communication Program.
Every Truck that is entering in the terminal for filling will be given an Unique FAN
Slip Number, with which the truck will be identified throughout the system. This FAN
No. will be generated by JDE.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 247 of 349 Tenderer’s signature with seal
The JDE Software after validating the data creates a request data file in the
c:\jde\authorise directory with the file name similar to the FAN Slip Number.
The Authorization request file contains the following data in the ASCII Text format.
Sl.no. Data Item Length
Type
1. FAN Slip Number 06 Numeric
2. Authorisation Date
(DD/MM/YYYY)
10 Character
3. Truck Registration Number 14 Character
4. Oil Company 04 Character
5. No.of Compartments 01 Numeric
6. Capacity of Compartments
(To be Specified for Each
Compartment)
06 Numeric
7. Calibration Expiry
Date(DD/MM/YYYY)
10 Character
8. Method of Delivery (Via Code) 03 Character
9. Remarks(First Three Digits will be
TT Code)
50 Character
10. No.of Customers 01 Numeric
11. Location Code 04 Character
12. Location Description 30 Character
13. Contractor Code 05 Character
14. Contractor Description 30 Character
15. Customer Code 06 Character
16. Customer Description 30 Character
17. Destination Code 06 Character
18. Destination Description 30 Character
19. No. Of Products 01 Numeric
20. Product Quantity 06 Numeric
21. Product Code 08 Numeric
22. Product Description 30 Character
Note 1 : Item No. 11 to 19 referred above are to be repeated for Each Customer
Note 2: Item No. 20 to 22 referred above are to be repeated for each product
Note 3: Please refer Annexure 1-A for Data Sample for c:\jde\authorise directory
The Communication/Protocol program should continuously scan various directories
for request files to be sent to LRC. Once a file is found in the directory c:\jde\authorise
it should read the file and send the request to the LRC.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 248 of 349 Tenderer’s signature with seal
LRC after receiving the information should register the Truck and send a reply to the
Communication program which keeps waiting for the reply to be received from LRC.
When the reply is received from LRC, the Communication program should create a
reply file in the directory c:\jde\authstatus. After the creation of the reply file in the
c:\jde\authstatus directory the request file should be deleted from c:\jde\authorise
directory by the communication program. The reply file will be created with the same
name as request file name which would contain one character code for the JDE
Package. The file will be deleted by the JDE program after getting this information.
C:\jde\authstatus
Response :
1) Authorisation Successful.
2) No Product requested
3) Compartment Allocation Failed
4) Fan Slip Number is Duplicated
9) LRC communication Failed.
Value 1 indicates successful authorisation of a truck. Values 2,3,4,9 indicates errors.
A Sample File Format is given below :
Sample File (File Name - 1 in Authstatus Directory)
1: Truck Authorisation Status indicating Successful Authorisation
3) Truck Loading Completed (c:\jde\loadover)
Loadover directory is used to store files for trucks for which loading is completed.
Communication program continuously communicates with the LRC to find out the
latest loading status for all the authorised trucks. After the loading is over and seal
numbers allotted, the LRC should indicate that loading of a truck is over by putting in
the status file in the c:\jde\loadstatus directory and the data file in c:\jde\loadover
directory. Then the LRC communication program collects all the loading information
for that truck from LRC and creates a data file in the c:\jde\loadover directory.
The JDE daemon program will pick up the information for the respective FAN
numbers from the loadover directory. The LRC communication program should keep
the information of all the trucks which are loaded in c:\jde\loadover directory
automatically.
The file in the c:\jde\loadover should contain the following data in the ASCII Text
format. This file is to be created by LRC.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 249 of 349 Tenderer’s signature with seal
Sl. No. Data Item Length Type
1. FAN Number 06 Numeric
2. No.of Compartments 01 Numeric
3. Time of Filling (HH:MM:SS) 08 Character
4. Product Code 08 Character
5. Volume filled 06 Numeric
6. Volume at 15 Degree Centigrade 06 Numeric
7. Product Density 06 Float (9.9999)
8.
Product Density at 15 Deg.
Centigrade
06 Float (9.9999)
9. Temperature 05 Float (99.99)
10. Top Seal Number (or Abloy Lock
no.)
10 AlphaNumeric
11. Bottom Seal Number(or Abloy Lock
no.)
10 Alpha Numeric
Note 1 : Item No. 4 to 11 should be repeated for Each Compartment
Note 2 : Please Annexure – I-B for Sample Data file c:\jde\loadover directory
4) Cancel Truck Loading
After the truck is authorised, some times the truck will have to be cancelled due to
some reasons.
This operation is carried out by JDE by creating the cancel request file in the directory
c:\jde\cancelloading. The name of the request file itself tells the Truck corresponding
to the FAN number is to be cancelled.
The truck can be cancelled by the JDE operator only when the truck has not started
filling.
The LRC communication program while scanning the directories finds this request in
the cancel directory, then it should send the data to the LRC.
The LRC after verifying the Truck status cancels the Truck if it is not already taken up
for loading and then it should send reply to the communication program.
The LRC communication program collects this information from LRC and creates a
reply file for the JDE in the Directory c:\jde\cancelstatus.
Response
1) Truck Cancellation Successful
2) FAN details not found
3) Truck Under Loading
4) Truck Already cancelled by LRC
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 250 of 349 Tenderer’s signature with seal
9) Communication Failure between LRC and Gateway Server
Value 1 Indicates successful cancellation of a truck.
Note : There should be a provision to cancel a truck from LRC after loading is taken
up and before completion of loading.
Annexure I-A
Sample Data format for a Truck going to 3 customers (c:\jde\authorise)
Fan No. 000001
Authorisation Date 12/01/2004
Truck No. GJ/06/A/5340
Oil Company HPCL
No. of Compartments 3
Capacity of Compartment 1 004000
Capacity of Compartment 2 004000
Capacity of Compartment 3 004000
Calibration Exp. Date 05/10/2005
Method of Delivery (Via Code) 003
Remarks (First 3 digit TT Code) 052
No. of Customers 3
Location Code 0446
Location Description LONI TERMINAL
Contractor Code 06621
Contractor Description BHATIA TRANSPORT SERVICE
Customer Code 117804
Customer Description AECS CAR CARE CENTRE
Destination Code XXXXXX
Destination Description PUNE
No. of Products 1
Product Quantity 004000
Product Code 09500006
Product Description H S D
Location Code 0446
Location Description LONI TERMINAL
Contractor Code 06621
Contractor Description BHATIA TRANSPORT SERVICE
Customer Code 118602
Customer Description AMBICA PETROL DEPOT
Destination Code XXXXXX
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 251 of 349 Tenderer’s signature with seal
Destination Description POONA
No. of Products 1
Product Quantity 004000
Product Code 09560006
Product Description M S
Location Code 0446
Location Description LONI TERMINAL
Contractor Code 06621
Contractor Description BHATIA TRANSPORT SERVICE
Customer Code 104121
Customer Description AMRAPALI SERVICE STATION
Annexure 1-A ..........Contd
Destination Code XXXXXX
Destination Description PUNE
No. of Products 1
Product Quantity 04000
Product Code 09500006
Product Description H S D
Note : Via Code = ‘001’ Indicates Company Truck
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 252 of 349 Tenderer’s signature with seal
Annexure I-B
Sample Data format for c:\jde\loadover file
FAN No. 000001
No.of Compartments 3
Time of Filling 08:45:30
Comp. 1 09560006 004000 003980 0.8950
0.8970 28.50 0010211111
0010221111
Comp. 2 09500006 004000 003975 0.8950
0.8970 27.50 0010231111
0010241111
Comp. 3 09500006 004000 003960 0.8500
0.8550 30.00 0010251111
0010261111
Details of Compartments Product Code, Volume Filled,
Volume at 15 Degree, Product
Density, Product Density at 15
Degree, Temperature, Top Seal No.
and Bottom Seal No.
Note:
1) The spaces in the post load packet sample data to improve readability and not a
part of the actual post load packet.
2) The directory c:\jde\authorise is only indicative. The C: or D: should be
configurable and not hard coded in the daemon programs. Directories
should be configurable
9.7 SYSTEM ACCESS SECURITY
� All operator commands shall be automatically checked for validity of
authorization by the system.
� Validity checks shall be automatically performed by the system to ensure that
control parameters entered by the operator are within the defined limits.
� Access to all system functions shall be protected by a multi-level password
system.
9.8 SYSTEM DIAGNOSTICS:
� The system diagnostics shall support fault isolation to a specific module or
channel or subsystem device, which can be subsequently removed and
replaced.
� The system diagnostics shall include both hardware and software diagnostics
routines which upon detecting an abnormal conditions, reports this information
on standard diagnostics displays on the OIC and printers.
� Once a diagnostic test has detected a failure, a descriptive alarm shall be
generated and bumpless transfer to control to a redundant component shall be
triggered wherever specified.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 253 of 349 Tenderer’s signature with seal
9.9 DIAGNOSTIC DISPLAY
� The system status level shall be accessible by a single dedicated key.
� A flashing diagnostic message prompt shall be displayed and allow the user to
immediately view the specific error message in a single keystroke without
going through a diagnostic display hierarchy.
� A system status display shall provide the current status of every subsystem.
Subsystems with a diagnostic alarm shall be identified by flashing indicator.
The system status display shall include information on the communications
system including status of each of the communication modules for every
subsystem.
� The subsystem level status display should provide detail information on the
subsystem itself and the status of the individual modules contained therein.
� The I/O status display shall provide detailed information of each I/O Channel
of the associated device.
� The message level diagnostic display shall provide English text message
explaining the exact nature of the diagnostic error and the time and frequency
of occurrence. The users shall be able to go to an achieve file to obtain a
history of diagnostic messages for the entire system and additionally shall be
able to make a backup copy to a removable media.
9.10 REPORTS, TRENDING, QUERIES - MIS MODULE
The report generation module shall be capable of generating various reports and
logs for all measured and computed parameters as per requirement. The system
should provide scope for database generation & configuration with multilevel
security access into the system. All the communication between LRC and
peripheral units shall be established through secured data transfers. The network
communication shall be selected keeping in view of number of peripherals &
instrument connected on the network and with higher throughput.
A MIS module shall be developed to extract various reports, Trending and Historical
Analysis, by firing suitable queries and data mining procedures on the available
database of Terminal automation System.
Trending:
The trending feature shall be of various types like Single Bar, Multiple Bar, X-Y,
Numeric, etc. The module shall be able to show at least
� Real Time Trending
� Historical Trending
� Archived Historical Trending
� Cursor Read Out
� Zoom & Scroll
� Trend Comparisons
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 254 of 349 Tenderer’s signature with seal
� Others
Reports:
This module shall generate various reports for MIS as well as engineering purpose.
The reports shall be of following nature
� Alarm / Exception Reports
� Inventory Reports
� Truck Monitoring Reports
� Quality Control Reports
� Various Statistical reports
� MIS – Reports
Queries:
This module shall support various on line and off Line queries. The queries shall
be of following in nature with data drill down facility.
� Tank Farm Data
� Bay status
� Metering Status
� Equipment Status
� Truck Tracking / Status
� Others
All the Reports, Trending, Queries shall support user defined time horizon and
customizable.
9.11 SCALBILITY/ UPGRADABILITY/ LICENCING
The capacity of offered software should be with 50 % spares with respect to nos. of
data base points/ tags after calculating requirements of the total system. The offered
software should have in-built capability / provision to take care for future expansion to
the extent of minimum four additional loading points; up to four new product tanks &
base products as a minimum. System should be flexible from the point of view of up-
gradation. These shall be verified during FAT. In case of tag based system, unlimited
tags should be offered.
The system architecture shall provide a logical planned implementation of
evolving technologies and provision for up-gradation of existing equipment.
The system design shall permit the online addition of new sub-systems with no
disruption to either the operation or system communications, for future expansion.
The offered software should be of proven technology & latest with copyright or
trademark registration. The offered software has to be from principal
manufacturer.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 255 of 349 Tenderer’s signature with seal
The original copy of the license certificate (PAPER LICENCES) for the operating
system, RDBMS (5-user license. Licence shall be for 2 Nos. redundant LRC/ TAS
server), and LRC / TAS server software/ SCADA/ TFMS software each needs to
be provided to HPCL clearly mentioning the details like project name, end user
name, name & version of the offered software for each of above. The original copy
of all paper license certificates in name of Hindustan Petroleum Corporation
Limited shall be provided to HPCL for effecting payment to the vendor. In the
absence of the above documents payment shall be held back by HPCL. The prime
bidder / system integrator with collaborator backup shall confirm availability of the
source code for the custom code programmed Tank Truck Filling Operation
application software with them.
In case the prime bidder has an MOU / Joint venture with the principal who is the
technology supplier or the vendor is a 100% subsidiary of the principal a letter
shall be submitted by the prime bidder on the principals letter head from the
country of origin declaring qualified technical support for the offered application
software for the next 10 years as a minimum.
All software licenses shall be from the principal software manufacturer and not
from the resellers.
Bidders to provide details (for at least two jobs) where the quoted LRC / TAS
server software is working for TAS (POL) applications successfully for a
minimum period of one year in India or abroad. Bidders to provide completion
certificates of these jobs as documentary proofs.
For each server (LRC / TAS Server) running memory resident applications like
Operating system + SCADA software, RDBMS + code programmed application
for truck filling operations, development (engineering) + runtime + network
license is to be provided from principal supplier. Each operator / client station shall
be provided with Runtime + Network license with no. of licenses being equal to
the no. of client / operator stations and these shall be submitted to HPCL.
10.0 TECHNICAL SPECIFICATIONS FOR ENGINEERING, ERECTION,
TESTING & COMMISSIONING
The scope of work under the major activities is listed below.
10.1 ENGINEERING ACTIVITIES:
� Preparation and furnishing of all drawings and documents as listed out
elsewhere in this specification and obtaining necessary approvals from client /
consultant as mentioned.
� Development of requisite software in consultation with the client / consultant
and testing of the same at Tenderer’s works.
� Documentation, training, comprehensive AMC warranty, etc.
� Preparation and submission of as built drawings as required.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 256 of 349 Tenderer’s signature with seal
10.2 ERECTION ACTIVITIES:
This shall include the following:
� Installation of flow metering system package consisting of strainer, digital
Control valves, Batch Controllers etc.
� Installation of Instrumentation and Automation system consisting of computer
system and operator consoles, Computer Interface Unit, Radar type level
transmitter, multipoint temperature sensor, water bottom sensor, tank side
indicator etc as per the Bill of quantities. Integrating the subsystems and
ensuring provision of proper communication links so that Data transfer takes
place smoothly.
� Laying of communication bus, field bus, other system cables, Fiberoptic cables,
instrumentation cables, Power supply cables and control cables in conduits,
cable trays etc.
� Installation of all instruments that are in the Tenderer’s scope of supply, laying
and termination of all signal, control & power cables.
� All instruments shall be checked and calibrated before installation at site.
� Civil / Mechanical / Electrical works including the casting of foundation as per
requirements for instruments supports where paved surface do not exist.
� Fabrication and installation of any supports required for the instruments are also
included in the scope of the Instrumentation tenderer.
� Erection, testing, commissioning of free issue items and integrating the same
into TAS. The final assembly shall also be tested.
� Minor civil works like chipping of pavement, grouting on the pavements,
instrument panels/support, chipping and refilling of the pavement for conduits.
� Sealing of cables / tube entries into the control room after laying and testing of
all tubes, cables etc.,
� Degreasing of handwheels of valves, stud bolts, nuts of side and bottom flange
of valves, orifice plates, flow meters (PD-meters), other primary elements,
flanges, Instruments as per manufacturers instructions and other items as
required by owner / consultant.
� Installation of system cabinets in control room.
� Laying and termination at both ends between Instrument earth buses provided in
control panels to instrument earth pit.
� Laying, dressing, glanding and termination of power supply cables from power
supply distribution cabinet / box in control room to field consumers through
UPS.
� The armoured cables for TFM system shall be taken through sealed, buried
conduits.
� Painting of all structural supports for trays, pipes, junction boxes, instruments,
ducts. etc.
� Proper installation and alignment of line / vessels / equipment mounted
instruments like valve, PD meters, etc.
� Drilling holes on all panels, shut down cabinets, power supply cabinets, control
panels, etc. for cables / glands.
� Grounding of shielded cables to respective instrument earth bus provided in the
control room / local panel.
� Supply of all types of consumables required for the execution of the job.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 257 of 349 Tenderer’s signature with seal
� Tenderer shall offer the services of the installation team which would install the
equipment / instruments, lay the interconnecting cabling, check out, testing and
commissioning the system.
� Tenderer shall prepare site acceptance test documentation covering hardware,
software and system functional testing and submit it three months in advance
for owner / consultant review and approval.
� All technical personnel assigned to the site by the Tenderer shall be fully
conversant with the supplied system and software package, and shall have both
hardware and software capability to bring the system on line quickly and
efficiently with a minimum interference with other concurrent construction and
commissioning activities.
� Incoming Inspection which includes verification of documents and Bill of
quantities. Visual inspection shall be carried out to check for damages.
10.3 TESTING
Testing & Calibration of instrumentation devices shall be done for equipment
under Tenderer’s scope of supply.
Tenderer shall make available all consumables, instruments, and equipment
necessary for testing, calibration, maintenance etc as required by the defined scope
of works. All instruments and equipment used for the above purpose shall be of
standard make with accuracy better than the accuracy expected from the
calibrated/tested instruments and certified by standard testing agencies. These
instruments / equipment are necessary only during testing / calibration /
maintenance.
Loop checking
Loop check shall be carried out by the Tenderer and checking the Interconnection
configuration and overall system functioning.
Tenderers scope of work in loop checking shall include checking interconnection
between instrument/equipment and control room, ferruling, tagging of
interconnecting cables, ferruling of field cables in control room and performing
over all loop performance check.
Loop checking shall be carried out to check the functional performance of all
elements comprising the loop and thereby ensuring proper configuration
functioning and interconnection.
Calibration and installation of metering instruments and installation of other field
equipment, installation of junction boxes, interconnection between instruments
and junction boxes. Laying of single / multipair cables up to control room, tagging
all field cables, performing continuity / insulation test of cable, core identification
of field cables etc. shall also be in the Tenderer's scope.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 258 of 349 Tenderer’s signature with seal
Testing at site:
All the equipment shall be checked thoroughly after its receipt at site. The test as a
minimum, shall include:
� Visual and mechanical testing.
� Demonstration of all system functions.
� Checking of loop configuration.
� Checking of Visual Display Unit.
� Checking of correct functioning of all key-boards.
� Demonstration of all system diagnostics.
� Checking of current change over of redundant devices.
� Checking of proper functioning of all printers, sample printing of all types of
logs and reports.
� Checking of all disc drives, alarm summary and alarm history.
� Demonstration of proper operation of system at specified power supply
specifications.
� Making of User's data formats and check out of results.
The site testing test plan shall also cover the recording and calculation of the
following:
� Record of duration involved for the command to be successful.
� Record of commands executed and commands failed.
� Record of reasons for incomplete sequence.
� Record of duration of process faults.
� Record of cumulative availability for specified duration etc.
10.4 COMMISSIONING ACTIVITIES:
The following main functions shall be carried out:
� Carrying out No Load tests.
� Sequential check on No Load commissioning.
� On Load commissioning of the system.
� Post Commissioning activities
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 259 of 349 Tenderer’s signature with seal
11.0 SYSTEM ACCEPTANCE TESTS:
The following tests shall be conducted before final acceptance of the system:-
a) Inspection and Testing at Manufacturer’s works
b) FAT – Factory Acceptance Test
c) SAT – Site Acceptance Test
d) TRIAL RUN
e) STABILIZATION
These tests shall be carried out on all equipment supplied by Tenderer including
those supplied by sub-Tenderers if any.
PART I – General
The Acceptance Test shall demonstrate to the satisfaction of HPCL that the system
performs all functions as described in this specification.
HPCL shall supervise all testing designated by the Tenderer as acceptance testing.
HPCL shall have the option to run these tests if it deems necessary.
Tenderer shall provide written notification to owner of the acceptance test
procedures 10 days prior to acceptance test period. HPCL shall review and, if
necessary modify these procedures.
All system hardware and software used for acceptance testing shall be complete as
specified and the actual equipment shall be shipped to the job site.
Tenderer shall perform complete system functionality test before advising HPCL
that the system is available for factory test. All input points, output points, alarm
points, etc. shall be tested by Tenderer, using actual system configuration prior to
witnessed factory test.
If problems or malfunctions develop in any part of the system during acceptance
test period, corrections shall be made at the Tenderer's facility during checkout job
site at no cost to Customer.
The Tenderer shall provide any necessary personnel to:
� Review acceptance test criteria
� Schedule and arrange test facilities.
� To arrange the system according to acceptance test criteria
� Analyze and interpret test results for HPCL personnel
� Provide assistance in case of system malfunctions during the acceptance test
period.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 260 of 349 Tenderer’s signature with seal
Tenderer shall test and demonstrate the functional integrity of the system hardware
and software. No material or equipment shall be transported until all required tests
are successfully completed and certified 'Ready for Shipment’ by HPCL.
HPCL reserves the right to be involved and satisfy itself at each and every stage of
inspection. HPCL shall be free to request specific test on any equipment
considered necessary by them although not listed in this specification, the cost of
performing all tests shall be borne by the Tenderer.
Tenderer shall note that acceptance of any equipment or the exemption of
inspection or testing shall in no way absolve the Tenderer of the responsibility for
delivering the equipment meeting all the requirements specified in the Bid
Package.
It shall be Tenderer’s responsibility to modify and or replace any hardware and
modify the software if the specified functions are not completely achieved
satisfactorily during testing and factory acceptance. This will be done at
Tenderer’s cost.
PART II - Failure of Components / Modules / Sub system:
a) Tenderer shall not replace any sub-system component / module / subsystem
unless it failed. A log of all failed components / modules in subsystem, shall be
maintained which shall give description of the failed components / modules of
failure and number of hours of operation before it failed.
b) If there is a malfunction of a component/module in a sub-system, the test shall
terminate and Tenderer shall replace the failed component/module. Thereafter
the test shall commence all over again. If even after this replacement of the
sub-system fails to meet the requirement, Tenderer shall replace the full sub-
system to the one meeting the requirements and the system tested all over
again.
If a sub system fails during the test and is not repaired and made successfully
operational within four hours of active repair time after the failure, the test shall be
suspended and restarted all over again only after the Tenderer has replaced the
device into the acceptable operation.
The Tenderer shall notify at least two weeks prior to system testing. In the event
that representatives arrive and the system is not ready for testing, the Tenderer will
be liable for back charges for any extra time and expenses incurred.
11.1 INSPECTION AND TESTING AT MANUFACTURER’S WORKS:
Inspection procedure shall be finalized with HPCL and vendor offering the
equipment for inspection.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 261 of 349 Tenderer’s signature with seal
The owner and its representatives shall have the right to inspect and test each
equipment at all stages of production and commissioning of the system. The
inspection and testing shall include but not be limited to raw materials,
components, Sub assemblies, prototypes, produced units, guaranteed performance
specifications etc. For factory inspection and testing, Tenderer shall arrange all that
is required e.g. quality assurance personnel, space, test gear etc for successfully
carrying out the job by the owner and/or his representative at Tenderer's cost at the
manufacturer's works.
Scope of third party inspection:
Following are the checks to be done as a minimum during third party inspection:-
Common checks for all the materials:
Physical verification
Make, model no verification
Functional performance checking.
The inspection shall be carried out for the following two categories of items:
Category - I: Metering Instruments & Accessories
These items shall include PD meters and accessories, set stop valves, and other
associated field instruments and accessories.
The inspection and testing shall be as under :
a) Material inspection including body and internals.
b) Visual inspection checks.
c) Tests for material, welding, leakage (by hydrostatic test) etc.
d) Dimensional inspection.
e) Calibration test of individual instruments / equipment.
f) Meter proving and calibration.
g) Overall batch accuracy test and repeatability tests.
h) Checks for assuring compliance with standards mentioned in the specifications.
Tenderer shall produce during inspection:
a) Raw material inspection certificate.
b) In House Test Reports.
c) Statutory certificates as required.
All inspection and testing shall be carried out based on the following documents:
a) Relevant standards
b) Specifications
c) Data sheets
d) Approved drawings
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 262 of 349 Tenderer’s signature with seal
Batch Accuracy Test
� Calibration against Weights & Measures certified prover tank (in case of
flowmeter).
� Generation of pulses per revolution through rotating pulser (in case of
flowmeter).
� Testing of randomly chosen Set Stop valves in association with batch
controller and flow meter
� Program checking and relay output checking with simulator in case of batch
controller
� Performance checking of randomly chosen batch controllers in association with
flow meter & Set stop valve.
Obtaining necessary approvals from Weights & Measures department & producing
other necessary certificates in regard to various instruments/peripherals will be in
the scope of the Tenderer.
However the stamping charges will be paid by HPCL (Location) on proof and
production of original receipt.
All equipment and instruments to be located in the TLF shed shall be suitable with
IP protection for water jets (IP-65).
Category - II : System Oriented Equipment
These items shall include Servers, computers, PLC, computer interface unit,
Printers and secondary storage devices.
The tenderer shall demonstrate the functionality of the system hardware and
software. No materials shall be transported to site until all required tests have been
successfully completed and the material / equipment have been certified “ ready
for shipment “ by purchaser.
The purchaser has the right to involve and satisfy himself at each and every stage
of tests. They shall be free to request specific tests on equipment considered
necessary by them, although not listed in this specification. the cost of performing
all tests shall be borne by the tenderer.
Tenderer to note that acceptance of any equipment or the exemption of inspection
testing shall in no way absolve the bidder of the responsibility for delivering the
equipment meeting all the specified requirements.
The inspection and acceptance shall be carried out in two phases i.e. Phase - I and
Phase - II for the items covered in Category – II.
The minimum requirements for testing during these two phases are as follows:
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 263 of 349 Tenderer’s signature with seal
Phase -I
a) Tenderer shall perform tests at his works to ensure that all components
function in accordance with their respective specification for each type of test.
A test report shall be submitted to the Owner for review within two weeks of
completion of each type of test giving details.
All sub-systems shall-undergo a minimum of 72 hours burn-in period.
b) The test log book shall contain the following information for the above tests:
a. Date / Time
b. Assembly designation (identified with functional unit Tag Nos.)
c. Test input
d. Test results and signature of the person who conducted the test
e. Action required (if deficiency is detected)
f. Action taken, date of completion and signature.
g. Special test methods (including special equipment requirement, by passes
used etc.)
Test Details
Following tests shall be performed by the Tenderer and report shall be forwarded
to the Owner.
11.2 FACTORY ACCEPTANCE TESTS
FAT forms the PHASE II test for CATEGORY II. This shall be generally done at
TAS vendor’s works.
This test shall systematically, fully and functionally test all the hardware and
software in the presence of Owner's representative. All the sub systems shall be
inter connected to simulate the total system. Tenderer shall use simulators for
simulating field inputs to Batch controllers.
Before start of Phase - II tests, Tenderer shall keep the complete integrated systems
powered for 150 hrs. A FAT staging diagram shall be submitted by the tenderer
indicating the equipment arrangement for FAT.
The duration of the testing shall be mentioned by the Tenderer with reasons.
System shall be shipped to site only after this testing and certified ready for
shipment by Owner.
10% of the field devices shall be checked compulsory in FAT. FAT shall be
conducted for each location separately.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 264 of 349 Tenderer’s signature with seal
SYSTEM PRE TEST
Tenderer as a minimum shall physically check all the modules, racks and cabinets
and equipment which are a part of FAT.
SYSTEM POWER UP TEST
Tenderer as a minimum shall check the functions of all the system hardware and
software including diagnostic software at sub-system levels with simulated inputs.
Test Record
During testing of Phase-II, each test carried out shall be recorded. Any deficiency
or problem shall be clearly brought out and shall be corrected.
Any change in the data or configuration informed to the Tenderer shall be recorded
and carried out by the Tenderer.
Visual and Mechanical Testing
Visual and mechanical testing shall be carried out in principle to assure correct and
neat workmanship by the Tenderer.
Functional Testing
Functional testing shall include the simulation of each input and output to verify
proper system response, checking all functionalities of each sub-system and
complete performance of integrated system. The testing, as a minimum, shall
include:
i) Checking of all Monitors and displays.
ii) Checking of correct functioning of key-board .
iii) Checking of CRT refresh rate, database update and display call up time.
iv) Checking of correct change-over of the redundant back up units in case of main
units failure.
v) System diagnostics shall be thoroughly checked for all sub-systems on local
level as well as on remote computers. These shall include failure of a sub-
system, module, power supply, interface unit, failure of transfer to redundant
module on main module failure etc. and other detailed diagnostic displays.
vi) Testing of proper functioning of all printers.
vii) Testing of system features like interchangeability between VDU console,
peripheral assignments, synchronization of system clocks, key-lock functions
etc.
viii) Checking of various alarms and events log formats and various report
formats.
ix) Proper system operation as per power supply specifications specified in the bid
package.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 265 of 349 Tenderer’s signature with seal
x) Checking of proper operation of all communication interfaces and secured data
transfers.
xi) Simulation of power failure and system restart after power restoration.
Complete system configuration loading
Demonstration of all PLC system builder functions including addition / deletion of
an input / output, addition / deletion of a rung or an element in a rung generation of
dynamic graphics and other views, report generation.
100% checking of logic configured in the PLC by connecting switch / lamp at
input / output.
Checking of scan time as per specification.
System redundancy check including correct change over of the back up unit of
failure of main unit. these shall be applicable for following:
a) CPU rack to rack redundancy
b) Each CPU to host system communication interface & link redundancy
c) Power supply redundancy.
d) I/O subsystem to processor system communication redundancy.
System diagnostic checking for all subsystems on local level as well as on console,
including checking of the auto testing software for I/O modules / signal
conditioning modules.
Checking of output status on processor failure.
Checking of first out alarm generation.
Tenderer shall be responsible to modify and / or replace any hardware or software
if the specified functions are not completely achieved satisfactorily during FAT.
Schedule of FAT shall be included in the tenderer’s proposal.
QUALITY CONTROL TEST
Quality control tests shall be carried out to ensure quality of all components and
modules in accordance with Tenderer's quality controls and assurance procedure.
Tenderer shall forward details of these procedures for Owner's review.
The sampling procedures for all purchased components or components
manufactured by the Tenderer, for quality assurance test shall be in accordance
with relevant international standards.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 266 of 349 Tenderer’s signature with seal
All assemblies shall be aligned and adjusted and all test observations shall be
recorded as per manufacturer published set ups and testing methods.
11.3 SITE ACCEPTANCE TESTS
The following shall be verified/ conducted during SAT
a) checking for completeness of supplies for both software and Hardware .
b) Checking whether guaranteed performance of individual equipment / item is
achieved as per specification.
c) Checking if Installation of the complete system is as per approved drawing.
d) Checking out of the equipment installation as per the owner approved
installation drawings for each equipment / item and system as a whole.
e) Checking of interconnection, hardware and software configuration, system
interfaces and overall system function. Checking self diagnostic feature on
individual equipment.
f) Loop checking: Field cable termination and inter cabinet cabling and
termination.
g) Field tests.
h) Commissioning and on-line debugging of the system.
i) Performance of integrated system including communication to remote location
j) Test run
k) Test report
Site Acceptance Teat shall be done at each location as mentioned in the
specification.
11.4 TRIAL RUN
Vendor shall conduct trial run of his system for a minimum period of 15 days after
the mechanical completion of job. The interface between JDE and LRC shall be
established during these trial runs. These trial runs are conducted to verify the
satisfactory performance of the system. In case of major failure in the system, the
trial run shall be repeated for a period of another 15 continuous days.
After trial run site acceptance test (SAT) will be conducted and system shall be
handed over. The project is deemed to be complete after the compliance of
pending points of sat.
11.5 STABILIZATION PERIOD
After successful commissioning of the entire system, the system shall be observed
for faultless working for a period of 90 days. If any fault is observed during this 90
days period in any part of the system (either software or hardware component or
field execution), the same shall be rectified by the vendor at his cost including the
replacement of any material components if required and the system shall be
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 267 of 349 Tenderer’s signature with seal
observed for a further period of 90 days for fault free operations. Date of
stabilization shall be taken as the date at the end of a period of 90 days of absolute
fault free operations. However, in case of minor faults in any subsystem which do
not lead to disruption of operation, stabilization period for the unaffected portion
will remain unchanged. Also for disruption due to fault in any system not supplied
by the vendor as a part of this tender, stabilization period will remain unchanged.
12.0 DRAWINGS AND DOCUMENTS TO BE FURNISHED
BY TENDERER WITH BID:
� Project schedule and Quality Assurance Plan (QAP).
� Instrument data sheets/ specification
� Operational philosophy
� Control room layout
� System architectural drawing
� Power requirement
� Air/Steam requirement (If any)
� List of Special tools and tackles for maintenance (this list shall be finalised by
the owner/consultant)
BY SUCCESSFUL TENDERER / CONTRACTOR:
The Tenderer shall furnish the following drawings/ documents .
FOR APPROVAL PART-I ( For Instrumentation equipment )
� Project schedule and Quality Assurance Plan (QAP).
� Document Issue Schedule
� Training schedule
� System configuration diagram.
� Process and Instrumentation diagram
� Cable route
� Instrument data sheets
� Functional design Specification
� Loop schematics
� Instrument mounting drawings
� Hardware design manual
� Software design manual
� Interlocking schemes
� Alarm annunciation schemes
� Power distribution schemes
� Operational philosophy
� Control room layout
� Panel general view drawings.
� Graphic page layout
� Print formats
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 268 of 349 Tenderer’s signature with seal
� MIS formats and PIN data blocks.
� Maintenance schedules.
� Operator prompt functions.
� Safety/Security functions.
� Inspection procedure (Factory Acceptance Tests)
� Pre-commissioning Tests & Procedures.
� Provisional handing over tests and protocols.
PART-II ( For Automation)
� Layout of LAN
� Logical scheme of LAN in block diagram
� System documentation
� Detail Server-Cluster connectivity
� Database schemes (table details)
� Prototypes of data entry screens
� Prototypes of displays/ alarms
� Prototypes of output formats
FOR REFERENCE AND RECORDS
� Project Organization
� Documentation List
� External connection diagrams
� Equipment (Field devices) location and routing of cables.
� Instrument installation drawing
� Cable schedule
� Wiring diagrams
� Earthing schemes
� As built drawings
13.0 SUBMISSION SCHEDULE FOR SOME OF THE IMPORTANT
DOCUMENTS
The document submission schedule shall be as follows:
All documents shall be submitted terminal wise.
Within 2 weeks of issue of LOI
Data sheet format
Credentials of personnel to be posted at each location
Proposed details of site organization for each location
3 weeks of issue of LOI
Project schedule and Quality Assurance Plan (QAP)
1 month from LOI
Data sheets
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 269 of 349 Tenderer’s signature with seal
Control room layout
FAT staging diagram
Operation philosophy/ system description
6 weeks from LOI
Procedure for installing equipment
P & I for each location
2 months from LOI
FDS for each location
Cable schedule
FAT procedure
Panel general arrangement drawing
External connection drawing
Power distribution scheme
I/O list
Earthing scheme
Pre-commissioning tests and procedures
3 Months from LOI
Instrument mounting drawings
Hardware design manual
Software design manual
Interlock scheme
Graphic page layout
Print formats
MIS formats
Operator prompts
Safety and security functions
Software details
14.0 PLANT OPERATION AND MAINTENANCE MANUAL
Tenderer shall submit to HPCL the draft of the operating manual for the facilities
as per requirements listed in contract documents for review and approval. Final
operating manual shall be issued only after obtaining approval of HPCL on draft.
10 (ten) sets of final approved operating and maintenance manual shall be made
available before commencing the commission of each terminal.
The operation manual shall have two parts. One shall give the details of the
individual instrument/ equipment. The other part shall contain the system details.
The objective of the manual is to assemble under one bound cover all the
instructions, data and drawings necessary for the operations personnel to start,
operate, control, shut down and maintain the systems under normal and emergency
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 270 of 349 Tenderer’s signature with seal
conditions in a safe manner. It is desired that the instructions to be written for
clarity and simplicity.
Separate operation and maintenance manual shall be furnished for each terminal.
15.0 PERFORMANCE GUARANTEE AND WARRANTY
Tenderer shall be responsible for proper design, quality, workmanship, operation
& maintenance of all equipment, accessories, etc. supplied by the Tenderer for a
period of 24 months after successful commisioning. Further Tenderer shall provide
written guarantee that the back-up engineering, maintenance and spare parts shall
be available for a minimum period of 15 years after warranty period.
It shall be obligatory on the part of the Tenderer to modify and/or replace any
hardware from the supplied equipment and modify the operating system software,
Automation software, other software, rectify defects of equipment supplied and
software and attend to the maintenance of the system, free of cost, during start-up
and on-line operation of Loading Terminal facilities, within the warranty Period.
The replacement/maintenance aspects of the total system shall be attended on call
basis with one day notice.
During the warranty period, one competent engineer will visit each terminal at
least once a month for checking the operation of system and do preventive
maintenance. The schedule of visit shall be submitted in advance.
All flowmeters (including PD meters, Massflow meters, Turbine meters), proving
tanks (PD meter proving tank and truck proving tanks) shall be calibrated once in a
year during Performance Guarantee and Warranty
The above points shall be covered in the warranty quotation of the Tenderer, as a
part of base price of the system.
16.0 POST WARRANTY MAINTENANCE CONTRACT:
Tenderer shall quote for maintenance contract after two year warranty period for
five years, including the supply of spares and consumable and services required for
total operation and maintenance of the system. The replacement/maintenance
aspects of the total system shall be attended on call basis with one day notice.
Personal deployed shall have experience on maintenance of similar systems. The
lump sum price of the Post Warranty Maintenance contract shall be furnished
separately on annual basis. The annual calibration of instruments for 5 years is in
the scope of Tenderer. The master instruments required for calibration shall be
arranged by the Tenderer.
The tenderer shall ensure that all possible spares which may be required by the
automation system will be available during the entire period of AMC i.e. 5 years.
A list of spares shall be submitted along with the offer.
Tenderer shall execute bank guarantee equivalent to the cost of maintenance
contract to cover the five year AMC period.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 271 of 349 Tenderer’s signature with seal
All flowmeters (including PD meters, Massflow meters, Turbine meters), proving
tanks (PD meter proving tank and truck proving tanks) shall be calibrated once in a
year during Annual Maintenance Contract / Post Warranty Maintenance Contract.
During the AMC period, one competent engineer will visit each terminal at least
once a month for checking the operation of system and do preventive maintenance.
Also four emergency calls per year are included in the tenderer’s scope. These
emergency calls shall be attended with in 24 hours of intimation. During AMC
supply of all possible spares for replacement of faulty parts and consumables like
oil, grease for maintenance of equipment are included in tenderer’s scope .
PENALTY CHARGES DURING AMC PERIOD
Sl.No Description Time allowed for
rectification
Panelty charges in case of
delay beyond stipulated
period/days
1 Failure of TT Gantry Automation
resulting in loading point being inactive 7 Days Rs.1000/Day/Point
2 Failure of Gauging system for one
Primary product tank 7 Days Rs.1000/Day/Point
3 Control room equipments
- Equipments having redundancy like
LRC, PLC, Servers, UPS, etc
12 Days Rs.1000/Day
4 TAS failure on account of which
loading through TAS is stopped 48 Hrs Rs.3500/Day
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 272 of 349 Tenderer’s signature with seal
17.0 ENCLOSURES
ENCL. 1 DATA/DETAILS OF TERMINAL
ENCL. 2 SHE POLICY
ENCL.3 LIST OF PREFERRED MAKES FOR INSTRUMENTS
ENCL. 4 GENERAL SPECIFICATION FOR PAINTING
ENCL. 5 LIST OF SPARES
ENCL.6 UPS LOAD CALCULATION SHEET
ENCL.7 QUALITY ASSURANCE PLAN
ENCL. 8 SIGNALS TO BE INTERFACED WITH PIPELINE CONTROL
ROOM
ENCL. 9 SYSTEM ARCHITECTURE DRAWING
ENCL. 10 FLOW DIAGRAM OF TRUCK LOADING OPERATION
- 12 SHEETS
ENCL. 11 P & I DIAGRAM
ENCL-12 TERMINAL LAYOUT
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 273 of 349 Tenderer’s signature with seal
ENCLOSURE-1
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 274 of 349 Tenderer’s signature with seal
TERMINAL : JAIPUR
TANK FARM MANAGEMENT SYSTEM
Sl.
No
Tank
no. Product
Type of
Tank
Diameter
(m)
Height
(m)
Capacity
(KL) MOV
1. TF1 HSD FRVT 20 12 3288 101,102,103
104,105,106
2. TF2 HSD FRVT 20 12 3288 107,108,109
110,111,112
3. TF3 HSD FRVT 20 12 3288 113,114,115
116,117,118
4. TF4 MS FRVT 20 12 3288 201,202,203
204,205,206
5. TF5 MS FRVT 20 12 3288 207,208,209
210,211,212
6. TF6 MS FRVT 20 12 3288 213,214,215
216,217,218
7. TF7 SKO FRVT 12 10 959 301,302,303
304,305,306
8. TF8 SKO FRVT 12 10 959 307,308,309
310,311,312
9. TF9 SLOP FRVT 10 8 509 401,402,403
404,405,406
10. TF10 SLOP FRVT 10 8 509 407,408,409
410,411,412
11. TS1 HSD HORZ 3 11 70 NO
12. TS2 MS HORZ 3 11 70 NO
13. TS3 SKO HORZ 3 11 70 NO
14. TS4 ETHANOL HORZ 3 11 70 NO
15. TS5 ETHANOL HORZ 3 11 70 NO
16. TS6 ETHANOL HORZ 3 11 70 NO
PUMPS (LOADING)
PUMP NO. PRODUCT CAPACITY
(LPM)
NO. OF
PUMPS
UTILITY RATING
(KW)
J-H-H-001 HSD 3600 1 WORKING 30
J-H-H-002 HSD 3600 1 WORKING 30
J-H-H-003 HSD 3600 1 STANDBY 30
J-H-M-001 MS 2400 1 WORKING 22
J-H-M-002 MS 2400 1 WORKING 22
J-H-M-003 MS 2400 1 STANDBY 22
J-H-SK-001 SKO 1200 1 WORKING 11
J-H-SK-002 SKO 1200 1 STANDBY 11
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 275 of 349 Tenderer’s signature with seal
J-H-SL-001 SLOP 1200 1 WORKING 11
J-H-SL-002 SLOP 1200 1 WORKING 11
J-V-DI-001 HSD 300 1 WORKING 5.5
J-V-DI-002 MS 300 1 WORKING 5.5
J-V-DI-003 SKO 300 1 WORKING 5.5
J-V-ET-001 ETHANOL 300 1 WORKING 5.5
J-V-ET-002 ETHANOL 300 1 WORKING 5.5
J-V-ET-003 ETHANOL 300 1 WORKING 5.5
ADDITIVE DOSING PUMPS
PRODUCT CAPACITY (LPH) NO. OF PUMPS UTILITY RATING (KW)
ADDITIVE 50 3 WORKING 0.75
ADDITIVE 50 3 STANDBY 0.75
T T GANTRY
NUMBER OF BAYS : 8
NUMBER OF LOADING POINTS: 12
BAY NO. LOADING POINT NO. PRODUCT
1 1 SKO
1 2
2 3 SKO
2 4
3 5 HSD
3 6
4 7 HSD
4 8
5 9 MS
5 10 HSD
6 11 MS
6 12 HSD
7 13 HSD
7 14 MS
8 15 HSD
8 16 MS
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 276 of 349 Tenderer’s signature with seal
ENCLOSURE-2
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 277 of 349 Tenderer’s signature with seal
SHE POLICY
SPECIFICATION FOR HEALTH, SAFETY AND ENVIRONMENT (HSE)
MANAGEMENT
CONTENTS
CLAUSE
NO
TITLE PAGE NO.
1.0 SCOPE
2.0 REFERENCES
3.0 REQUIREMENT OF HEALTH,
SAFETY AND
ENVIRONMENT (HSE)
3.1 MANAGEMENT RESPONSIBILITY
3.2 HOUSE KEEPING
3.3 SAFETY, HEALTH &
ENVIRONMENT
4.0 DETAILS OF HSE MANAGEMENT
SYSTEM BY CONTRACTOR
4.1 ON AWARD OF CONTRACT
4.2 DURING JOB EXECUTION
1.0 SCOPE
This specification establishes the Health, Safety and Environment (HSE) management
requirement to be complied with by the Contractors during construction.
Requirements stipulated in this specification shall supplement the requirements of HSE
Management given in relevant Act (s) / legislations. General Conditions of Contract
(GCC), Special Conditions of Contract (SCC) and Job Specifications. Where different
documents stipulate different requirements, the most stringent shall be adopted.
2.0 REFERENCES
This document should be read in conjunction with following:
- General Conditions of Contract (GCC)
- Special Conditions of Contract (SCC)
- Job Specifications
- Relevant IS Codes (refer Annexure – I)
3.0 REQUIREMENTS OF HEALTH, SAFETY & ENVIRONMENT (HSE)
MANAGEMENT SYSTEM TO BE COMPLIED BY BIDDERS
3.1 MANAGEMENT RESPONSIBILITY
3.1.1 The Contractor should have a documented HSE policy to cover commitment
of their organization to ensure health, safety and environment aspects in their
line of operations.
3.1.2 The HSE management system of the Contractor shall cover the HSE
requirements including but not limited to what is specified under Para 1.0
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 278 of 349 Tenderer’s signature with seal
and para 2.0 above.
3.1.3 Contractor shall be fully responsible for planning and implementing HSE
requirements. Contractor as a minimum requirement shall designate / deploy
the following to co-ordinate the above :
No. of workers deployed
Up to 250 - Designate one safety supervisor
Above 250 & upto 500 - Deploy one qualified and
Experienced safety Engineer / officer
Above 500 - One additional safety
(for every 500 or less) engineer/officer as above.
Contractor shall indemnify & hold harmless Owner / HPCL & either
representatives free from any and all liabilities arising out of non – fulfilment
of HSE requirements.
3.1.4 The Contractor shall ensure that the Health, Safety and Environment (HSE)
requirements are clearly understood & faithfully implemented at all levels at
site.
3.1.5 The Contractor shall promote and develop consciousness for Health, Safety
and Environment among all personnel working for the Contractor. Regular
awareness, programme and fabrication shop / work site meetings shall be
arranged on HSE activities to cover hazards involved in various operations
during construction.
3.1.6 Arrange suitable first aid measures such as First Aid Box, trained personnel to
give First Aid, Stand by Ambulance or Vehicle and install fire protection
measures such as adequate number of steel buckets with sand and water and
adequate fire extinguishers to the satisfaction of HPCL/Owner.
3.1.7 The Contractor shall evolve a comprehensive planned and documented system
for implementation and monitoring of the HSE requirements. This shall be
submitted to HPCL/Owner for approval. The monitoring for implementation shall
be done by regular inspections and compliance to the observations thereof.
The Contractor shall get similar HSE requirements implemented at his sub-
contractor(s) work site/office. However, compliance of HSE requirements shall
be the sole responsibility of the Contractor. Any review / approval by
HPCL/Owner shall not absolve contractor of his responsibility / liability in
relation to all HSE requirements.
3.1.8 Non-Conformance on HSE by Contractor (including his Sub-contractors) as
brought out during review/audit by HPCL/Owner representatives shall be
resolved forthwith by Contractor. Compliance report shall be provided to
HPCL/Owner.
3.1.9 The Contractor shall ensure participation of his Resident Engineer / Site-in-
Charge in the Safety Committee / HSE Committees meetings arranged by
HPCL/Owner. The compliance of any observations shall be arranged urgently. He
shall assist HPCL/Owner to achieve the targets set by them on HSE during
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 279 of 349 Tenderer’s signature with seal
the project implementation.
3.1.10 The Contractor shall adhere consistently to all provisions of HSE requirements.
In case of non-compliance or continuous failure in implementation of any of
HSE provisions; HPCL/Owner may impose stoppage of work without any
Cost & Time implication to Owner and/or impose a suitable penalty for non-
compliance with a notice of suitable period, upto a cumulative limit of 1.0%
(one percent) of Contract Value with a maximum limit of Rs. 10 lakhs. This
penalty shall be in addition to all other penalties specified else where in the
contract. The decision of imposing stoppage work, its extent & monitory
penalty shall rest with HPCL/Owner & binding on the Contractor.
3.1.11 All fatal accidents and other personnel accidents shall be investigated by a
team of Contractor’s senior personnel for root cause & recommend corrective
and preventive actions. Findings shall be documented and suitable actions taken
to avoid recurrences shall be communicated to HPCL/Owner. Owner / HPCL
shall have the liberty to independently investigate such occurrences and
Contractor shall extend all necessary help and co-operation in this regard.
3.2 HOUSE KEEPING
3.2.1 Contractor shall ensure that a high degree of house keeping is maintained and
shall ensure interalia the followings:
a. All surplus earth and debris are removed/disposed off from the working
areas to identified location(s).
b. Unused/Surplus Cables, Steel items and steel scrap lying scattered at
different places within the working areas are removed to identified
location(s).
c. All wooden scrap, empty wooden cable drums and other combustible
packing materials, shall be removed from work place to identified
location(s).
d. Roads shall be kept clear and materials like: pipes, steel, sand boulders,
concrete, chips and bricks etc. shall not be allowed on the roads to
obstruct free movement of men & machineries.
e. Fabricated steel structural, pipes & piping materials shall be stacked
properly for erection.
f. Water logging on roads shall not be allowed.
g. No parking of trucks / trolleys, cranes and trailors etc. shall be allowed on
roads which may obstruct the traffic movement.
h. Utmost care shall be taken to ensure over all cleanliness and proper
upkeep of the working areas.
i. Trucks carrying sand, earth and pulverised materials etc. shall be covered
while moving within the plane area.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 280 of 349 Tenderer’s signature with seal
3.3 HEALTH, SAFETY AND ENVIRONMENT
3.3.1 The Contractor shall provide safe means of access to any working place
including provisions of suitable and sufficient scaffolding at various stages
during all operations of the work for the safety of his workmen, and,
HPCL/Owner. Contractor shall ensure deployment of appropriate equipment
and appliances for adequate safety and health of the workmen and protection
of surrounding areas.
3.3.2 The Contractor shall ensure that all their staff and workers including their
sub-contractor(s) shall wear Safety Helmet and Safety shoes. Contractor shall
also ensure use of safety belt, protective goggles, gloves etc. by the personnel
as per job requirements. All these gadgets shall conform to relevant IS
specifications or equivalent.
3.3.3 Contractor shall ensure that a proper Safety Net System shall be used at
appropriate locations. The safety net shall be located not more than 30 feet
(9.0 metres) below the working surface at site to arrest or to reduce the
consequences of a possible fall of persons working at different heights.
3.3.4 Contractor shall ensure that flash back arrester shall be used while using Gas
Cylinders at site. Cylinders shall be mounted on trolleys.
3.3.5 The Contractor shall assign to his workmen, tasks commensurate with their
qualification, experience and state of health for driving of vehicles, handling
and erection of materials and equipments. All lifting equipments shall be
tested certified for its capacity before use. Adequate and suitable lighting at
every work place and approach there to, shall be provided by the Contractor
before starting the actual operations at night.
3.3.6 Hazardous and/or toxic materials such as solvent coating, or thinners shall be
stored in appropriate containers.
3.3.7 All hazardous materials shall be labeled with the name of the materials, the
hazards associated with its use and necessary precautions to be taken.
3.3.8 Contractor shall ensure that during the performance of the work, all hazards to
be health of personnel, have been identified, assessed and eliminated.
3.3.9 Chemical spills shall be contained & cleaned up immediately to prevent further
contamination.
3.3.10 All personnel exposed to physical agents such as ionizing radiation, ultraviolet
rays or similar other physical agents shall be provided with adequate shielding
or protection commensurate with the type of exposure involved.
3.3.11 Where contact or exposure of hazardous materials could exceed limits or
could otherwise have harmful affects, appropriate personal protective
equipments such as gloves, goggles, aprons, chemical resistant clothing and
respirator shall be used.
- A Crèche where 10 or more female workers are having children below the
age of 6 years.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 281 of 349 Tenderer’s signature with seal
- Reasonable Canteen facilities are made available at appropriate location
depending upon site conditions.
3.3.13 Suitable facilities for toilet, drinking water, proper lighting shall be provided at
site and labour camps, commensurate with applicable Laws / Legislation.
3.3.14 Contractor shall ensure storage and utilization methodology of materials that
are not detrimental to the environment. Where required Contractor shall ensure
that only the environment friendly materials are selected.
3.3.15 All persons deployed at site shall be knowledgeable of and comply with the
environmental laws, rules & regulations relating to the hazardous materials
substances and wastes. Contractor shall not dump, release or otherwise
discharge or dispose off any such materials without the express authorization
of HPCL/Owner.
4.0 DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR
4.1 On Award of Contract
The Contractor shall prior to start of work submit his Health, Safety and
Environment Manual or procedure and HSE Plans for approval by
HPCL/Owner. The Contractor shall participate in the pre-start meeting with
HPCL/Owner to finalise HSE Plans including the following :
� Job procedure to be followed by Contractor for activities covering.
Handling of equipment, Scaffolding, Electric Installation, describing the
risks involved, actions to be taken and methodology for monitoring each
activity.
� HPCL/Owner review / audit requirement.
� Organization structure along with responsibility and authority records / reports
etc. on HSE activities.
4.2 During job execution
4.2.1 Implement approved Health, Safety and Environment management procedure
including but not limited to as brought out under para 3.0. Contractor shall
also ensure to:
� Arrange workmen compensation insurance, registration under ESI Act,
third party liability insurance etc., as applicable.
� Arrange all HSE permits before start of activities (as applicable) like hot
work, confined space, work at heights, storage of chemical / explosive
materials and its use and implement all precautions mentioned therein.
� Submit timely the completed checklist on HSE activities, Monthly HSE
report, accident reports, investigation reports etc. as per HPCL/Owner
requirements. Compliance of instructions on HSE shall be done by
Contractor and informed urgently to HPCL/Owner.
• Ensure that Resident Engineer / Site-in-Charge of the Contractor shall
attend all the Safety Committee / HSE meetings arranged by
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 282 of 349 Tenderer’s signature with seal
HPCL/Owner. Only in case of his absence from site that a second
senior most person shall be nominated by him in advance and
communicated to HPCL/Owner.
• Display at site office and work locations caution boards, list of hospitals,
emergency services available.
• Provide posters, banners for safe working to promote safety consciousness.
• Carryout audits / inspection at sub contractor works as per approved HSE
document and submit the reports for HPCL/Owner review.
• Assist in HSE audits by HPCL/Owner, and submit compliance report.
• Generate & submit HSE records / report as per HSE Plan.
• Appraise HPCL/Owner on HSE activities at site.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 283 of 349 Tenderer’s signature with seal
ENCLOSURE 3
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 284 of 349 Tenderer’s signature with seal
LIST OF APPROVED MAKES FOR MUNDRA DELHI PIPELINE PROJECT
Batch Controller Daniel, Smith, Contrec,Bopp & Reuther,
PD Meter + Pulse Transmitter Liquid Controls, Smith, Bopp & Reuther
Strainer Liquid Controls, Smith, Bopp & Reuther
Air Eliminator Liquid Controls, Smith, Bopp & Reuther
Bulk Air Eliminator Flash point, FMC Sanmar, Bopp & Reuther, Liquid
Controls
Piston Digital Control Valve Bermad, Smith, Brooks, Daniel
Radar Gauge with Tank side Indicator SAAB, ENRAAF
Averaging Temp Sensor for Tanks SAAB,ENRAAF
Water Interface Measurement Sensor SAAB,ENRAAF
Pressure Gauge
Gen. Instruments., H. Guru, Waree, AN Instruments,
Manometer (I) Ltd, Hirlekar
Level Transmitter ( Float & tape) S.B.Electromechanicals, Nivo Controls, E &H
Truck Proving Tank FMC Sanmar , Flash Point, Bopp & Reuther, Liquid
Controls
PD Meter Proving Tank FMC Sanmar , Flash Point, Bopp & Reuther, Liquid
Controls
UPS DB Electronics, EMERSON, Fuji, Hi – Rel, APC
Loading Arm Heatly and Gresham, Technica, Associate
Engineers, Shreeraj Ferro Tubes
Earthing Relay Scully, Anderson, Daniel, Osna Proximity Card reader Westing house , Daniel, Contrec, Stahl
Remote Interaction Terminal BALIGA, FCG
Density meter Smith , Micromotion, Bopp & Reuther , E&H
Mass flow meter Smith , Micromotion, Bopp & Reuther , E&H
RTD, Thermowells
General Instruments, Nagman, Altop, Pyroelectric,
Goa Junction Box
Baliga, CEAG Flameproof control gears, Ex
Protecta, Flameproof eqpt. (p) Ltd, Flexpro
Electricals (P) Ltd, Sterling Switch gears controls
(po) Ltd, Sudhir Switch gears (P) Ltd, Flamepack.
Signal cable & Control cable
LAPP, Delton, Universal cable, RPG, Reliance,
CMI, KEI Industries, Radient cables, Havell
RTD cable
LAPP, Delton, Universal cable, RPG, Havells,
Toshniwal
Power cable
Universal cable, Finolex, Fort Gloster ,CCI, Delton,
Cord, LAPP, RPG, Relience, Havell
PLC
Honeywell, Siemens, Ge Fanuc, Schneider –
Modicon, Rockwell
Barrier Gate Heidz India, Technica, Metachem
Pressure relief valve
Instrumentation Ltd., Keystone valves Ltd., Sebim
valves, Tyco Sanmar
Level Switches
Nivo Controls, SB Electro Mechanicals, Bells
Controls Ltd , Chemtrols Engg. Pvt. Ltd, Levcon
Instruments, DK Instruments Pvt. Ltd , V. Automat
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 285 of 349 Tenderer’s signature with seal
Industries (P) Ltd
Gauge Glass & Cocks
Bliss Anand (P) Ltd., Chemtrols Engg. Pvt. Ltd,
Levcon Instruments
Receiver Instruments
ABB, Instrumentation Ltd., CG-ELSAG Bailey Ltd ,
Rosemount (India) Pvt.Ltd, Seimens Ltd ,
Honeywell Automation (I) Ltd., Yokogawa Bluestar
Ltd
Alarm annunciator
Electronic corporation of India Ltd, Industrial
Instruments & Controls, Procon Instrumentation(P)
Ltd.
Pressure Switches
Indfoss (India) Ltd , Switzer Instruments Ltd , Vasu
Tech Ltd
Orifice Plates, R.O., Flanges
Baliga Lighting Eqpt., Micro Precision products,
Placka Instruments & Controls (P), Ltd. , Starmech
Controls (I) Ltd. Engineering Specialities Pvt. Ltd.,
Hydropnuematics, Instrumentation Ltd., Mahindra
& Mahindra Ltd.
Control consoles, panels & Accessories Chemin, Lotus, Pyrotech Control India,
Instrumentation Limited ,Seimens Limited, Rittal
Instrument Tubing
Apex Tubes Pvt Ltd , Choksy Tube Co Ltd., Heavy
Metals & Tubes Ltd., Maharashtra Seamless Ltd ,
Nuclear Fuel Complex, India, Ratnamani Metal &
Tubes Ltd , Saw Pipes Ltd , Zenith Ltd, Swagelock
Client Computer HP, Dell, IBM/ Lenovo, Acer
Server HP, Dell, IBM, Acer
Printer Wipro, TVSE
Pressure transmitters Rosemount, ABB, THL, YBL
Proximity Switches P & F, Turck
Barriers P & F, MTL
Thermal Relief Valve Keystone/Sebim India/ Fainger Leser
Check Valves Steel Strong, Niton, PEC, Neco – Schubert & Salzer
Pvt. Ltd., BDK Engg.
Ball Valves Audco, Virgo, Flow Chem, KSB, BDR
Pipes Jindal pipes, Suryaroshni, Ratnamani, Indian
Seamless, Maharashtra Seamless, BHEL, Saw
Pipes
Pipes fittings & flanges Gujrat Infra pipes, Tube products, Kwality, Venus,
Parveen Ind., Stewarts & Lloyds
Master Station Rotork, Limitorque
Fiber Optic cable Lucent, Optel, Finolex, Avaya
Ethernet Switches and Terminal Server IBM, Emulex, Stallion, Systech, Nortel Networks,
D-Link, Cisco
Relays Omron, Tele Mechanique, Honeywell
Limit switches Telemechanique , L & T, siemens, BCH, Honeywell
Automation (I) Ltd
Turbine Meters Rockwin, Liquid controls, Solatron
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 286 of 349 Tenderer’s signature with seal
ENCLOSURE - 4
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 287 of 349 Tenderer’s signature with seal
PAINTING
General
- Surfaces in direct bonded contact with concrete, stainless steel or other corrosion
resistant alloys, metals are not required to be painted, unless specified, except for
identification marks wherever relevant.
- All surfaces to be painted shall be blast cleaned to Swedish Standard SA 2 ½. Paints
shall be applied not later than 3-4 h after cleaning of surface.
- Unless otherwise specified, areas, which become inaccessible after assembly, shall be
painted before assembly after cleaning the surface.
- The surface shall be perfectly dry before painting.
- Painting shall not be done in frosty or foggy weather or when humidity is such as to
cause condensation on the surface to be painted (relative humidity 80% or above) or
ambient temperature less than 40 degrees F.
- General compatibility between primer and finishing paints shall be certified by the
paint manufacturers supplying these paints.
- Colour scheme of painting of structures shall take into account national and
international safety standards on accident prevention and shall also be subject to
Owner’s approval.
Application of primer and finishing paints
- Unless otherwise specified, all steel structures, immediately after fabrication at shop
undergo surface preparation conforming to Swedish Standard SA 2 ½
- The primer painting shall consist of 2 coats of Zinc Phosphate red oxide primer of 30
to 35 microns DFT each.
- The finish coat shall consist of 2 coats of Coal Tar Epoxy of 15 to 20 microns DFT
each for steel structures and 2 coats of Aluminum paint for product pipes of 15 to 20
microns DFT each one before erection and one after erection.
- The total paint thickness shall not be less than 90 microns DFT.
- All paints shall be of approved quality.
- Whenever the primer paint is damaged, the surface shall be thoroughly cleaned and
touched up with the corresponding primer paint before applying the second coat of
primer.
- The finishing paints shall be of approved colour. The under-coat shall have a
different tinge to distinguish from the finishing coat.
- All paints shall be applied in accordance with manufacturer’s recommendations.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 288 of 349 Tenderer’s signature with seal
- Parts of steel structures embedded in concrete, shall be given a protective coat of
portland cement slurry immediately after fabrication after surface of this part is
thoroughly cleaned from grease, rust, mill scales, etc. No paint shall be applied on
this part at site.
The approved makes for paints are Berger, Asian Paints, Jenson Nicholson, Shalimar,
ICI.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 289 of 349 Tenderer’s signature with seal
ENCLOSURE - 5
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 290 of 349 Tenderer’s signature with seal
PROPOSED SPARES FOR LOCATION PER YEAR:
S.N ITEMS PROPOSED
SPARES QTY 1 Flow Metering system
i 3” PD Meter
ii 3” Strainer
iii 3” Air Eliminator
iv 3” Set Stop Valve
v 1 ½” PD Meter
vi 1 ½” Strainer
vii 1 ½” Air Eliminator
viii 1 ½” Set Stop Valve
ix Pulse Transmitter
x Differential Pressure Gauge
xi Batch Controllers
xii Loading Arm
xiii Earthing Relay
2 Proving Tank
3 Proximity card readers
4 Remote Interaction Terminals
5 Pressure Transmitter
6 TANK FARM MANAGEMENT SYSTEM
(i) Radar Gauge
(ii) Average Temperature Sensor
(iii) Water bottom sensor
(iv) Tank side Indicator
(v) Computer Interface unit
7 Densitometer
8 Float & Tape Level Transmitter
9 Mass Flowmeter
10 PLC system
11 UPS system
12 Pressure gauge
13 Electronic Display Board
14 Barrier Gate
15 Bulk Air Eliminator & Thermal relief valve
16 Printers
17 PC’s & Servers
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 291 of 349 Tenderer’s signature with seal
18 LAN Components
19 Manual Call Points
List of spares that shall be kept in the location shall be listed out.
Minimum quantity of spares to be kept with the tenderer during AMC shall be furnished. Tender
shall replace the spares as and when it is consumed. The spares shall be handed over to the
location after AMC period.
� Recommended spares and quantity shall be filled by the Tenderer based on OEM
recommendation.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 292 of 349 Tenderer’s signature with seal
ENCLOSURE - 6
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 293 of 349 Tenderer’s signature with seal
UPS LOAD CALCULATION SHEET
Location
Sl. No. Description Qty
Power Requirement
per unit in KVA
Total Power
Requirement KVA
230 VAC 24 VDC 230 VAC 24 VDC
Control Room
1
LRC server including 19" monitor and
accessories
2
TFMS PC including 19" monitor and
accessories
3
OIC including 19" monitor and
accessories
4
Windows Gateway server including
19" monitor and accessories
5
PLC programming terminal including
19" monitor and other accessories
6 Dot matrix printers
7 Network Components
8 PLC subsystem
A PLC
B Modules
DI
DO
AI
Relays
9 TDM server
10 TTES PC 19" monitor and accessories
11 Terminal / Communication servers
12
Field Communication Unit for Tank
Farm System
Field
1
Radar Gauges including Multipoint
temperature sensor, water bottom
sensor and Tankside indicator
2 Pressure Transmitters
3 Batch controllers
4 Pulse Transmitters
5 Earthing Relays
6 Electronic Display Unit
7 Access Card Readers
8 Barrier Gates
9 Remote Interaction Terminal
10 Pressure Transmitter in the Header
11 Density meter
12 Temperature transmitters
13 Mass flow meters
14 Emergency Shutdown Pushbutton
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 294 of 349 Tenderer’s signature with seal
15 Set Stop Valve
16 Float & Tape type Level Transmitters
17 LA Barriers
Total at 100% load continuously ON
Power Rating Required
20 % spare capacity
Total Calculated Power with 20%
Additional Capacity
Rating of Offered UPS
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 295 of 349 Tenderer’s signature with seal
ENCLOSURE - 7
QUALITY ASSURANCE, INSPECTION & TESTING
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 296 of 349 Tenderer’s signature with seal
1.0. GENERAL REQUIREMENT OF QUALITY ASSURANCE
All materials, components and equipment covered under the Technical specification
for this Project shall be procured, manufactured, tested, erected and commissioned as
per a comprehensive Quality Assurance Programme. It shall be the primary
responsibility of the contractor to draw up and implement such a programme which
shall be duly approved by the Purchaser/Consultant/their authorized Inspection
Agency.
The detailed Quality Assurance Plan (QAP) for manufacturing and testing of
equipment shall be prepared by the contractor and submitted for approval by the
Purchaser/their aurhorised Inspection Agency.
2.0 Inspection and testing
The equipment shall be inspected by the Purchaser and / or their Inspection
Agency at the manufacturer’s works prior to despatch. The equipment will
be inspected as per the tests pre-identified in the approved QAP to ensure
conformity of the same with relevant approved drawings, data sheets,
technical specification, National/International Standard.
The contractor shall finalise the QAP within the stipulated schedule mentioned in
the Purchase Order and the QAP shall be submitted in four sets (Blank QAP
formats enclosed shall be adopted). In case of any sub-contracting, the QAP shall
be prepared by the contractor in consultation with his sub-contractor to avoid any
lapse in quality and disputes and misunderstanding.
The contractor shall provide full and free access of the Inspection Agency to the
manufacturer’s works to carry out any stage inspection to ensure the quality of the
equipment being manufactured.
Only on readiness of the equipment and approval of all relevant drawings & QAP,
the contractor shall give “Inspection Call” (Blank format enclosed shall be
adopted) to the Purchaser & the Inspection Agency with a clear notice of 10 days
for inspection. The Inspection Call shall be accompanied by the manufacturer’s
internal inspection report, test certificates, purchase order, sub-purchase order,
technical specification, approved QAP and approved drawings / data sheets. The
Inspection Call without above documents shall be ignored. In case of any
approved sub-contracting, only the main contractor shall give the Inspection Call
enclosing internal inspection/ test reports of the sub-contractor duly verified by
the main contractor. In case the equipment offered for inspection is found not
ready, all the cost of the visit of the Inspection Agency shall be borne by the
contractor.
2.1 The contractor shall furnish all relevant documents and test certificates as required
by the Inspection Agency during inspection. Materials shall be tested only in
recognised Test House/Laboratory.
2.2 The contractor shall delegate a representative/ coordinator to coordinate with the
Inspection Agency on all inspection matters.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 297 of 349 Tenderer’s signature with seal
2.3 No equipment shall be offered for inspection in the painted condition unless
otherwise agreed to the purchaser.
2.4 The contractor shall ensure that the equipment and materials once rejected by the
Inspection Agency are not reused in the manufacture of plant and equipment.
Where parts rejected by the inspection Agency have been rectified as per pre-
agreed procedure, such parts shall be segregated for separate inspection and
approval before being used in the work.
2.5 The contractor shall carry out their internal inspection and obtain clearance from
Statutory bodies, like IBR, CCE, Weights & Measures, Safety, IE Rules, etc., as
required for the equipment prior to offering any such equipment for Purchaser’s
inspection.
2.6 The contractor shall provide all required instruments, tools, necessary testing and
inspection facilities free of cost to carry out the inspection. These instruments and
testing machines shall be calibrated by an agency of National/ International
recognition and the calibration shall be valid during inspection period.
2.7 The inspection Agency shall have the right to demand for re-testing of any
material re-calibration of the instrument and testing machine & the charges for the
above will be borne by the contractor.
2.8 Performance tests of any particular equipment which cannot be conducted /
demonstrated either partially or wholly at the manufacturer’s works, shall be
conducted after erection at site in the presence of Purchaser and their Inspection
Agency. In all the cases, prior approval of the Purchaser shall be obtained.
2.9 No equipment shall be despatched before inspection and issue of Inspection
Certificate and despatch clearance from the Purchaser / Inspection Agency.
2.10 In case of waiver category items, the same shall be pre-identified in the QAP
itself. For such items, the contractor shall furnish necessary certificate, test
reports, etc., as agreed upon and indicated in the QAP. For these items also the
contractor shall obtain “Inspection Waiver Certificate” and despatch clearance
from the purchaser Inspection Agency before effecting despatch of equipment.
2.11 The issue of Inspection Certificate / Waiver Certificate for any equipment or
component thereof does not absolve the contractor from his contractual
obligations towards subsequent satisfactory performance of the equipment at site.
Should any equipment be found defective, in whole or part thereof after receipt at
site or during erection/ commissioning and testing shall be made good by the
contractor free of cost.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 298 of 349 Tenderer’s signature with seal
ENCLOSURE - 8
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 301 of 349 Tenderer’s signature with seal
ENCLOSURE-9
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 303 of 349 Tenderer’s signature with seal
ENCLOSURE-10
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 316 of 349 Tenderer’s signature with seal
ENCLOSURE-11
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 323 of 349 Tenderer’s signature with seal
ENCLOSURE – 12
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 325 of 349 Tenderer’s signature with seal
SECTION - 9
UNPRICED SCHEDULE
FORMAT
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 326 of 349 Tenderer’s signature with seal
UNPRICED SCHEDULE FORMAT
Sl.
No.
ITEM DESCRIPTION Qty UOM
SUPPLY
1 Strainer with DPG, air eliminator, positive displacement type flowmeter
with dual pulse transmitter and set stop valve (All the field instruments
shall be of explosion proof type) for 3" line
12 Set
2 Strainer with DPG, air eliminator, positive displacement type flowmeter
with pulse transmitter (single pulse) and set stop valve and Non return
valve (All the field instruments shall be of explosion proof type) for
1.5" ethanol line
4 Set
3 Batch Controllers 12 Each
4 Remote Interaction Terminals (explosion proof) 12 Each
5 Earthing Relay (each with two units one for earthing and other for
bonding
12 Each
6 Tyre wheel mounted Proving tank (2 kl) for PD meter calibration with
W & M stamping
1 Each
7 Proving tanks of capacity 1000L two numbers, 500L one number for
tank truck calibration with W & M stamping
1 Set
8 Explosion proof/ IS Proximity card readers 11 Each
9 Proximity cards 200 Each
10 Universal hand held HART calibrator 1 Each
11 Pressure Transmitters in the header 12 Each
12 Supply of bulk air eliminators on the pipeline -Air eliminator of line size
DN 300 mm for flow rate 7200 LPM for HSD product
1 Each
13 Supply of bulk air eliminators on the pipeline- Air eliminator of line size
DN 200 mm for flow rate 4800 LPM for MS product
1 Each
14 Supply of bulk air eliminators on the pipeline- Air eliminator of line size
DN 100 mm for flow rate 2400 LPM for SKO product
1 Each
15 Tank Farm Management System : Explosion proof Radar type Level
transmitters RS 485 communication with all necessary communication
interfaces & accessories for FRVT
10 Each
16 >Average temperature sensor with water bottom sensor for FRVT 8 Each
17 >Average temperature sensor without water bottom sensor for FRVT for
SLOP
2 Each
18 Computer Interface Unit working in hot standby mode mounted in the
same panel
2 Each
19 Pressure transmitters for density measurement including supply of
Isolation valves
10 Each
20 Densitometer (Explosion proof) with 4 to 20 mA O/P, instrument range
0.2510 to 2.5 gm/cc, measurement range 0.6 to 1 gm/cc, accuracy +/-
0.0005 gm/cc over the measurement range for the following line sizes
and including Orifice plates, valves & flanges and micro strainer for
Density meter installation & Pt-100 RTD for density correction in TLF
area if density meter does not have in built Temperature with local and
remote display for both density and temperature. The scope of work
includes calibration at FCRI.
3 Each
21 Radar typeLevel Transmitter for U/G/ A/G tanks +/- 1 mm accuracy
with local display of level and temp.
3 Each
22 Radar type Level Transmitter for U/G/ A/G tanks +/- 3 mm accuracy
with local display of level and temp.
3 Each
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 327 of 349 Tenderer’s signature with seal
Sl.
No.
ITEM DESCRIPTION Qty UOM
23 Single point RTD for temp compensation in U/G, A/G horizontal tanks
with local and remote display
6 Each
24 Float & Tape type Level transmitters for Water tanks 2 Each
25 STATION CONTROL SUB SYSTEM consisting of 32 bit PLC system
in hot stand by mode with licenced software
1 Set.
26 UPS System: Suitably sized Parallel redundant Uninterruptible power
supply system (min 2 x 10 KVA) including sealed maintenance free
batteries (30 minutes back up time) and necessary cables of required
capacity (for all control room, TM's room, S&D room equipment & field
instrumentation equipment of Schedule of quantity
1 Set
27 Pressure gauges, 6" dial size with pulsation dampners 26 Each
28 Electronic Display for displaying truck nos 1 Each
29 Barrier gates with drive motor ( Squirrel cage Induction motor ) &
control panel (with start/ stop, L/R switch, PBS etc) complete with cables
and other accessories
3 Set
30 Emergency Push Button 3 Each
31 Cables shall include complete cabling required for automation of the
terminal viz. Power cables, control cables, signal cables, data
communiction cables and special cables, if any, including supply of
suitable size MCT at the entrance to Control Room, cable glands etc.
1 Lot
32 Cable trenches - shall be of 1 mt depth, 300/600 mm width. Scope
includes supply of sand, brick layer.
1 Lot
33 GI Cable tray, Heavy Duty PVC conduits for carrying armoured cables,
Earth pits, GI Earthing strips required for automation equipment and
Erection materials like O ring, Gasket, nut, bolt, half coupling, impulse
pipes etc.(Note: Hume pipes for crossing of cables under roads laid by
another vendor)
1 Lot
34 Flame proof junction boxes 1 Lot
35 Fire Water System -Manual Call Points 7 Each
36 Fire Water System -Pressure Switch 3 Each
37 Fire Water System -WP Junction boxes 1 Lot
38 Fire Water System -Level switch for makeup water system 4 Each
39 Fire Water System -DPG across Strainer for pumps 10 Each
40 Supply of all the material for-"Wiring and termination at both ends and
connection to PLC of fire water diesel engine panel for Local/ Remote
operation of pumps and Auto operation"
3 Each
41 Additive injection skid( dual module) including all instruments, complete
ss piping between skid to gantry,valves and accessories and integrating it
to the respective batch controller
6 Each
42 Supply of all the material for -Interfacing of signals from TAS control
room to pipeline control room through serial comm. link and hardwiring
1 Lot
43 Supply of Master Station for controlling the MOV's with RS485
(redundant) communication link to plant PLC as per specification
enclosed including serial communication cable (daisy chained) of
required length to all the MOV's
1 Each
44 Integration of VFD into TAS including supply of communication cables
and Energy management software
1 Lot
45 TFMS(1 no.), LRC Server(2 nos ) working on hot redundant basis ,
Windows Gateway Servers (2 nos.), 7 nos Client Computers with OS and
application software as per specifications and with 19" Monitors
1 Set
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 328 of 349 Tenderer’s signature with seal
Sl.
No.
ITEM DESCRIPTION Qty UOM
46 PRINTERS, 24 Pin 300 cps 136 Col Dot Matrix /Laser Printer 2 Each
47 Local Area Networking with CAT 6 cabling inside the building and FO
cabling for networking outside buildings
1 Each
48 Single computer console for mounting all the computer monitors located
in the control room. The console shall have provision for drawers . The
console shall be fabricated with Steel sheet with glass windows With
necessary dummy corner panels to achieve C profile.
1 No.
49 Training 1 Lot
50 Comprehensive AMC Year 1 1 Lump Sum
51 Comprehensive AMC Year 2 1 Lump Sum
52 Comprehensive AMC Year 3 1 Lump Sum
53 Comprehensive AMC Year 4 1 Lump Sum
54 Comprehensive AMC Year 5 1 Lump Sum
ERECTION, TESTING AND COMMISSIONING OF FIELD
INSTRUMENTS (PART – B)
55 Strainer with DPG, air eliminator, positive displacement type flowmeter
with dual pulse transmitter and set stop valve (All the field instruments
shall be of explosion proof type) for 3" line
12 Set
56 Strainer with DPG, air eliminator, positive displacement type flowmeter
with pulse transmitter (single pulse) and set stop valve and Non return
valve (All the field instruments shall be of explosion proof type) for
1.5" ethanol line
4 Set
57 Batch Controllers 12 Each
58 Remote Interaction Terminals (explosion proof) 12 Each
59 Earthing Relay (each with two units one for earthing and other for
bonding
12 Each
60 Tyre wheel mounted Proving tank (2 kl) for PD meter calibration with
W & M stamping
1 Each
61 Proving tanks of capacity 1000L two numbers, 500L one number for
tank truck calibration with W & M stamping
1 Set
62 Explosion proof/ IS Proximity card readers 11 Each
63 Pressure Transmitters in the header 12 Each
64 Air eliminator of line size DN 300 mm for flow rate 7200 LPM for HSD
product
1 Each
65 Air eliminator of line size DN 200 mm for flow rate 4800 LPM for MS
product
1 Each
66 Air eliminator of line size DN 100 mm for flow rate 2400 LPM for SKO
product
1 Each
67 Tank Farm Management System: Explosion proof Radar type Level
transmitters RS 485 communication with all necessary communication
interfaces & accessories for FRVT
10 Each
68 Pressure transmitters for density measurement including installation of
Isolation valves
10 Each
69 Densitometer (Explosion proof) with 4 to 20 mA O/P, instrument range
0.2510 to 2.5 gm/cc, measurement range 0.6 to 1 gm/cc, accuracy +/-
0.0005 gm/cc over the measurement range for the following line sizes
and including Orifice plates, valves & flanges and micro strainer for
Density meter installation & Pt-100 RTD for density correction in TLF
area if density meter does not have in built Temperature with local and
3 Each
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 329 of 349 Tenderer’s signature with seal
Sl.
No.
ITEM DESCRIPTION Qty UOM
remote display for both density and temperature. The scope of work
includes draining of oil, cutting and welding of pipes
70 Radar type Level Transmitter for U/G/ A/G tanks +/- 1 mm accuracy
with local display of level and temp.
3 Each
71 Radar type Level Transmitter for U/G/ A/G tanks +/- 3 mm accuracy
with local display of level and temp.
3 Each
72 Single point RTD for temp compensation in U/G, A/G horizontal tanks
with local and remote display
6 Each
73 Float & Tape type Level transmitters for Water tanks 2 Each
74 STATION CONTROL SUB SYSTEM consisting of 32 bit PLC system
in hot stand by mode with licenced software
1 Set
75 UPS System : Suitably sized Parallel redundant Uninterruptible power
supply system (min 2 x 10 KVA) including sealed maintenance free
batteries (30 minutes back up time) and necessary cables of required
capacity (for all control room, TM's room, S&D room equipment & field
instrumentation equipment of Schedule of quantity
1 Set
76 Pressure gauges, 6" dial size with pulsation dampners 26 Set
77 Electronic Display for displaying truck nos 1 Each
78 Barrier gates with drive motor ( Squirrel cage Induction motor ) &
control panel (with start/ stop, L/R switch, PBS etc) complete with cables
and other accessories
3 Set
79 Emergency Push Button 3 Each
80 Cables shall include complete cabling required for automation of the
terminal viz. Power cables, control cables, signal cables, data
communiction cables and special cables, if any, including installation of
suitable size MCT at the entrance to Control Room.
1 Lot
81 Cable trenches - shall be of 1 mt depth, 300/600 mm. Scope includes
excavation, cable laying width with sand, brick layer already supllied
under item 32, backfilling etc. complete
1 Lot
82 GI Cable tray, Heavy Duty PVC conduits for carrying armoured cables,
Earth pits, GI Earthing strips required for automation equipment and
Erection materials like O ring, Gasket, nut, bolt, half coupling, impulse
pipes etc.(Note: Hume pipes for crossing of cables under roads laid by
another vendor)
1 Lot
83 Flame proof junction boxes 1 Lot
84 Fire water system- Manual Call Points 7 Each
85 Fire water system- Pressure Switch 3 Each
86 Fire water system- WP Junction boxes 1 Lot
87 Fire water system- Level switch for makeup water system 4 Each
88 Fire water system- DPG across Strainer for pumps 10 Each
89 Wiring and termination at both ends and connection to PLC of fire water
diesel engine panel for Local/ Remote operation of pumps and Auto
operation
3 Each
90 Additive injection skid( dual module) including all instruments, complete
ss piping between skid to gantry,valves and accessories and integrating it
to the respective batch controller
6 Each
91 Interfacing of signals from TAS control room to pipeline control room 1 Lot
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 330 of 349 Tenderer’s signature with seal
Sl.
No.
ITEM DESCRIPTION Qty UOM
through serial comm. link and hardwiring
92 Installation of Master Station for controlling the MOV's with RS485
(redundant) communication link to plant PLC as per specification
enclosed including serial communication cable (daisy chained) of
required length to all the MOV's
1 Each
93 Integration of VFD into TAS including supply and laying of
communication cables and Energy management software
1 Lot
94 IT COMPONENTS -TFMS(1 no.), LRC Server(2 nos ) working on hot
redundant basis , Windows Gateway Servers (2 nos.), 7 nos Client
Computers with OS and application software as per specifications and
with 19" Monitors
1 Set
95 IT COMPONENTS- Single computer console for mounting all the
computer monitors located in the control room. The console shall have
provision for drawers. The console shall be fabricated with Steel sheet
with glass windows With necessary dummy corner panels to achieve C
profile.
1 Each
Note: i) Bidder shall quote basic rates for AMC. Service Tax as applicable shall be
reimbursed at actuals.
ii) Bidders to note that items for which Erection, Testing & Commissioning
rates have not been taken, the same shall be included in the respective
supply items, if applicable.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 331 of 349 Tenderer’s signature with seal
SECTION – 10
COMPLETION
SCHEDULE
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 332 of 349 Tenderer’s signature with seal
COMPLETION SCHEDULE
The complete work of Terminal, Instrumentation & Automation System for Jaipur
Terminal shall be completed and Commissioned within 6 (six) months from the date of
issue of LOI. After successful commissioning of the entire system, the system shall be
stabilized and proved for fault less service for a period of three months as stipulated.
The Contractor shall submit a detailed bar chart for the entire work enumerating the start
and finish date of various activities such as site mobilization, submission of documents,
supply of materials and equipments, erection and commissioning, trial runs and
stabilization obtaining statutory approvals etc along with the Tender.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 333 of 349 Tenderer’s signature with seal
SECTION - 11
PRICED SCHEDULE
FORMATS
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 334 of 349 Tenderer’s signature with seal
PRICE SCHEDULE FORMAT
Sl.
No.
ITEM DESCRIPTION Qty UOM Unit Rate
Rs
Total
Rs
SUPPLY
1 Strainer with DPG, air eliminator, positive
displacement type flowmeter with dual pulse
transmitter and set stop valve (All the field
instruments shall be of explosion proof type) for 3"
line
12 Set
2 Strainer with DPG, air eliminator, positive
displacement type flowmeter with pulse transmitter
(single pulse) and set stop valve and Non return
valve (All the field instruments shall be of
explosion proof type) for 1.5" ethanol line
4 Set
3 Batch Controllers 12 Each
4 Remote Interaction Terminals (explosion proof) 12 Each
5 Earthing Relay (each with two units one for
earthing and other for bonding
12 Each
6 Tyre wheel mounted Proving tank (2 kl) for PD
meter calibration with W & M stamping
1 Each
7 Proving tanks of capacity 1000L two numbers,
500L one number for tank truck calibration with W
& M stamping
1 Set
8 Explosion proof/ IS Proximity card readers 11 Each
9 Proximity cards 200 Each
10 Universal hand held HART calibrator 1 Each
11 Pressure Transmitters in the header 12 Each
12 Supply of bulk air eliminators on the pipeline -Air
eliminator of line size DN 300 mm for flow rate
7200 LPM for HSD product
1 Each
13 Supply of bulk air eliminators on the pipeline- Air
eliminator of line size DN 200 mm for flow rate
4800 LPM for MS product
1 Each
14 Supply of bulk air eliminators on the pipeline- Air
eliminator of line size DN 100 mm for flow rate
2400 LPM for SKO product
1 Each
15 Tank Farm Management System : Explosion proof
Radar type Level transmitters RS 485
communication with all necessary communication
interfaces & accessories for FRVT
10 Each
16 >Average temperature sensor with water bottom
sensor for FRVT
8 Each
17 >Average temperature sensor without water
bottom sensor for FRVT for SLOP
2 Each
18 Computer Interface Unit working in hot standby
mode mounted in the same panel
2 Each
19 Pressure transmitters for density measurement
including supply of Isolation valves
10 Each
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 335 of 349 Tenderer’s signature with seal
Sl.
No.
ITEM DESCRIPTION Qty UOM Unit Rate
Rs
Total
Rs
20 Densitometer (Explosion proof) with 4 to 20 mA
O/P, instrument range 0.2510 to 2.5 gm/cc,
measurement range 0.6 to 1 gm/cc, accuracy +/-
0.0005 gm/cc over the measurement range for the
following line sizes and including Orifice plates,
valves & flanges and micro strainer for Density
meter installation & Pt-100 RTD for density
correction in TLF area if density meter does not
have in built Temperature with local and remote
display for both density and temperature. The
scope of work includes calibration at FCRI.
3 Each
21 Radar typeLevel Transmitter for U/G/ A/G tanks
+/- 1 mm accuracy with local display of level and
temp.
3 Each
22 Radar type Level Transmitter for U/G/ A/G tanks
+/- 3 mm accuracy with local display of level and
temp.
3 Each
23 Single point RTD for temp compensation in U/G,
A/G horizontal tanks with local and remote display
6 Each
24 Float & Tape type Level transmitters for Water
tanks
2 Each
25 STATION CONTROL SUB SYSTEM consisting
of 32 bit PLC system in hot stand by mode with
licenced software
1 Set.
26 UPS System: Suitably sized Parallel redundant
Uninterruptible power supply system (min 2 x 10
KVA) including sealed maintenance free batteries
(30 minutes back up time) and necessary cables of
required capacity (for all control room, TM's room,
S&D room equipment & field instrumentation
equipment of Schedule of quantity
1 Set
27 Pressure gauges, 6" dial size with pulsation
dampners
26 Each
28 Electronic Display for displaying truck nos 1 Each
29 Barrier gates with drive motor ( Squirrel cage
Induction motor ) & control panel (with start/ stop,
L/R switch, PBS etc) complete with cables and
other accessories
3 Set
30 Emergency Push Button 3 Each
31 Cables shall include complete cabling required for
automation of the terminal viz. Power cables,
control cables, signal cables, data communiction
cables and special cables, if any, including supply
of suitable size MCT at the entrance to Control
Room, cable glands etc.
1 Lot
32 Cable trenches - shall be of 1 mt depth, 300/600
mm width. Scope includes supply of sand, brick
layer.
1 Lot
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 336 of 349 Tenderer’s signature with seal
Sl.
No.
ITEM DESCRIPTION Qty UOM Unit Rate
Rs
Total
Rs
33 GI Cable tray, Heavy Duty PVC conduits for
carrying armoured cables, Earth pits, GI Earthing
strips required for automation equipment and
Erection materials like O ring, Gasket, nut, bolt,
half coupling, impulse pipes etc.(Note: Hume pipes
for crossing of cables under roads laid by another
vendor)
1 Lot
34 Flame proof junction boxes 1 Lot
35 Fire Water System -Manual Call Points 7 Each
36 Fire Water System -Pressure Switch 3 Each
37 Fire Water System -WP Junction boxes 1 Lot
38 Fire Water System -Level switch for makeup water
system
4 Each
39 Fire Water System -DPG across Strainer for pumps 10 Each
40 Supply of all the material for-"Wiring and
termination at both ends and connection to PLC of
fire water diesel engine panel for Local/ Remote
operation of pumps and Auto operation"
3 Each
41 Additive injection skid( dual module) including all
instruments, complete ss piping between skid to
gantry,valves and accessories and integrating it to
the respective batch controller
6 Each
42 Supply of all the material for -Interfacing of signals
from TAS control room to pipeline control room
through serial comm. link and hardwiring
1 Lot
43 Supply of Master Station for controlling the
MOV's with RS485 (redundant) communication
link to plant PLC as per specification enclosed
including serial communication cable (daisy
chained) of required length to all the MOV's
1 Each
44 Integration of VFD into TAS including supply of
communication cables and Energy management
software
1 Lot
45 TFMS(1 no.), LRC Server(2 nos ) working on hot
redundant basis , Windows Gateway Servers (2
nos.), 7 nos Client Computers with OS and
application software as per specifications and
with 19" Monitors
1 Set
46 PRINTERS, 24 Pin 300 cps 136 Col Dot Matrix
/Laser Printer
2 Each
47 Local Area Networking with CAT 6 cabling inside
the building and FO cabling for networking outside
buildings
1 Each
48 Single computer console for mounting all the
computer monitors located in the control room. The
console shall have provision for drawers . The
console shall be fabricated with Steel sheet with
glass windows With necessary dummy corner
panels to achieve C profile.
1 No.
49 Training 1 Lot
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 337 of 349 Tenderer’s signature with seal
Sl.
No.
ITEM DESCRIPTION Qty UOM Unit Rate
Rs
Total
Rs
50 Comprehensive AMC Year 1 1 Lump Sum
51 Comprehensive AMC Year 2 1 Lump Sum
52 Comprehensive AMC Year 3 1 Lump Sum
53 Comprehensive AMC Year 4 1 Lump Sum
54 Comprehensive AMC Year 5 1 Lump Sum
ERECTION, TESTING AND
COMMISSIONING OF FIELD
INSTRUMENTS (PART – B)
55 Strainer with DPG, air eliminator, positive
displacement type flowmeter with dual pulse
transmitter and set stop valve (All the field
instruments shall be of explosion proof type) for 3"
line
12 Set
56 Strainer with DPG, air eliminator, positive
displacement type flowmeter with pulse transmitter
(single pulse) and set stop valve and Non return
valve (All the field instruments shall be of
explosion proof type) for 1.5" ethanol line
4 Set
57 Batch Controllers 12 Each
58 Remote Interaction Terminals (explosion proof) 12 Each
59 Earthing Relay (each with two units one for
earthing and other for bonding
12 Each
60 Tyre wheel mounted Proving tank (2 kl) for PD
meter calibration with W & M stamping
1 Each
61 Proving tanks of capacity 1000L two numbers,
500L one number for tank truck calibration with W
& M stamping
1 Set
62 Explosion proof/ IS Proximity card readers 11 Each
63 Pressure Transmitters in the header 12 Each
64 Air eliminator of line size DN 300 mm for flow
rate 7200 LPM for HSD product
1 Each
65 Air eliminator of line size DN 200 mm for flow
rate 4800 LPM for MS product
1 Each
66 Air eliminator of line size DN 100 mm for flow
rate 2400 LPM for SKO product
1 Each
67 Tank Farm Management System: Explosion proof
Radar type Level transmitters RS 485
communication with all necessary communication
interfaces & accessories for FRVT
10 Each
68 Pressure transmitters for density measurement
including installation of Isolation valves
10 Each
69 Densitometer (Explosion proof) with 4 to 20 mA
O/P, instrument range 0.2510 to 2.5 gm/cc,
measurement range 0.6 to 1 gm/cc, accuracy +/-
0.0005 gm/cc over the measurement range for the
following line sizes and including Orifice plates,
valves & flanges and micro strainer for Density
meter installation & Pt-100 RTD for density
correction in TLF area if density meter does not
3 Each
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 338 of 349 Tenderer’s signature with seal
Sl.
No.
ITEM DESCRIPTION Qty UOM Unit Rate
Rs
Total
Rs
have in built Temperature with local and remote
display for both density and temperature. The
scope of work includes draining of oil, cutting and
welding of pipes
70 Radar type Level Transmitter for U/G/ A/G tanks
+/- 1 mm accuracy with local display of level and
temp.
3 Each
71 Radar type Level Transmitter for U/G/ A/G tanks
+/- 3 mm accuracy with local display of level and
temp.
3 Each
72 Single point RTD for temp compensation in U/G,
A/G horizontal tanks with local and remote display
6 Each
73 Float & Tape type Level transmitters for Water
tanks
2 Each
74 STATION CONTROL SUB SYSTEM consisting
of 32 bit PLC system in hot stand by mode with
licenced software
1 Set
75 UPS System : Suitably sized Parallel redundant
Uninterruptible power supply system (min 2 x 10
KVA) including sealed maintenance free batteries
(30 minutes back up time) and necessary cables of
required capacity (for all control room, TM's room,
S&D room equipment & field instrumentation
equipment of Schedule of quantity
1 Set
76 Pressure gauges, 6" dial size with pulsation
dampners
26 Set
77 Electronic Display for displaying truck nos 1 Each
78 Barrier gates with drive motor ( Squirrel cage
Induction motor ) & control panel (with start/ stop,
L/R switch, PBS etc) complete with cables and
other accessories
3 Set
79 Emergency Push Button 3 Each
80 Cables shall include complete cabling required for
automation of the terminal viz. Power cables,
control cables, signal cables, data communiction
cables and special cables, if any, including
installation of suitable size MCT at the entrance to
Control Room.
1 Lot
81 Cable trenches - shall be of 1 mt depth, 300/600
mm. Scope includes excavation, cable laying width
with sand, brick layer already supllied under item
32, backfilling etc. complete
1 Lot
82 GI Cable tray, Heavy Duty PVC conduits for
carrying armoured cables, Earth pits, GI Earthing
strips required for automation equipment and
Erection materials like O ring, Gasket, nut, bolt,
half coupling, impulse pipes etc.(Note: Hume pipes
for crossing of cables under roads laid by another
vendor)
1 Lot
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 339 of 349 Tenderer’s signature with seal
Sl.
No.
ITEM DESCRIPTION Qty UOM Unit Rate
Rs
Total
Rs
83 Flame proof junction boxes 1 Lot
84 Fire water system- Manual Call Points 7 Each
85 Fire water system- Pressure Switch 3 Each
86 Fire water system- WP Junction boxes 1 Lot
87 Fire water system- Level switch for makeup water
system
4 Each
88 Fire water system- DPG across Strainer for pumps 10 Each
89 Wiring and termination at both ends and
connection to PLC of fire water diesel engine panel
for Local/ Remote operation of pumps and Auto
operation
3 Each
90 Additive injection skid( dual module) including all
instruments, complete ss piping between skid to
gantry,valves and accessories and integrating it to
the respective batch controller
6 Each
91 Interfacing of signals from TAS control room to
pipeline control room through serial comm. link
and hardwiring
1 Lot
92 Installation of Master Station for controlling the
MOV's with RS485 (redundant) communication
link to plant PLC as per specification enclosed
including serial communication cable (daisy
chained) of required length to all the MOV's
1 Each
93 Integration of VFD into TAS including supply and
laying of communication cables and Energy
management software
1 Lot
94 IT COMPONENTS -TFMS(1 no.), LRC Server(2
nos ) working on hot redundant basis , Windows
Gateway Servers (2 nos.), 7 nos Client Computers
with OS and application software as per
specifications and with 19" Monitors
1 Set
95 IT COMPONENTS- Single computer console for
mounting all the computer monitors located in the
control room. The console shall have provision for
drawers. The console shall be fabricated with Steel
sheet with glass windows With necessary dummy
corner panels to achieve C profile.
1 Each
GRAND TOTAL
Note: i) Bidder shall quote basic rates for AMC. Service Tax as applicable shall be
reimbursed at actuals.
ii) Bidders to note that items for which Erection, Testing & Commissioning
rates have not been taken, the same shall be included in the respective
supply items, if applicable.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 340 of 349 Tenderer’s signature with seal
PROPOSAL FORMS
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 341 of 349 Tenderer’s signature with seal
PF - 1
COMMERCIAL QUESTIONNAIRE
The Bidders reply /confirmation as furnished in the commercial questionnaire shall
supercede the stipulations mentioned elsewhere in their bid.
SL.NO HPCL’S QUERY BIDDERS REPLY/
CONFIRMATION
1. Confirm that Bid Security/Earnest Money as per bid
stipulations have been furnished along with unpriced bid.
2. Confirm your compliance to critical stipulations of bid
document as mentioned at Sl. No. 11.2.1 of bid document.
3 . Confirm your compliance to scope of work as specified in
bid document.
4. Confirm that all materials shall be supplied as per standards
& specifications given in bid document.
5. Confirm that all materials except HPCL’s Scope of supply
shall be supplied by the contractor at their cost without any
liability on the part of HPCL.
6. Confirm that the quoted Price includes the cost for carrying
out complete work as per drawing/specific
requirement/schedule of price/scope of work, scope of
supply mentioned in the bid document whether expressly
mentioned in the item description of Schedule of Rates or
not.
7. Confirm that the quoted price includes all taxes (service
taxes etc.), duties and insurance cost as specified in Special
Conditions of contract.
8. Confirm that Prices have been filled as per “Schedule of
Prices” format included in the bid document & submitted
accordingly.
9. Confirm your compliance to HPCL payment terms in toto
as per Appendix –I of Special Conditions of contract.
10. Confirm that there are No counter terms and conditions in
the Price-Part and in case any terms and conditions are
mentioned, the same shall be treated as null & void.
11. Confirm that all the proposal forms are filled and submitted
along with Part-1 of offer strictly as per proforma given in
bid document.
12. Confirm that you have proposed adequate Project/Site
organization with supervisory personnel having good
experience and the chart is enclosed.
13. Confirm that the price shall be firm till completion of work
in all respects.
14. Confirm that the quoted Price is not subjected to any
escalation.
HINDUSTAN PETROLEUM CORPORATION LIMITED
MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 342 of 349 Tenderer’s signature with seal
15. Confirm that you have submitted all Data sheets duly filled
in Unpriced Part.
16. The planning schedule, S-curves, manpower estimate,
construction equipment deployment schedule etc.,
submitted by the bidder with his Bid, is well considered and
adequate and shall not be basis for extra compensation in
case actual needs are higher.
• Detailed planning schedule developed by
Contractor after award may be subject to
fluctuations depending upon actual progress of the
project and available work front.
• CO-ORDINATION and making available
Contractor of all staff, manpower, construction
equipment, tools, cranes, etc. and materials as
required for a timely completion of all WORK as
per HPCL’s. Construction and priority schedule
and in accordance with the available work front are
included in the quoted rates.
• Bio data of key personnel; such as Project
Manager, Construction Manager; Lead Engineer
for all relevant categories has been submitted in
your Bid.
17 Please confirm that all the construction equipment, tools &
tackles as required shall be deployed at site. You shall also
deploy additional equipments if deemed necessary to
complete the works in Schedule Time.
18 Please confirm having quoted for the Comprehensive AMC
charges applicable after completion of the warranty period
of 24 months.
19 Please also confirm that the rates quoted now will be valid
till end of the five years starting from completion of 24
months warranty period when a separate PO/Contract will
be finalized for the AMC.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 343 of 349 Tenderer’s signature with seal
Format PF-2 LIST OF ENCLOSURES
Type of Enclosure Yes / No
PAN NUMBER WITH DOCUMENTRY PROOF
Power of attorney of the signatory of the tender.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 344 of 349 Tenderer’s signature with seal
Format PF-3 PROJECT AND SITE ORGANISATION DESCRIPTION
The bidder must attach a description of the Head office and site of the organization
proposed to be committed for execution of the work. Organization chart must
include Details of key personnel, categories and numbers of personnel reporting at
Head office and Site Office, separately.
The description shall show lines of authority/responsibility/communication
together with a written description of the overall working of the organization with
particular emphasis on the Head office/site interface and monitoring and control of
progress.
Bidder agrees to augment the above chart with additional number/ categories, if
required and as directed by Engineer in charge to complete the work within the
completion time schedule and quoted price.
This form shall be part of contract documents.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 345 of 349 Tenderer’s signature with seal
Format PF-3A SUMMARY OF KEY PERSONNEL
Name Educational
Qualifications
Present
Position
Relevant
Experience
Employment
History in
brief
Bidder to provide a resume for each key person (indicated in the organization
chart) to be assigned by the Contractor, containing at least the following
information on each person (Additional pages are to be attached and properly
designated, if necessary). Such key personnel shall cover contractor’s own as well
as sub-contractor’s employees.
Note : Resume is generally required for the Project Manager, Lead Site Engineers
and Lead Site Supervisors, all of whom would be assigned full time to the contract.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 346 of 349 Tenderer’s signature with seal
Format PF-4 EXCEPTION AND DEVIATIONS STATEMENT
S.NO. PAGE NO. OF
TENDER
DOCUMENT
CLAUSE
NO.
SUBJECT DEVIATIONS
Bidder shall list all the deviations in the following given format only. Bidder may stipulate
exceptions and deviations to Bidding Document, if considered unavoidable.
Any exceptions/deviations brought out elsewhere in the Bid shall not be construed as
valid.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 347 of 349 Tenderer’s signature with seal
Format PF-5 COMPLIANCE TO BID
REQUIREMENT
Yes / No
We confirm that our Bid complies with the
total Techno-Commercial requirements of
Bidding Document.
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 348 of 349 Tenderer’s signature with seal
Format PF-6 DETAILS OF SIMILAR WORK DONE SR.
NO.
FULL
POSTAL
ADDRRESS
OF CLIENT &
NAME OF
OFFICER-IN-
CHARGE
DESCRIP
TION OF
THE
WORK
VALUE
OF
CONTRA
CT
DATE OF
COMMENC
EMENT OF
WORK
SCHEDULED
COPLETION
TIME(MONT
HS)
DATE OF
ACTUAL
COMPLETION
REASONS
FOR TIME
OVER-
RUN, IF
ANY
HINDUSTAN PETROLEUM CORPORATION LIMITED MDPL JAIPUR TERMINAL PROJECT
Terminal Automation Page 349 of 349 Tenderer’s signature with seal
Format PF - 7 DETAILS OF PROPOSED EQUIPMENT, TOOLS & TACKLES
ITEM
TO BE
DEPLOY
ED
DESCRIPTION
MAKE, MODEL
AND CAPACITY
NUMBERS YEAR OF
MANUFACT
URE
CATEGORY
(A)OR (B) OR
(C) ABOVE
LOCATION REMARKS
The Bidder shall herein details of constructions equipment, tools, tackles proposed to be
deployed for this work and shall indicate in each case whether the same (A) already
owned by Bidder and available for use of this Contract. (B) Anticipated to be hired (C)
anticipated to be purchased. In case of (A) present location shall be stated. In case of (B)
and (C) name and location of lending agency or supplier shall be stated.
Bidder agrees to augment the above list with additional number/categories of equipment,
tools and tackles, if required and directed by the Engineer-in-Charge, to complete the
work within the completion time schedule and
quoted price.