Sunteți pe pagina 1din 417

TENDER FOR

CIVIL & STRUCTURAL WORKS FOR


PIPE RACK (PR1)

FOR
DHT PROJECT
OF

HINDUSTAN PETROLEUM CORPORATION LIMITED

AT
MUMBAI, MAHARASHTRA

TENDER NO. 44LK5100 ER. 55 0003 - 026

Prepared and Issued by:

Jacobs Engineering India Private Limited


Tender Document Index
Owner : Hindustan Petroleum Corporation Limited Project No : 44LK 5100
Project : DHT Project
Tender No : 44LK5100 ER.550003 026
Tender Title : Civil & Structural Works for Pipe Rack (PR 1) Page 1 of 3

Section Document Description Document No. Issue No. of Remarks


No. No. Pages

1 Techno Commercial
1.1 Notice Inviting Bid -- -- 6
1.2 Instruction to Bidders 44LK-5100-99-01-R-01-0068 1 12
1.3 Proposal Forms -- -- 7
1.4 Exhibits
1.4.1 Submission Form A-Health, Safety, and Standard 0 24
Environment Requirements for Contractors
1.4.2 Submission Form-B-Proposal Exhibits Standard 5 14 + 6
1.5.1 Technical Compliance Confirmation by 44LK-5100-718/K.02/0003/A4 A 1
Bidder
1.5.2 Commercial Questionnaire -- -- 3
1.6 General Conditions of Contract -- -- 74
1.7 Special Conditions of Contract 44LK-5100-718/K.02/0004/A4 A 21
Annexures to Special Conditions of Contract
1.7.1 Annexure I Scope of Work -- -- 2
1.7.2 Annexure II Scope of Supply -- -- 2
1.7.3 Annexure III Time Schedule -- -- 2
1.7.4 Annexure IV Measurement of Work and -- -- 3
Invoicing Procedure
1.7.5 Annexure V Terms of Payment -- -- 5
1.7.6 Annexure VI Mobilisation of Minimum -- -- 2
Equipments
1.7.7 Annexure VII Deployment of Key -- -- 2
Construction Manpower
1.7.6 Annexure VIII Specification for Quality
Assurance System
(a) Standard Specification for Quality ZSS001 2 4
Requirements
(b) Standard Specification for using QC Check ZSS002 2 5
sheets
(c) Applicable QC Check sheets Standard -- 1+22
1.7.7 Annexure IX Specification for HSE
Management
(a) Specification for Field HSE Activities 44LK-5100-718/K.02/0006/A4 A 58
1.8 Pricing Schedule
1.8.1 Preamble to Schedule of Rates 44LK-5100-718/K.02/0007/A4 A 1
1.8.2 Schedule of Prices for Supplies (Form SP-1) -- 0 2
1.8.3 Schedule of Prices for Services Composite -- 0 16
Items (Form SP-1)
2 Supplementary Documentation NIL
3 Technical Documentation
3.1 Specifications For Earth Work 44LK-5100-00/C.02/1101/A4 A 7

44LK 5100 Tender Index.doc


Tender Document Index
Owner : Hindustan Petroleum Corporation Limited Project No : 44LK 5100
Project : DHT Project
Tender No : 44LK5100 ER.550003 026
Tender Title : Civil & Structural Works for Pipe Rack (PR 1) Page 2 of 3

Section Document Description Document No. Issue No. of Remarks


No. No. Pages

3.2 Specifications for Plain and Reinforced 44LK-5100-00/S.02/1102/A4 A 18


Cement Concrete
3.3 Specifications for Ready Mix Concrete 44LK-5100-00/S.02/1103/A4 A 7
3.4 Specifications for Miscellaneous Fabrication 44LK-5100-00/S.02/1110/A4 A 5
work
3.5 Specifications for Concrete Paving 44LK-5100-00/C.02/1112/A4 A 8
Specifications for Fire Proofing of Steel
3.6 44LK-5100-00/S.02/1114/A4 A 7
Structure
3.7 Specifications for Structural Steelwork 44LK-5100-00/S.02/1119/A4 A 17
3.8 Painting Specification 44LK-5100-00-V.02-0002-04 0 17
4 Drawing
4.1 RCC Paving details 44LK-5100-00/C.01/1003/A3 A 1
4.2 Standard M.S. anchor bolts nomenclature & 44LK-5100-00/S.01/1046-1 of
A 1
notes 6/A4
4.3 M.S. anchor bolts type J 44LK-5100-00/S.01/1046-2 of
A 1
6/A4
4.4 M.S. anchor bolts type SJ 44LK-5100-00/S.01/1046-3 of
6/A4
4.5 M.S. anchor bolts type K 44LK-5100-00/S.01/1046-4 of
A 1
6/A4
4.6 M.S. anchor bolts type L 44LK-5100-00/S.01/1046-5 of
A 1
6/A4
4.7 M.S. anchor bolts type M 44LK-5100-00/S.01/1046-6 of
A 1
6/A4
4.8 Standard grating (Type I & II) & staircase 44LK-5100-00/S.01/1052-1
A 1
tread details of 8/A4
4.9 Standard grating (Type I & II) & staircase 44LK-5100-00/S.01/1052-2
A 1
tread details of 8/A4
4.10 Standard grating (Type I & II) & staircase 44LK-5100-00/S.01/1052-3
A 1
tread details of 8/A4
4.11 Standard grating (Type I & II) & staircase 44LK-5100-00/S.01/1052-4
A 1
tread details of 8/A4
4.12 Standard grating (Type I & II) & staircase 44LK-5100-00/S.01/1052-5
A 1
tread details of 8/A4
4.13 Standard grating (Type I & II) & staircase 44LK-5100-00/S.01/1052-6
A 1
tread details of 8/A4
4.14 Standard grating (Type I & II) & staircase 44LK-5100-00/S.01/1052-7
A 1
tread details of 8/A4
4.15 Standard grating (Type I & II) & staircase 44LK-5100-00/S.01/1052-8
A 1
tread details of 8/A4
4.16 Standard ladder & cage typical details for 44LK-5100-00/S.01/1053-1
of 2/A3 A 1
step through ladder
4.17 Standard ladder & cage typical details for 44LK-5100-00/S.01/1053-2
of 2/A3 A 1
step through ladder
4.18 Details of pipe hand railing for steel staircase 44LK-5100-0/S.01/1054-1 of
2/A3 A 1
& flooring

44LK 5100 Tender Index.doc


Tender Document Index
Owner : Hindustan Petroleum Corporation Limited Project No : 44LK 5100
Project : DHT Project
Tender No : 44LK5100 ER.550003 026
Tender Title : Civil & Structural Works for Pipe Rack (PR 1) Page 3 of 3

Section Document Description Document No. Issue No. of Remarks


No. No. Pages

4.19 Details of pipe hand railing for steel staircase 44LK-5100-0/S.01/1054-2 of


2/A3 A 1
& flooring
4.20 Fireproofing of steel structure (with 44LK-5100-00/S.01/1059-1 of
3/A4 A 1
Vermiculate based fireproofing)
Fireproofing of steel structure (with 44LK-5100-00/S.01/1059-2 of
4.21 3/A4 A 1
vermiculate based fireproofing)
Fireproofing of steel structure (with 44LK-5100-00/S.01/1059-3 of
4.22 3/A4 A 1
vermiculate based fireproofing)
4.23 Pipe Rack Layout Rack 1 44LK-5100-718/L.01/0101/A0 B 1
4.24 Pipe Rack Area 1 44LK-5100-718/L.01/0113/A0 A 1

44LK 5100 Tender Index.doc


Section 1.1 NOTICE INVITING TENDER HPCL, Mumbai Refinery
Civil & Structural Works For
Pipe Rack-PR1
Sheet 1 of 6 Tender No. : 44LK5100ER-550003 - 026 44LK-5100

NOTICE INVITING TENDER (NIT)


FOR CIVIL AND STRUCTURAL WORKS FOR PIPE RACK- PR1 FOR DIESEL HYDRO
TREATING (DHT) PROJECT OF M/S. HINDUSTAN PETROLEUM CORPORATION LIMITED AT
MUMBAI REFINERY (MAHARASHTRA)

BIDDING DOCUMENT NO. 44LK5100ER-550003 026


(DOMESTIC COMPETITIVE BIDDING)

1.0 INTRODUCTION
1.1 Hindustan Petroleum Corporation Limited (HPCL) (hereafter referred as (OWNER) intends
to set up a 2.2 MMTPA Diesel Hydro Treating facilities alongwith the captive Hydrogen
Generation facilities consisting of process units, offsites and utilities at the Mumbai Refinery.

1.2 Sealed Bids are invited for & on behalf of M/s. Hindustan Petroleum Corporation Ltd.
(HPCL) in single stage three envelope systems for carrying out Civil & Structural Works
for Pipe Racks -PR1.

2.0 BRIEF SCOPE OF WORK :


2.1 Civil & Structural Works for Pipe Racks -PR1 complete in all respect as per Technical
Specifications, drawings & Schedule of Rates enclosed in the bidding document for Diesel
Hydro Treating (DHT) Project of M/s. Hindustan Petroleum Corporation Limited at Mumbai
Refinery (Maharashtra)
2.2 The completion period shall be 10 (Ten) Months from the date of issue of Fax of
Acceptance/Letter of Acceptance by Owner.

3.0 SALIENT FEATURES OF TENDER DOCUMENT :

3.1 Tender Document No. : 44LK5100ER-550003 026

3.2 Tender Document on Sale : From: 5th February, 2010 To: 24th
February,2010
3.3 Tender Document Fee (Non-refundable) : Rs. 5,000/- (Rupees Five Thousand
only)
3.4 Last Date & Time for submission of Bids : 26th February, 2010 at 14.30 hours

3.5 Opening of Techno-Commercial Bid : 26th February, 2010 at 15.00 hours


(Unpriced PART A & PART B, refer ( In the presence of authorised
ITB) representative of attending Bidders)
3.6 Bids to be submitted to : Executive Director Procurement
Jacobs Engineering India Private Limited
H&G House, Sector 11, Plot No. 12,
CBD Belapur,
Navi Mumbai 400 614 (India)

4.0 BIDDERS QUALIFICATION CRITERIA

4.1 TECHNICAL CRITERIA


Section 1.1 NOTICE INVITING TENDER HPCL, Mumbai Refinery
Civil & Structural Works For
Pipe Rack-PR1
Sheet 2 of 6 Tender No. : 44LK-5100ER-550003 - 026 44LK 5100

4.1.1 Bidders shall have experience of having successfully carried out and completed similar
work during the last 7 years ending last day of the month previous to the one in which
applications are invited, which experience should be any one of the following:

a. Three similar completed works, each costing not less than Rs 18.00 Crores.

b. Two similar completed works, each costing not less than Rs 22.50 Crores.

c. One similar completed work costing not less than Rs. 36.00 Crores.

4.1.2 Cost of completed works shall be escalated on compounding basis at the rate of 10% for
every completed year; escalation for part of the year will not be considered.

4.1.3 At least one of the above qualifying works shall have been in either of Fertilizer,
Petrochemicals, Refineries or Petroleum Installations.

4.2 FINANCIAL CRITERIA

4.2.1 ANNUAL FINANCIAL TURNOVER


Annual Financial Turnover shall be equal to or more than INR 45 Crores, in any of the 3
preceding financial years, viz, 2006-07, 2007-08 and 2008-09

4.2.2 The net worth of the bidder in the latest financial year as per the audited financial results
upto the due date should be positive. However this will not be applicable for Indian
Government PSUs.

4.3 GENERAL
4.3.1 The Bidder shall furnish documentary evidence by way of copies of work order,
completion certificates and balance sheet or Audited Financial Statements including Profit
& Loss Account, necessary undertakings etc. along with bid to establish his experience
and track record meeting qualification criteria. HPCL/JACOBS reserve right to complete
the evaluation based on the details furnished without seeking additional information.

4.3.2 HPCL / JACOBS reserve the right to assess Bidders capability and capacity to perform
the contract by taking into account various aspects such as concurrent commitments,
performance, etc. of the Bidder, should the circumstances so warrant such assessment in
the overall interest of the project.

5.0 BID SECURITY/ EARNEST MONEY DEPOSIT (EMD)

The Bid must be accompanied by a Bid security/EMD for an amount of INR 45, 00,000/-
(Rs. Forty Five Lacs only). Bids not accompanied with the EMD shall be rejected. EMD
shall be in favour of Hindustan Petroleum Corporation Limited, payable at Mumbai in form
of crossed demand draft or Bank Guarantee on non-judicial stamp paper of value not less
than Rs. 100 from nationalized Indian bank (not cooperative bank), in prescribed
Performa, valid till 25th August, 2010. Bids with Bank Guarantees having shorter validity
period are liable to be rejected.
Section 1.1 NOTICE INVITING TENDER HPCL, Mumbai Refinery
Civil & Structural Works For
Pipe Rack-PR1
Sheet 3 of 6 Tender No. : 44LK5100ER-550003 - 026 44LK-5100

In case of extension of due date, the Bank guarantee validity need not be amended by the
bidders before submission of the bids. The Bank Guarantee validity can be subsequently
extended if needed before expiry of the original Bank Guarantee validity.

If the EMD is submitted in the form of DD, the DD shall be valid until the period of validity
of the bids.

Central Public Sector Enterprises and small scale units registered with National Small
Scale Industries are exempted from furnishing EMD. Refer GENERAL TERMS &
CONDITIONS OF CONTRACT for details.

6.0 TENDER FEE


6.1 Two sets of Tender Document (non-transferable) in the form of CD (2 Nos.) along with
Master Index shall be issued to the interested bidders from the address at 3.6 above on
any working day (Monday to Friday) during sale period on written request and upon
payment of non-refundable Document Fee of Rs. 5,000/- (Indian Rupees Five Thousand
only) payable through crossed Demand Draft drawn in favor of Hindustan Petroleum
Corporation Ltd., Mumbai payable at Mumbai,
6.2 The complete Bidding Document is also available on the website of HPCL
(www.hindustanpetroleum.com) or JACOBS (http://appstn.jacobs.com/tenders). In
case bidder opts to quote on the basis of such downloaded document, the bidder shall
enclose the requisite document fee (in the form as specified above) alongwith the bid. In
such case, i.e., where a bidder opts to quote on the basis of downloaded document, the
bid will be considered only if accompanied by the requisite document fee. However, the
document fee thus furnished shall not be refunded even in case the bid is not considered
for any reasons including late receipt of bid.

7.0 OPENING OF BIDS


Part-A & PART-B of Bids shall be opened as mentioned above in the presence of
authorised representative of attending Bidder. During opening of Unpriced Bids (i.e. Part-
A & PART-B), the name of Bidders who have submitted their Bids along with requisite Bid
Security will only be read out and no other information / details whatsoever will be read
out.

8. 0 GENERAL

8.1 Telegraphic / Fax / E-mail offers shall not be accepted.

8.2 HPCL / JACOBS reserve the right to accept / reject any or all Bids without assigning any
reason whatsoever.

8.3 HPCL/ JACOBS shall not be responsible for any costs or expenses incurred by Bidder in
connection with the preparation or delivery of Bids, site-visit and other expenses incurred
during bidding process.

8.4 Time and date of opening of Price Bids shall be intimated only to qualified and techno-
commercially acceptable Bidder(s) at a later date.
8.6 Contact for clarifications, if any, at 022-67562000/ fax: 022-67904680/ 27573049 or
ak.mangal@jacobs.com / mukesh.more@jacobs.com
Section 1.1 NOTICE INVITING TENDER HPCL, Mumbai Refinery
Civil & Structural Works For
Pipe Rack-PR1
Sheet 4 of 6 Tender No. : 44LK-5100ER-550003 - 026 44LK 5100

You are requested to notify us through mail or fax within a week of receipt of the tender or of
downloading from the website, of your intention to submit or not to submit a bonafide proposal in
the Proforma for Acknowledgement Letter attached.

Thanking you,

Very truly yours,

S.B. Nayan
Executive Director Procurement
Jacobs Engineering India Private Limited

Encl : Tender Documents in CDs (2 Nos.) with Master Index.


Section 1.1 NOTICE INVITING TENDER HPCL, Mumbai Refinery
Civil & Structural Works For
Pipe Rack-PR1
Sheet 5 of 6 Tender No. : 44LK5100ER-550003 - 026 44LK-5100

ACKNOWLEDGEMENT LETTER
Ref. No. :
Date :

Jacobs Engineering India Private Limited


H&G House,
Sector 11, Plot No. 12,
CBD Belapur,
Navi Mumbai 400 614 (India)

ATTN. : Executive Director - Procurement

SUB: :Civil & Structural Works for Pipe Racks -PR1 complete in all respect as per
Technical Specifications, drawings & Schedule of Rates enclosed in the bidding
document for Diesel Hydro Treating (DHT) Project of M/s. Hindustan Petroleum
Corporation Limited at Mumbai Refinery (Maharashtra)

Tender no. 44LK-5100ER-550003 - 026

Dear Sirs,

We hereby acknowledge receipt of a complete set of Tender Document alongwith enclosures


for subject works as per Master Index for our use in preparing the Bid.

We undertake that the contents of the above Tender Document shall be kept confidential and
further that the drawings, specifications and documents shall not be transferred and that the
said documents are to be used only for the purpose for which they are intended.

A) We intend to bid as requested for the subject Items and furnish following details with
respect to our quoting office :

i) POSTAL ADDRESS : _______________________________________

_______________________________________

ii) TELEPHONE NUMBER : _______________________________________

iii) TELEFAX NUMBER : _______________________________________

iv) E-MAIL ADDRESS : _______________________________________

v) CONTACT PERSON : _______________________________________

B) CONTACT PERSON AT MUMBAI, IF ANY, FOR INDIAN BIDDERS

i) POSTAL ADDRESS : _______________________________________

_______________________________________
Section 1.1 NOTICE INVITING TENDER HPCL, Mumbai Refinery
Civil & Structural Works For
Pipe Rack-PR1
Sheet 6 of 6 Tender No. : 44LK-5100ER-550003 - 026 44LK 5100

ii) TELEPHONE NUMBER : _______________________________________

iii) TELEFAX NUMBER : _______________________________________

iv) E-MAIL ADDRESS : _______________________________________

v) CONTACT PERSON : _______________________________________

C) We are unable to bid for the reasons given below and we are returning the entire set of
Tender Documents.

Reasons for non-submission of Bid :

_____________________________________________________________________

_____________________________________________________________________

_____________________________________________________________________

COMPANYS NAME : ____________________________________________

SIGNATURE : ____________________________________________

NAME : ____________________________________________

DESIGNATION : ____________________________________________

DATE : ____________________________________________

NOTE: Bidder is requested to furnish the details mentioned at (A) and (B) or (C)
immediately after receipt/ downloading of Tender Documents.
Page 1 of 12

INSTRUCTIONS TO BIDDERS

FOR

CIVIL & STRUCTURAL WORKS FOR PIPE RACK


(PR1)
FOR DHT PROJECT

HINDUSTAN PETROLEUM CORPORATION LTD.


MUMBAI REFINERY

DOCUMENT NO : 44LK-5100-99-01-R-01-0068-A4 Rev. 1

Prepared and Issued by:

Jacobs Eng
Engineering
ineering India Private Limited
MUMBAI
Rev. Issue Date Pages Rev. Description Prepared Checked Approved
No. By By By
0 25.06.2008 11 Issued for HPCL review / AKM AKM SBN
Comments

1 02.02.2010 12 Issued for Tender MM AKM SBN

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_2_ITB.doc
HPCL Mumbai INSTRUCTION TO BIDDERS CIVIL & STRUCTURAL WORKS
Refinery FOR PIPE RACK- PR1

44LK-5100 Tender No.44LK5100ER-550003 - 026 Page 2 of 12

INDEX
1. INTRODUCTION
2. OWNERS CONSULTANT
3. COST OF BIDDING
4. SITE LOCATION
5. TENDER DOCUMENTS
6. CLARIFICATION OF TENDER DOCUMENT
7. AMENDMENT OF TENDER DOCUMENTS
8. MANDATORY REQUIREMENTS
9. PREPARATION/ SUBMISSION OF THE TENDER
10. BID PRICE
11. PERIOD OF VALIDITY OF BIDS
12. FORMAT AND SIGNING OF BID
13. SEALING AND MARKING OF BIDS
14. DATE FOR SUBMISSION OF BIDS
15. ALL PAGES TO BE INITIALLED
16. PRICES TO BE IN FIGURES AND WORDS
17. CORRECTIONS AND ERASURES
18. LATE BIDS
19. OPENING OF BIDS BY OWNER/CONSULTANT
20. CLARIFICATION OF BIDS
21. TECHNO-COMMERCIAL EXAMINATION OF BIDS
22. WAIVER OF DEVIATION AND CONDITIONS
23. COMPLETE SCOPE OF SUPPLIES / WORK
24. OPENING OF PRICE BIDS
25. EVALUATION AND COMPARISON OF BIDS
26. CONTACTING OWNER / CONSULTANT
27. OWNERS RIGHT TO ACCEPT/REJECT BIDS
28. NOTIFICATION OF AWARD
29. PURCHASE ORDER
30. INTEGRITY PACT
31. LANGUAGE OF BIDS
32. CONFIDENTIALITY OF DOCUMENTS
33. PART ORDER

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_2_ITB.doc
HPCL Mumbai INSTRUCTION TO BIDDERS CIVIL & STRUCTURAL WORKS
Refinery FOR PIPE RACK- PR1

44LK-5100 Tender No.44LK5100ER-550003 - 026 Page 3 of 12

1.0 INTRODUCTION
1.1 Hindustan Petroleum Corporation Limited (HPCL) (hereinafter referred as (OWNER) intends to set up
Diesel Hydrotreating Unit, in their existing refinery located at Mumbai, Maharashtra.

1.2 For implementation of the above project, the Owner is inviting sealed Bids, under single stage three
Bid System, for the entire supplies and work covered under the Tender Documents (hereinafter for
the purpose of these instructions collectively referred to as the WORKS) from Bidders.

1.3 The Completion schedule of the WORK shall be strictly as per section titled Time Schedule as per
Annexure-III to Special Conditions of Contract. All Bids shall be completed and returned in accordance
with and within the time provided in these Instructions to Bidders.

2.0 OWNERS CONSULTANT

2.1 For this Project, the Owner has appointed M/s. Jacobs Engineering India Private Limited (JACOBS) as
the Engineering, Procurement and Construction Management (EPCM) (hereinafter referred to as the
Consultant of the Owner) involved in the Bidding process and they will be performing various actions in
relation to the Bidding process and in the evaluation of Bids for and on behalf of the Owner. Consultant
as referred to in these Instructions to Bidders or other parts of Tender Document is only intended to
clarify to the Bidder the Owners intention that operations involved in the bidding process, including the
evaluation of Bids, shall be conducted by the Owner through Consultant.

3.0 COST OF BIDDING

3.1 The Bidder shall bear all costs associated with preparation and delivery of its Bids including costs and
expenses related to visit to site(s), and the OWNER / CONSULTANT shall in no case be responsible or
liable for those costs regardless of the outcome of the Bidding process.

4.0 SITE LOCATION

4.1 Site Location

The site of work is located within the premises of the existing Mumbai Refinery at Mahul, Mumbai.
Any loss to the property / life of the visitors negligence shall be the visitors responsibility. Visitor shall
keep HPCL indemnified from any legal consequences arising thereof.

5.0 TENDER DOCUMENTS

5.1 The Bidder is expected to examine the Tender Documents, including all instructions, forms, terms,
specifications, drawings and other documents and requirements of the Tender Document issued to the
bidder in the form of a CD. Failure to furnish all information required by the Tender Document or
submission of a Bid not substantially responsive to the Tender Document in every respect shall result in
the rejection of the Bid.

5.2 Amendments / Queries (TQ/CQ), if any, shall be sent to agencies by CDs / emails in PDF files / hard
copy.

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_2_ITB.doc
HPCL Mumbai INSTRUCTION TO BIDDERS CIVIL & STRUCTURAL WORKS
Refinery FOR PIPE RACK- PR1

44LK-5100 Tender No.44LK5100ER-550003 - 026 Page 4 of 12

5.3 Any amendment issued in accordance with clause 7.0 below shall also form part of the Bid Document.

6.0 CLARIFICATION OF TENDER DOCUMENT

6.1 Bidder shall examine the Tender Documents thoroughly. Bidder requiring any clarifications on the
Tender Document may notify the Owner and Consultant in writing not later than 7 working days before
due date (not on Saturday/ Sunday) as per proposal form, FORM-D enclosed in the Tender Documents
along with the Tender. Consultant shall issue appropriate clarification or amendment, if required.
Failure of Bidder to comply with the aforesaid shall not excuse the Bidders from performing the services
in accordance with the Agreement and, if subsequently awarded, the Purchase Order.

7.0 AMENDMENT OF TENDER DOCUMENTS

7.1 At any time prior to the date for submission of Bids as well as upto priced Bid opening, the
OWNER/CONSULTANT may, for any reason whether at its own initiative or in response to a clarification
requested by prospective Bidders, modify the Tender Document by amendment.

7.2 The amendment shall be part of the Tender Documents, and shall be notified in writing or by fax to all
prospective Bidders who have been issued the Tender Documents, and shall be binding on them. The
Bidder shall be required to acknowledge receipt of any such amendment(s) to the Tender Documents.

7.3 In order to provide time to prospective Bidders to take into account such amendment in preparing their
Bids, OWNER/CONSULTANT may, at its discretion, extend the date for the submission of Bids.

8.0 MANDATORY REQUIREMENTS

8.1 The provisions of the following clauses of the Tender Document must be adhered to without
deviations, failing which the Bid shall be considered to be non-responsive and shall be rejected.

8.1.1 Bid Validity period as per clause 11.0 of this Instructions to Bidders.

8.1.2 Acceptance of General Terms & Conditions of Contract.

8.1.3 Termination of Contract as per clause 12 of General Terms & Conditions of Contract.

8.1.4 Delivery / Time Schedule for completion as per Tender requirements. (Refer ANNEXURE III to
SPECIAL CONDITIONS OF CONTRACT)

8.1.5 Proforma for all Bank Guarantees.

8.1.6 Arbitration as per Attachment-B (Arbitration clause - For Indian Bidders) of General Terms &
Conditions of Contract.

9.0 PREPARATION / SUBMISSION OF TENDER

9.1 Bidder is required to make a proposal in a format as outlined below in order to achieve the objective
of maintaining uniform proposal structure from all the Bidders.
W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_2_ITB.doc
HPCL Mumbai INSTRUCTION TO BIDDERS CIVIL & STRUCTURAL WORKS
Refinery FOR PIPE RACK- PR1

44LK-5100 Tender No.44LK5100ER-550003 - 026 Page 5 of 12

9.2 The Bid shall be submitted in THREE Parts viz. PART-A , PART-B & PART-C in three separate
sealed envelopes with due marking on the envelopes. The sealed envelopes of Qualification, un-
priced and priced part shall be put in one bigger envelope and sealed before submission

9.2.1 Priced and unpriced forms should be identical in all respects except that the price columns shall be
blanked and replaced by Quoted / Not Quoted in the unpriced Bids.

9.2.2 All the envelopes shall be superscribed as follows:

PART A Tender Fee & EMD

PART B Techno-commercial / Unpriced Bid

PART-C Priced Bid

9.2.2.1 Part-A Envelop shall contain Demand Draft towards Tender Fees as mentioned in clause no. 6 of
Notice Inviting Tender (NIT) and Bank Guarantee/Demand Draft towards Earnest Money Deposit
(EMD) as mentioned in clause no. 5 of Notice Inviting Tender (NIT).

Bank Guarantee/Demand Draft towards Earnest Money Deposit (EMD) shall be valid upto the date
mentioned in NIT. Bids submitted with Bank Guarantee/Demand Draft having shorter validity period
are liable to be rejected.

9.2.3 Techno-commercial / Unpriced Bid (PART-B) shall be submitted in 1 original and 4 copies (5 sets in
all) and shall contain the following documents :
i. Letter of submission.
ii Declaration as per proposal FORM-A duly signed & stamped by the Bidder in token of having
received and read all volumes of the tender documents contained in the CD including addenda if
any and having accepted and considered the same in preparing and submitting the Bid.
iii List of Deviations (if any) to the commercial and technical Bid documents as per proposal
FORM D, technical deviations must be given separately for each discipline.
iv Literature / Pamphlets (if applicable).
v Unpriced copy of the Price Schedule forms duly signed with priced blanked and replaced by
Quoted / Not Quoted.
vi Technical Compliance Confirmation by Bidder
vi Exhibit 1 (Contractors HSE Data Form) of the Submission Form A (HSE Requirements for
Contractors) duly filled, signed and stamped by the bidder.
vii Submission Form B Proposal Exhibits. All Proposal Exhibits must be duly filled and signed by
the Bidder without exception in token of acceptance and must bear his seal. Separate pages
may be appended if necessary and should be documented/ listed in the enclosed Proposal
Exhibits.
viii Power of Attorney of Bid Signatory
ix Bid Qualification Criteria (BQC) FORM-E duly filled in along with supporting documents such as
order copies, completion certificates, as stipulated therein.
x Balance Sheets for the Year Ending 2006-07, 2007-08 and 2008-09 or for the Years Ending
31st December 2006, 2007 and 2008.
xi Integrity pact as per clause no. 30 of ITB.

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_2_ITB.doc
HPCL Mumbai INSTRUCTION TO BIDDERS CIVIL & STRUCTURAL WORKS
Refinery FOR PIPE RACK- PR1

44LK-5100 Tender No.44LK5100ER-550003 - 026 Page 6 of 12

x Commercial Questionnaire

9.2.4 Part - C (Priced Bid) one copy shall be submitted in Original and shall consist of :
a) Copy of letter of submission (ref 9.2.3.i)
b) Price schedule as per Forms given in the Bid documents duly completed in all respects.

9.3 Waiver of conditions/ deviations (if any) as per proposal FORM-C, to be submitted before the
opening of the priced Bid.

9.4 Part-C shall be submitted in a separate sealed envelope duly signed and stamped on each page
superscribing on the sealed envelope Price- Do not Open. This part shall not contain any condition
whatsoever failing which the Bids shall be liable for rejection. In case of any correction, the Bidder shall
put his signature and his stamp. Eraser fluid will not be allowed for making any correction.

9.5 The Bid requirements are explicitly stated in the Tender Document. Bidder is required to study these
requirements in detail and make a proposal in an outline as defined above completely meeting these
requirements. The offer must be complete in all respects, leaving no scope for ambiguity. It is in the
interest of Bidder to submit complete & comprehensive proposal leaving no scope for
OWNER/CONSULTANT to raise or ask for any further questions or clarifications, with a view that the
proposal may be evaluated only on the basis of what has been submitted by the Bidder in the first
instance in order to adhere to a very strict project schedule.

9.6 The Bids shall be compiled in the form of specific section-wise responses to each section of the
Tender Document, in order to establish that the Bids are adequately responsive.

9.7 For the purpose of these documents the terms Bid and tender, Bidding and tendering and
other similar expressions are synonymous.

10.0 BID PRICE

10.1 Unless otherwise permitted in the Tender Documents, the Bid shall be for the whole Scope:

10.2 This is an item rate tender and quantities are tentative. Bidders to fill in SCHEDULE OF RATES
OF QUANTITIES given in the tender.

11.0 PERIOD OF VALIDITY OF BIDS

11.1 Bids shall remain valid for 3 (Three) months after the original or extended deadline for Bid
submission. A Bid valid for a shorter period may be rejected by the OWNER/ CONSULTANT as
non-responsive.

11.2 Notwithstanding the above, the OWNER/ CONSULTANT may solicit the Bidders consent to an
extension of the period of Bid validity. The request and the responses thereto shall be made in
writing (by fax).

11.3 A Bidder accepting the request for extension shall not be permitted to modify its Bid because of the
extension, unless specifically invited to do so.
W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_2_ITB.doc
HPCL Mumbai INSTRUCTION TO BIDDERS CIVIL & STRUCTURAL WORKS
Refinery FOR PIPE RACK- PR1

44LK-5100 Tender No.44LK5100ER-550003 - 026 Page 7 of 12

12.0 FORMAT AND SIGNING OF BID

12.1 The original Bid Form together with the Appendix and accompanying documents, clearly marked
Original, plus 4 (Four) copies (5 copies in all), must be received by the Consultant by the date, time
and place specified. In the event of any discrepancy between the original and the copies, the original
shall govern.

12.2 The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by
the Bidder or a person or persons duly authorised to sign on behalf of the Bidder. Such authorization
shall be indicated by written Power of Attorney accompanying the Bid. All pages of the Bid, except
for unamended printed literature, shall be initialled by the person signing the Bid. The name and
position held by each person signing must be typed or printed below the Signature.

12.3 The Bid shall contain no interlineations, erasures or overwriting except as necessary to correct
errors made by the Bidder, in which case such corrections shall be initialled by the person or
persons signing the Bid

13.0 SEALING AND MARKING OF BIDS

13.1 The Bidder shall seal the PART-A Tender Fees and EMD, Original and copies of the PART-B -
Techno-commercial Unpriced & PART-C Priced of the Bid in separate inner envelopes duly
marking the envelopes Original or Copy, as applicable. The sealed envelopes of PART- A,
PART-B & PART- C shall also be put in another envelope and sealed and marked to :

The Executive Director - Procurement


Jacobs Engineering India Private Limited
H&G House, Plot No. 12, Sector 11
CBD Belapur, Navi Mumbai 400 614.
INDIA.
Telephone No. : 91.22.6756 2000
Fax No. : 91.22.2757 3049

13.2 All three parts will bear the name of works (the Project name), the Tender Document No., Bidders
name and address and the words DO NOT OPEN BEFORE (date and time of opening of Bid as
indicated in Notice Inviting Bid). The date and time of submission for both the parts shall be same
as mentioned in the Notice Inviting Bid.

13.3 The outer envelope for three parts shall indicate the name and address of the Bidder to enable the
Bid to be returned unopened in case it is declared to have been received Late.

14.0 DATE FOR SUBMISSION OF BIDS

14.1 The Original Bid, together with required copies must be received by the Consultant on or before the
date, time and venue as specified in Notice Inviting Tender.

14.2 The OWNER/ CONSULTANT may, at its discretion, extend the date for the submission of Bids by
amending the Tender Documents, in which case all rights and obligations of the OWNER/

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_2_ITB.doc
HPCL Mumbai INSTRUCTION TO BIDDERS CIVIL & STRUCTURAL WORKS
Refinery FOR PIPE RACK- PR1

44LK-5100 Tender No.44LK5100ER-550003 - 026 Page 8 of 12

CONSULTANT and Bidders previously subject to the date of submission of Bids, will thereafter be
subject to the date, as extended.

15.0 ALL PAGES TO BE INITIALLED

15.1 All signatures in Bids shall be dated and shall bear a seal of the Bidders. In addition all pages of
Bids shall be initialled at lower right hand corner by the Bidder or by a person holding power of
attorney authorising him to sign on behalf of the Bidder before the submission of Bids.

15.2 The Bidder shall sign and affix its seal on all pages of the priced Bid.

16.0 PRICES TO BE IN FIGURES AND WORDS

16.1 The tender should be quoted in English, both in figures as well as in words. The rates and amounts
tendered by the Bidder 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 Bidder.

16.2 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.

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.

17.0 CORRECTIONS AND ERASURES

17.1 All corrections and alterations in the Tender shall be signed in full by the Bidder with date. No
erasures or overwriting and application of white fluid are permissible.

18.0 LATE BIDS

18.1 Any Tender received by CONSULTANT after the date and time for submission of Bids (including
any extension(s) hereof) will be declared Late and rejected and returned unopened to the Bidder.

19.0 OPENING OF BIDS BY OWNER/CONSULTANT

19.1 Bids will be opened in the presence of the attending Bidders.

19.2 The envelope containing Part-A: Tender fees & EMD and PART-B: Unpriced Technical Bid shall be
opened in the presence of the Bidders on last day of submission of bids. Bidders may send only their
authorised person carrying an authority letter to attend the Bid opening. Part-B: Unpriced Technical Bid
of only those bidders shall be opened who have enclosed requisite tender Fee and EMD and strictly as
per clause no. 5 of Notice Inviting Tender (NIT).

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_2_ITB.doc
HPCL Mumbai INSTRUCTION TO BIDDERS CIVIL & STRUCTURAL WORKS
Refinery FOR PIPE RACK- PR1

44LK-5100 Tender No.44LK5100ER-550003 - 026 Page 9 of 12

19.3 Unpriced Bids of only those Bidders who meet the Prequalification Criteria shall be taken up for
further evaluation

20.0 CLARIFICATION OF BIDS

20.1 To assist in the examination, evaluation and comparison of Bids, the OWNER/CONSULTANT may, at
its discretion, ask the Bidder for a clarification of its Bid. All responses to request for clarification shall
be in writing, and no change in the price or substance of the Bid shall be permitted unless specifically
sought by Owner / Consultant. Price implications on account of Technical or commercial clarifications
shall not be permitted as long as HPCL/Jacobs do not change the specifications / scope/ terms spelt
out in the Tender. Bidders will be allowed to submit price implication in sealed envelopes under three-
bid system only against specific changes/addenda communicated by Jacobs.

21.0 TECHNO-COMMERCIAL EXAMINATION OF BIDS

21.1 The CONSULTANT will examine the Bids to determine whether they are complete, whether required
securities have been furnished, whether the documents have been properly signed, and whether the
Bids are generally in order.

21.2 The Owner/Consultant shall determine to its satisfaction whether the Bidder has submitted responsive
Bid and is qualified to perform satisfactorily the work and such determination shall not be open to
question.

21.3 The determination shall also take into account the Bidders financial and technical capabilities, as well
as such other qualifications as the Owner/Consultant deem necessary and appropriate.

22.0 WAIVER OF DEVIATIONS AND CONDITIONS

22.1 Waiver of deviations and conditions (if any) as per Proposal FORM C, should be submitted by the
Bidders before the opening of the Priced Bid failing which the Priced Bid of concerned Bidder is
liable for rejection.

23.0 COMPLETE SCOPE OF SUPPLIES

23.1 The complete scope of supplies / services has been defined in the Tender Document. Only those
Bidders who take complete responsibility for the work and who quoted for the complete scope of
supplies / services as contained in the Tender document shall be considered for further evaluation.

24.0 OPENING OF PRICE BIDS

24.1 Substantially responsive Bidders will be shortlisted by the OWNER/CONSULTANT for opening of price
part of their Bid. Date, time and opening of their price Bid shall be informed to the shortlisted Bidders
subsequently.

24.2 The price Bids of the technically and commercially acceptable Bidders shall be opened in the presence
of Bidders representative, who choose to attend, on the date and time to be intimated. The Bidders
name, Bid price, discount if any, and such other details as the OWNER / CONSULTANT at its
discretion may consider appropriate, shall be announced at the opening of price Bids.
W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_2_ITB.doc
HPCL Mumbai INSTRUCTION TO BIDDERS CIVIL & STRUCTURAL WORKS
Refinery FOR PIPE RACK- PR1

44LK-5100 Tender No.44LK5100ER-550003 - 026 Page 10 of 12

25.0 EVALUATION AND COMPARISON OF BIDS

25.1 Evaluation will be done for cumulative amount of supply and composite portion after taking into
account the Cenvat benefit offered by the bidders.

25.1.1 Supply portion

a) Amount for all supply items of Schedule of Rates as per the rates quoted therein.
b) Taxes as contained in SP-Forms

25.1.2 Composite portion -

a) Amount for all Composite items of Schedule of Rates as per the rates quoted therein.

b) Service Tax and WCT (VAT), as contained in SP Forms.

25.2 Purchase Preference to PSUs as per Government of India guidelines- NOT APPLICABLE.

25.3 Financial loading due to commercial deviation, if any shall be done considering rate of interest @SBI
PLR+ 1% per annum

26.0 CONTACTING OWNER/ CONSULTANT

26.1 No Bidder shall contact the OWNER/CONSULTANT on any matter relating to its Bid from the time
of Bid opening to the time, the Purchase Order is awarded, unless requested to in writing. Any effort
by a Bidder to influence the OWNER/ CONSULTANT in the Owners decisions in respect of Bid
evaluation or Purchase Order award will result in the rejection of that Bidders bid.

27.0 OWNERS RIGHT TO ACCEPT/ REJECT BIDS

27.1 The OWNER reserves the right to accept or reject any Tender and to annul the Bidding process in toto
and reject all Bids at any time prior to award of Contract without thereby incurring any liability to the
affected Bidder(s) or any obligation to inform the affected Bidder(s) of the grounds of OWNERS
action.

27.2 It is observed that many Bidders indulge in trading in contracts by entering into undisclosed back-to-
back arrangements for the whole or a substantial portion of a contractors obligations under the
contract. Consequently, if a Bidder proposes to enter into any such arrangements upon a successful
award of work or has in place any such arrangements which will become operative upon the award
of work, the Bidder must make complete disclosure of such arrangement or proposed arrangement
in its proposal, and all provisions applicable to sub-contractor (s) in terms of Tender Documents
shall apply to such arrangements. Acceptance or otherwise of such arrangement will be under
the discretion of the owner.

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_2_ITB.doc
HPCL Mumbai INSTRUCTION TO BIDDERS CIVIL & STRUCTURAL WORKS
Refinery FOR PIPE RACK- PR1

44LK-5100 Tender No.44LK5100ER-550003 - 026 Page 11 of 12

27.3 If the existence of such an undisclosed arrangement is reasonably apprehended by the


OWNER/CONSULTANT in the case of a Bidder, the OWNER may reject such Bidders bid as not
responsive.

27.4 If such an undisclosed arrangement is discovered after the award of work, such arrangement(s) shall
be deemed to constitute an assignment of contract and a ground of termination pursuant to the
provisions of termination under the General Purchase Conditions.

28.0 NOTIFICATION OF AWARD

28.1 The Owner will notify the successful Bidder in writing by letter and/or by fax of acceptance that their Bid
has been accepted. The notification of award will constitute the formation of a Contract.

29.0 PURCHASE ORDER

29.1 Purchase Order shall be prepared after the notification of acceptance of Bid. The Tender Documents
and addendum(s) and any modifications thereto and/or therefrom agreed by the OWNER shall be
considered as order.

29.2 A statement of agreed variations shall be prepared based on the finally agreed deviations if any, to the
Tender Documents and all other correspondences forming part of the offer, prior to issue of notification
of acceptance of Bid, shall be treated as null & void.

30.0 INTEGRITY PACT (APPLICABLE FOR CASES ABOVE RS.1 CRORE)

30.1 The Integrity Pact duly signed by the authorized official of HPCL and the Contractor, will form part of
this contract / supply order.

Bidder is required to go through the provisions regarding Integrity Pact as per General Terms and
Conditions of Contract, and/or Annexures-16 and 17 (Refer format of BG & IP). Integrity Pact is a Pact
between HPCL (as a purchaser) on one hand and the prospective bidder/contractor (vendor) on the
other hand stating that the two parties shall make certain commitments as to each other in regard to
ensuring transparency and fair dealings in the purchasing activities of the Corporation:

H.1 Agreement to be handed over/ signed at the time of sale of tender documents to the vendors
as per Annexure 16 (Refer format of BG & IP). Where the tenders are downloaded from the
Net, this Agreement shall be a precondition to the downloading of the tender documents.

H.2 Proforma of Integrity Pact issued along with the bidding document: Annexure 17 (Refer
format of BG & IP) shall be returned by the bidder along with technical bid, duly signed by the
same signatory who signs the bid i.e. who is duly authorized to sign the bid. All the pages of the
Integrity Pact shall be duly signed by the same signatory. Bidders failure to return the Integrity
Pact along with the bid, duly signed, shall be liable for rejection of such bid.

30.2 If the Bidder has been disqualified from the tender process prior to the award of contract according to
the provisions under Integrity Pact, HPCL shall be entitled to demand and recover from bidder
Liquidated damages amount by forfeiting the EMD/Bid security (Bid Bond) as per provisions of
Integrity Pact.

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_2_ITB.doc
HPCL Mumbai INSTRUCTION TO BIDDERS CIVIL & STRUCTURAL WORKS
Refinery FOR PIPE RACK- PR1

44LK-5100 Tender No.44LK5100ER-550003 - 026 Page 12 of 12

30.3 If the contract has been terminated according to provisions of the Integrity Pact, or if HPCL is entitled
to terminate the contract according to provisions of Integrity Pact, HPCL shall be entitled to demand
and recover from the Contractor liquidated damages amount by forfeiting the Performance Bank
Guarantee/ Security deposit as per Integrity Pact.

31.0 LANGUAGE OF BIDS

31.1 The bid and all correspondence incidental and related to bid shall be written in English language. Any
printed literature and document submitted in any other language should be accompanied by
authenticated English translation, in which case, for purpose of interpretation of the bid the English
translation shall govern. Responsibility for correctness of translation shall lie with the Bidders.

32.0 CONFIDENTIALITY OF DOCUMENTS

32.1 Bidders shall treat the bidding documents and contents therein as strictly confidential. If at any time,
during the bid preparation period, Bidder decides to decline to bid; all documents must be
immediately returned to OWNER.

33.1 PART ORDER- Deleted

-------------------

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_2_ITB.doc
DIESEL HYDROTREATING UNIT
PROJECT
OF
HINDUSTAN PETROLEUM
CORPORATION LTD.

MUMBAI REFINERY

SECTION: 1.3
1.3

PROPOSAL FORMS
(FORM A TO E)
FOR
Tender No. 44LK-5100-ER-550003 - 026

CIVIL & STRUCTURAL WORKS FOR PIPE


RACK - PR1
INDEX OF PROPOSAL FORMS
S. NO. FORMAT NO. DESCRIPTION

1. FORM A DECLARATION BY THE BIDDER


2. FORM B DELETED
3. FORM C FORMAT OF LETTER OF WAIVER OF CONDITIONS / DEVIATIONS
4. FORM D EXCEPTIONS AND DEVIATIONS
5. FORM E BID QUALIFICATION CRITERIA (BQC)

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_3_PROPOSAL FORM.doc
FORM A

BRIEF SCOPE OF WORK : CIVIL & STRUCTURAL WORKS FOR PIPE RACK-PR1 for
Diesel Hydrotreating Project of M/s. Hindustan Petroleum
Corporation Limited at Mumbai Refinery

TENDER NO : 44LK-5100-ER-550003 - 026

DECLARATION BY THE BIDDER

We _______________________ (Name of the Bidder) hereby represent that we have gone through and
understood the Tender Documents and our Bid has been prepared accordingly in compliance with the
requirements stipulated in the said documents.

We are submitting one copy of the CDs duly signed and the Master Index duly signed and stamped on
each page in token of our acceptance as part of our Bid. We undertake that said Tender documents
shall be deemed to form part our Bid and in the event of award of work to us, all the parts shall be
considered for constitution of Purchase Order.

SIGNED FOR AND ON BEHALF OF

_______________________________
(NAME OF BIDDER)

PLACE: ____________________

DATE: ____________________

NOTE: This declaration should be signed by the Bidders representative who is signing the Bid.

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_3_PROPOSAL FORM.doc
FORM C

FORMAT OF LETTER OF WAIVER OF CONDITIONS / DEVIATIONS


ON COMPANY LETTER HEAD

BRIEF SCOPE OF WORK : CIVIL & STRUCTURAL WORKS FOR PIPE RACK-PR1 for
Diesel Hydrotreating Project of M/s. Hindustan Petroleum
Corporation Limited at Mumbai Refinery

TENDER NO : 44LK-5100-ER-550003 - 026


We _________________(Name of the Bidder) hereby agree to fully comply with, abide and accept
without variation, deviation or reservation all technical, commercial and other conditions whatsoever of
the Bidding documents and all Addenda/ Corrigenda/ Amendments/ Clarifications issued by Hindustan
Petroleum Corporation Limited.

We further hereby waive, withdraw and abandon any and all deviations, variations, objections or
reservations whatsoever hereto set out, given or indicated in our offer, clarifications, correspondence,
communications or otherwise with a view that the final price bid submitted may be treated to conform in
all respects, with the terms and conditions of the said Tender documents including all Addenda/
Corrigenda/ Amendments.

We further hereby confirm that the currencies of price quoted in the price bid are as per the provisions
of the Bidding documents and there is no deviation to the provisions in the final price bid.

** For and on behalf of

Dated: Authorised signatory

** The letter of Waiver must be signed by the person(s) authorized to sign.

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_3_PROPOSAL FORM.doc
FORM D

BRIEF SCOPE OF WORK : CIVIL & STRUCTURAL WORKS FOR PIPE RACK-PR1 for
Diesel Hydrotreating Project of M/s. Hindustan Petroleum
Corporation Limited at Mumbai Refinery

TENDER NO : 44LK-5100-ER-550003 - 026

EXCEPTIONS AND DEVIATIONS

S. TENDER DOCUMENT REFERENCE SUBJECT DEVIATION


NO. PART NO. PAGE NO. CLAUSE
NO.

NOTE: 1. If unavoidable, Bidder may stipulate deviations to the requirements of the Bid
document only in this format

2. Bidder shall furnish Technical and commercial deviations, if any, separately.

3. Any deviations stated elsewhere in the bid shall not be taken into account and
may render the bid non-responsive and liable to be rejected.

STAMP & SIGNATURE OF BIDDER : ___________________________

NAME OF BIDDER : ___________________________

DATE :

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_3_PROPOSAL FORM.doc
FORM E
BQC FORM

BID QUALIFICATION CRITERIA (BQC)

Tender No. : 44LK-5100- ER-550003 - 026

Bidder to submit following information SEPARATELY FOR EACH COMPLETED WORK REFERRED:

Sr.
Description Similar works Ref. 1, 2 etc.
No.
1. Name of Owner

a) Name and address of Owners contact person

b) Telephone and Fax No.

2. Name of Engineering Consultant (if any)

a) Name and address of Consultants contact


person

b) Telephone and Fax No.

3. a) Date / month / year of award / Commencement


of Work

b) Date / month / year of scheduled Completion of


the Work

c) Date / month / year of actual completion of Work

4. Basis of work Main Contractor / sub contractor

5. Details of work carried outside your own country (if


any)

6. Whether document submitted in support viz.

a) Copies of work order

b) Completion certificates identifying the


scope of work for ascertaining PQC

7. Health and Safety Total No. Of accidents / loss


time accidents

Page 1 of 2

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_3_PROPOSAL FORM.doc
FORM E
BQC FORM

BID QUALIFICATION CRITERIA (BQC)

Tender No. : 44LK-5100- ER-550003 - 026

2. ANNUAL TURNOVER

1) 2008 2009 INR ________________

2) 2007 2008 INR ________________

3) 2006 2007 INR ________________

(Please submit copies of Audited Balance sheets)

Whether copies of balance sheet and annual turnover statements for the above three financial
years submitted: YES / NO

Note 1. Bidder shall furnish the experience details as above of similar works, which
they consider suitable for their pre-qualification. OWNER / JACOBS reserve
the right not to evaluate any other project details.

2. Bidder to note that BQC Form shall be filled as per the Proforma as stated,
along with copies of work order and completion certificates.

3. Bidder to note that non-submission of relevant supporting documents may lead


to rejection of their PQ Bid. It is to be ensured that all relevant supporting
documents shall be submitted along with the bid in the first instance itself. Pre-
qualification may be completed based on the details so furnished without any
subsequent additional information.

Page 2 of 2

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word Files\1_3_PROPOSAL FORM.doc
Page 1 of 24

SUBMISSION FORM A

HEALTH, SAFETY, AND ENVIRONMENT REQUIREMENTS


FOR CONTRACTORS

DOCUMENT NO.: NIL

PREVIOUS DOCUMENT NO. : NIL

Rev. No. Issue Date Pages Rev. Description Prepared Checked Approved
By By By

0 6 September 2005 24 Issue for Use SGR AGG TBP

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 2 OF 24
REVISION NO.: 0

Table of Contents
1.0 CONTRACTORS Health, Safety and Environment Requirements ..................................................2
2.0 Definitions .........................................................................................................................................2
3.0 Documentation and Reporting Requirements ..................................................................................2
4.0 HSE Training/Communication Requirements...................................................................................2
5.0 Basic HSE Requirements .................................................................................................................2
6.0 Certification, Inspections, and Regulatory Agency Permits..............................................................2
7.0 Hazardous Chemicals.......................................................................................................................2
8.0 Respiratory Protection ......................................................................................................................2
9.0 HSE Surveys ....................................................................................................................................2
10.0 Planning and Observation Procedures.............................................................................................2
11.0 Accident/Incident Investigation .........................................................................................................2
12.0 Drugs, Alcohol, and Contraband ......................................................................................................2
13.0 Medical And Exposure Monitoring....................................................................................................2
14.0 Imminent Danger Situations .............................................................................................................2
15.0 HSE Adherence Policy .....................................................................................................................2
16.0 Exhibits .............................................................................................................................................2
Exhibit 1 Contractor HSE Data Form ..............................................................................................2
Exhibit 2 Monthly Contractor HSE Statistics Report......................................................................2
Exhibit 3 Notice of HSE Non-Compliance ......................................................................................2
Exhibit 4 Warning Letter for HSE Non-Compliance......................................................................2
Exhibit 5 Written Notice of Temporary Job Suspension ..............................................................2
Exhibit 6 Safe Plan of Action ............................................................................................................2
Exhibit 8 Accident/Incident Investigation Report...........................................................................2
Exhibit 10 First Aid Register .............................................................................................................2

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 3 OF 24
REVISION NO.: 0

1.0 CONTRACTORS HEALTH, SAFETY AND ENVIRONMENT REQUIREMENTS


It is the policy of Jacobs, to select, contract with, and oversee contractors with the same priority and
emphasis on Health, Safety and Environment (HSE) protection as we practice for our own employees.
It is a contractual requirement that contractors comply with all applicable OWNER, State, and
Government health, safety, and environmental regulations.
This Attachment specifies Jacobs HSE requirements that may exceed prevailing Government
standards or the contractors normal HSE procedures. Jacobs is responsible for reviewing and
implementing the HSE requirements. Contractors are also responsible for ensuring that their lower
tier contractors review and implement these HSE requirements.
2.0 DEFINITIONS
Accident/Incident An unplanned, undesirable event that disrupts work activity.
Consultant Jacobs Engineering Group or the Jacobs operating group or subsidiary
Jacobs company named in this contract in which these Contractor HSE requirements
are incorporated.
OWNER Means authorized representatives/ nominees and / or its successors, or
permitted assigns.
Contractor Person, Firm or Corporation to whom the work will be awarded by the Owner.
Safe Plan of A task-specific planning document used to help ensure that every task
Action (SPA) receives proper HSE assessment and planning. Also referred to as a Job
Safety Analysis (JSA) in some locations.
Site/Project The highest-ranking Jacobs/OWNER representative whose regular work
Manager location/office is at the project site.
Task Safety A review of the SPA among the crew and supervisor to discuss and resolve
Awareness any HSE issues before work is continued, when there has been a break in
(TSA) the work schedule, change in work conditions, change in crew, etc.
Work The total of the Contractors responsibilities as set forth in the contract
Documents.
3.0 DOCUMENTATION AND REPORTING REQUIREMENTS
3.1. Before mobilizing to the project, the contractor and its lower-tier contractors shall forward to
Jacobs/OWNER a copy of their companys HSE Program.
3.2. Contractors must submit the information required by Exhibit 1, Contractor HSE Data Form,
before award of contract, unless specifically exempted from this provision by the OWNER.
3.3. A project-specific HSE Emergency Response Action Plan or, in the case of hazardous waste
operations, must be generated by each Contractor mobilizing on the project plan in
accordance with Jacobs, OWNER, State, and government requirements.
3.4. If the project is regulated as a hazardous waste or emergency response operation, the
Contractor has the choice of adopting the site Heath and Safety Plan (HSP) or developing a
similar plan that is, at a minimum, equally protective and compliant. Contractor site personnel
shall read and acknowledge by signature that they will comply with the applicable HSP.
3.5. Contractors are responsible for maintaining a First Aid Register (Exhibit 10) for all employee
injuries and illness reported on the project.
3.6. Contractors must immediately inform Jacobs/ OWNER of any Governmental or other HSE
regulatory agencies inspections or other actions involving the contractors work.
3.7. Contractor employees must promptly report all potentially work-related incidents, injuries, or
illnesses to their Supervisor or their Site HSE Representative.

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 4 OF 24
REVISION NO.: 0
3.8. Contractor must promptly report all potentially work-related incidents, injuries, or illnesses to
Jacobs/ OWNER.
3.9. Injuries, illnesses, or any incident involving a third party or a member of the general public
must be promptly reported to Jacobs/ OWNER.
3.10. Incidents involving potential exposures to hazardous materials and releases or spills of such
materials must be promptly reported to Jacobs/ OWNER.
3.11. Accident investigation reports for all accidents, injuries, and work-related illnesses shall be
forwarded to Jacobs/ OWNER within twenty-four hours of the occurrence.
3.12. Contractor employees are required to participate in documented, daily task-specific Safe
Plans of Action (Exhibit 6) and regular Safety Observation Reports (Exhibit 7).
3.13. Contractors will conduct weekly HSE meetings, and signed copies of the meeting reports
shall be made available to Jacobs/ OWNER.
3.14. Contractors shall complete the Monthly Contractors Accident Statistics Report (Exhibit 2) for
each month in which they conduct work on the project. These reports are due to Jacobs/
OWNER by the first business day of the month for the proceeding month.
4.0 HSE TRAINING/COMMUNICATION REQUIREMENTS
4.1. Contract employees must complete HSE training required by OWNER and Government HSE
requirements. Such training may include, but is not limited to, a site-specific orientation and
quiz provided by Jacobs/ OWNER Safety Training for Supervisory Personnel, and
ergonomics training. Documentation of all HSE training shall be maintained at the project site
by the Contractor and provided to Jacobs/ OWNER upon request.
4.2. Contractors must certify that all operators of mobile equipment such as forklifts, cranes, boom
lifts, buses, etc., have been trained and/or certified on the proper operation of the equipment.
Copies of this training and certification shall be maintained on the project site by the
Contractor and forwarded to Jacobs/ OWNER upon request. Mobile crane operators must be
qualified on each specific crane (type & rating) that they are assigned to operate through a
testing and qualification procedure recognized by Jacobs/ OWNER.
4.3. Contractors must establish a prompt and effective method of providing HSE communications
such as HSE alerts, advisories, bulletins, regulatory updates, etc., to all site employees.
5.0 BASIC HSE REQUIREMENTS
The following HSE rules list Jacobs/ OWNER fundamental requirements for construction activities.
When there are multiple rules that may apply, the most stringent OWNER, State, or Government HSE
regulations that govern the work shall be followed.
5.1. Contractor shall appoint an on-site HSE representative, who will attend regular Jacobs/
OWNER HSE meetings and be responsible for implementation of the rules listed below, as
well as other HSE rules determined, to be necessary for the safe execution of the project.
Contractors employing __ or more workers must provide a full-time site HSE professional.
Additional site HSE personnel are required for each additional ___ workers thereafter.
Jacobs/ OWNER shall determine appropriate qualifications for Contractor HSE personnel,
based on project demands.
5.2. Hard hats shall be worn at all times where overhead hazards exist (e.g. construction,
environmental operations, operations or maintenance environment), regardless of the workers
activities. This includes welders when using welding hoods.
5.3. Shirts with sleeves shall be worn at all times. Loose or frayed clothing, loose or hanging long
hair, ties, rings, body jewelry, etc. shall not be worn around moving machinery or other areas
where they may become tangled.
5.4. Hearing protection shall be worn when exposures exceed 85 DBA.
5.5. Hard-toe footwear shall be worn by all workers when in the construction environment or in
areas where there is a danger of foot injuries due to falling, rolling, or piercing objects or when
employees feet are exposed to electrical hazards.

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 5 OF 24
REVISION NO.: 0
5.6. Safety glasses with rigid side shields shall be worn at all times when in the construction
environment and in any area where eye hazards exist. This includes under welding hoods
and for workers with prescription eyewear. Safety goggles must be worn over non-safety
prescription eyewear.
5.7. Face shields must be worn in addition to safety glasses when grinding, chipping, jack
hammering, and power sawing or when conducting other tasks that involve such face and/or
eye hazards.
5.8. Gloves, appropriate for the hazard present, shall be worn when hands are exposed to
absorption of harmful substances, cuts, abrasions, punctures, biological hazards, chemical
burns, thermal burns, or harmful temperature extremes.
5.9. Contractor shall comply with the Jacobs 100% Fall Protection Policy. This policy states that
Anytime employees are working from an unprotected elevation of six feet or more, fall
protection must be used. Working as stated above means while traveling, stationary, or at
anytime exposed to a fall from a surface not protected by approved handrails, guardrails or
some other approved fall elimination device. Jacobs prohibits the use of positioning devices
as the sole means of fall protection when working above six feet.
5.10. The use of passive systems, such as safety nets, monitoring systems, or controlled access
zones, as the sole means of fall protection when working above six feet, is prohibited. Jacobs
prohibits the use of safety nets as an independent means of fall protection.
5.11. Workers in mechanical lifts, including scissor lifts, boom trucks, suspended or supported
personnel baskets, articulating lifts, and other similar devices must use fall protection and
arresting equipment at all times. Such devices shall not be used as elevators to simply
transport workers to different work locations.
5.12. All portable ladders must be clearly marked with the ladder owners name.
5.13. The safest means of worker access for overhead work (e.g., rolling scaffolds, mechanical lifts,
platform ladders, etc.) shall be considered as alternatives to the use of portable ladders. If
ladders are used, then the top of all straight and extension ladders shall be tied to a
substantial anchor point before use; a second worker must hold the ladder until the tie-off is
secure. And, if a workers feet are on or above the fifth rung of a stepladder, the top of the
ladder must be tied to a substantial anchor or a second worker must hold the ladder
throughout the task.
5.14. When ascending or descending a portable ladder, three-point contact is considered
acceptable fall protection for fall exposures of less than 20 feet. When potential fall exposure
exceeds 20 feet, personnel on ladders must be protected with a personal fall arrest system.
5.15. Decking sections shall be laid tightly and immediately secured upon placement to prevent
accidental movement. During initial placement, decking sections shall be placed in such a
manner to ensure full support by structural members and each piece shall be individually
secured. Pre-installation or shake-out of multiple sections of decking using temporary
methods of attachment, such as tack welding, is not allowed. The use of controlled decking
zones is not allowed.
5.16. Equipment and tools shall not be altered in any way to adapt it for a job for which the
manufacturer does not intend it. The manufacturer of the equipment must approve any such
adaptations or alterations to equipment in writing. Only trained and authorized persons shall
operate machinery or equipment.
5.17. All hand-held power tools must be equipped with constant pressure switches that will
automatically shut off power when the pressure (workers hand) is removed. Hand-held
power tools with on/off or lock-on switches are not allowed.
5.18. Ground Fault Circuit Interrupters shall be used to protect all temporary electrical wiring and
cord sets. The use of assured grounding (quarterly equipment inspections) in lieu of GFCIs is
not an option.

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 6 OF 24
REVISION NO.: 0
5.19. Lock-out/tag-out procedures shall be followed to minimize the potential exposure of workers
to hazardous energy. Hazardous pipelines or vessels will be isolated by using a double block
and bleed system or by blanking. Every effort must be made to de-energize electrical
equipment to be worked on and other electrical equipment in the area that may affect the
work. If the equipment cannot be isolated or de-energized, written approval must be obtained
from Jacobs/ OWNER before work proceeds. Only Qualified Electricians may work on
energized or potentially energized circuits. Jacobs considers equipment rated at 480 volts
and above as high voltage.
5.20. Confined space entry work must follow a documented hazard assessment and safe work
planning process, which must be submitted to Jacobs/ OWNER for review prior to entry.
5.21. High-visibility reflective safety vests must be worn by all personnel, who work on or near
active roads, or during nights. Vests are also required for other work that places personnel,
such as flaggers, riggers, survey crews, etc., near to vehicular movement.
5.22. Motor vehicles and mobile equipment shall never be left running without an operator at the
controls. Proper use of seatbelts by all occupants is mandatory. Motor vehicle operators are
prohibited from using a mobile phone or two-way radio. This applies to both hands-free and
non-hands-free devices. If the use of such a device by the motor vehicle operator is
necessary, it is only allowed when the motor vehicle is stationary and in a safe location off the
roadway. If required by the Contractor, the use of two-way radios is allowed, provided that
written approval from the OWNER is obtained and only while on a projectdefined location or
within a OWNER facility.
5.23. Mobile crane lifts of over 50 tons, exceeding 85% of the cranes capacity, involving more than
one crane, lifting a non-rigid object, or lifts over active work areas or public property are
considered critical lifts and require written approval from Jacobs/ OWNER.
5.24. All outriggers on mobile cranes must be fully extended and fully deployed when the crane is
used to lift or support a load. If, due to configuration or physical location, all outriggers cannot
be fully deployed, calculations must be made from the on-rubber section of the load chart.
On-rubber lifts and pick-and-carry operations require Jacobs/ OWNER Site Managers written
approval.
5.25. Anti two-block devices that automatically disengage crane hoist/boom functions when the
hook or block approaches the jib or boom tip are required on all cranes.
5.26. Jacobs strictly prohibits multiple lift rigging (Christmas tree lifts).
5.27. Smoking is allowed only in designated smoking areas that have been approved by OWNER.
6.0 CERTIFICATION, INSPECTIONS, AND REGULATORY AGENCY PERMITS
6.1. Certain operations may require a OWNER and/or Jacobs permit. Such activities may include
but are not limited to hot work, confined space/vessel entry, excavations, asbestos
abatement, lead abatement, etc. The Contractor representative shall ask OWNER whether
any parts of the Contractors activities require a OWNER and/or owner permit.
6.2. Competent Person shall make a thorough annual inspection of all cranes and powered
hoisting equipment. Cranes assembled on site shall receive an annual inspection prior to
being put into service. Documentation of all crane inspections shall be provided to Jacobs
and must be maintained on site by the Contractor.
6.3. All scaffolding must be inspected and tagged by a Competent Person stating safe or unsafe
prior to initial use, before each work shift, and after any event that could affect its structural
integrity. Untagged scaffolds must not be used.
7.0 HAZARDOUS CHEMICALS
7.1. Contractors shall include planning for environmental compliance in the preparation of their
HSP or HSE Action Plan. Issues to be considered include but are not limited to release
reporting, air permits, water permits, asbestos/lead permits or notifications, hazardous waste
generation and related disposal procedures, spill mitigation and clean up methods, etc.
7.2. Contractor shall have a written Hazard Communication Program and comply with the
requirements of that program. A copy of the program shall be forwarded to Jacobs/ OWNER
prior to mobilization and a copy shall be in the possession of the Contractor on the site.
1.4.1 Submission Form A- HSE Requirment For Contractor
JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 7 OF 24
REVISION NO.: 0
7.3. Any potentially hazardous material or chemical brought onto the site shall be accompanied by
a Material Safety Data Sheet (MSDS). Copies of MSDSs shall be forwarded to Jacobs/
OWNER before the product is brought on to the site. Some sites, such as government
regulated facilities, do not permit the use of chemicals that are not on a pre-approved list.
7.4. Small quantities (less than 10 gallons) of hazardous liquids, such as gasoline, diesel fuels,
and solvents, brought onto the site shall be stored in a properly labeled safety container with
a flame arrestor and self-closing lid.
7.5. The OWNER shall be notified before any chemical or material is used that could create foul
smelling, noxious, or toxic vapors or gasses.
7.6. All accidents involving exposure to potentially hazardous materials and hazardous material
releases must be immediately reported to Jacobs/ OWNER. It is important to report all
releases or exposures even though the incident may be considered minor or no adverse
health effects or symptoms are apparent at the time.
8.0 RESPIRATORY PROTECTION
Contractors, who plan to use respirators as a part of their work operations, are required to forward to
Jacobs/ OWNER a copy of their written Respiratory Protection Program.
9.0 HSE SURVEYS
Jacobs/ OWNER and the Contractor HSE Department shall conduct periodic HSE surveys of the site.
Any HSE discrepancy observed shall be reported to the appropriate Contractor representative for
immediate correction.
These HSE surveys do not relieve Contractors of their responsibility to self-inspect their work and
equipment and to conduct their work in a safe and environmentally compliant manner.
10.0 PLANNING AND OBSERVATION PROCEDURES
In order to achieve Jacobs goal of Zero Incidents, the following shall be implemented by the
Contractor.
The SPA, the TSA, and the Safety Observation Report (SOR) process require each worker to receive
on-the-job training from their direct Supervisor. Contractor employees shall also be trained and
educated on their individual responsibilities contained in these tools by Jacobs/ OWNER after
mobilization.
10.1. Safe Plan of Action
The Safe Plan of Action (SPA) is developed by the crew assigned to perform the work with
guidance from their Supervisor. (See Exhibit 6.) The Supervisor identifies the work area and
task to be performed and then leads the crew in developing a Safe Plan of Action.
Creating the SPA requires the Supervisor to solicit crew participation in identifying hazards
and hazard control measures such as PPE, training requirement, permits, procedures, etc.
Members of the team are required to sign the SPA document to indicate their participation,
their understanding of the plan, and their agreement to follow the plan.
10.2. Task Safety Awareness
The Task Safety Awareness (TSA) meeting is a daily HSE briefing associated with the task(s)
that are scheduled for the crew during the work shift.
These meetings generally take from two to ten minutes and address the HSE measures
specific to the tasks.
TSA meetings shall be conducted at least daily and whenever a task presents a change of
hazards from the previous tasks.
10.3. Safety Observation Reports
The Safety Observation Report (SOR), Exhibit 7, is a proactive process designed to identify
and document HSE-related acts and conditions in the work environment. All Contractors
supervisors are required to participate in the Safety Observation Report process by
generating written Safety Observation Reports and turning them in to Jacobs/ OWNER at
least weekly.

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENT FOR CONTRACTORS PAGE : 8 OF 24
REVISION NO.: 0
The Safety Observation Report allows any site worker to record observed proper or improper
HSE practices and identifies the cause of any deficiencies so that corrective action can be
taken.
11.0 ACCIDENT/INCIDENT INVESTIGATION
A formal accident investigation must be conducted when an accident occurs, including non-injury
incidents, most first-aid type accidents, and environmental releases or spills.
11.1. In the event of a workplace accident, injury, or illness, the most important immediate actions
are to provide medical assistance to those who may need it and to ensure the safety of others
that may be affected or acting as emergency responders.
11.2. Securing the accident scene is essential to ensure an effective accident investigation. No
materials or equipment shall be moved made until a review of the accident is completed,
except when securing equipment or materials that could result in further injury.
11.3. Obtain witnesses names, permanent addresses, and signed statements of their complete
factual observations. (See Exhibit 9.)
11.4. All accident investigations must be documented using the Accident Investigation Report
(Exhibit 8). All required reports should be completed and copies provided within 24 hours to
the Jacobs/ OWNER.
12.0 DRUGS, ALCOHOL, AND CONTRABAND
Jacobs strictly prohibits the use, sale, attempted sale, manufacture, possession, distribution,
cultivation, transfer, or dispensing of any illicit substance.
Contractors shall implement a Drug, Alcohol, and Contraband Policy, including post incident testing,
which meets the requirements of the Jacobs policy. Key elements of the Jacobs policy, except where
prohibited by law, are:
Pre-access/Pre-assignment testing current to within six months prior to initial assignment to work
on the OWNERs project.
Post-incident testing of any worker involved in a project-related workplace incident that results, or
could have resulted, in
injury to any person requiring medical treatment beyond first aid,
any type of medical attention given by a third-party medical services provider (hospital,
clinic, doctor, etc.),
a motor vehicle incident, or
property damage.
Post-incident testing must be conducted as soon as possible after the incident occurs.
Reasonable suspicion testing upon reasonable suspicion by Contractor or Jacobs/ OWNER that a
worker is under the influence of a prohibited substance. In such cases, worker(s) shall be
immediately removed from the project and surrender their project credentials. Personnel so
removed may only be allowed to return with a negative test result and written permission of the
OWNER.
Periodic random or unannounced testing for workers randomly selected or chosen by job
classification or worksite. The percentage of the workforce, or the number of workers, selected
for testing shall be specified on a project specific basis and stated in the projects Hazard
Assessment Safety Action Plan.
Possession or use of alcohol in a Contractor or OWNER provided vehicle is prohibited.

Any worker whose drug or alcohol test is positive will be removed from the project and required to
surrender their project credentials.

Refusal to submit to drug or alcohol testing, or attempts to tamper with, adulterate, dilute, or otherwise
tamper with a test sample will be treated the same as a positive test result.

Contractor shall adopt collection, chain-of-custody, and other related procedures consistent with
sound industry practice.

The owners (OWNERs) drug and alcohol testing requirements may be more stringent than the
Contractor minimums. If so, the owners requirements shall be enforced.

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENT FOR CONTRACTORS PAGE : 9 OF 24
REVISION NO.: 0
If Jacobs/ OWNER suspects that a worker is in possession of illegal drugs, alcohol, or contraband,
Jacobs/ OWNER may request the individual to submit to a search of his or her person, personal
effects, vehicles, lockers, and baggage. Jacobs/ OWNER may also conduct random searches of
individuals entering or leaving the work site. Any suspected contraband will be confiscated and may
be turned over to law enforcement, as appropriate. If an individual is asked to submit to a search and
refuses, that individual will be considered insubordinate, will surrender their project credentials, will be
escorted off the job, and will not be allowed to return.

Jacobs/ OWNER shall have the right to review the Contractors Drug, Alcohol, and Contraband Policy
and to audit the Contractors implementation of their program at the jobsite.

Contractors shall comply with all applicable state, government and local alcohol and drug-related laws
and regulations.

13.0 MEDICAL AND EXPOSURE MONITORING


Contractors involved with operations, such as those involving hazardous waste, asbestos or lead
abatement, certain carcinogenic compounds, etc., shall describe their medical and exposure
monitoring procedures and their proposed compliance methods in their HSE Action Plan or HSP.

Employees involved in these operations shall receive training, prior to any fieldwork activity or
exposure, the medical requirements of applicable regulations or standards, including, but not limited
to, a baseline medical exam and periodic update exams, as required.

Employee medical requirements and limitations shall be considered prior to the use of certain types of
PPE, such as respirators.

14.0 IMMINENT DANGER SITUATIONS


Upon discovery of any situation that may, in the opinion of the OWNER, reasonably be expected to
cause serious physical harm, illness, death, or significant environmental damage, Jacobs/ OWNER or
HSE representative shall suspend the related work immediately. Work may resume only after the
HSE concern(s) have been corrected, to the satisfaction of the OWNER. Examples of imminent
danger situations may include, but are not limited to the following:
Falls from elevations
Excavations not properly sloped or shored
Electrocution hazards
Work activities posing injury hazards to the general public
Operation of vehicles, machinery or heavy equipment in an unsafe manner
Improper Lock Out/Tag Out procedures
In addition to the immediate suspension of work, the procedure for correction of imminent danger
situations follows the HSE Adherence Policy set forth below.

15.0 HSE ADHERENCE POLICY


Contractors are required to comply with the applicable HSE requirements and regulations. The
procedures below outline a three-step, progressively administered system to correct compliance
problems. However, if in the opinion of the OWNER, non-compliance issues are considered to be
severe, Contractors contracts may be terminated at any time.
15.1. Action Level One
If a Contractor fails to comply with an applicable HSE standard, Jacobs will issue a written
Notice of HSE Non-Compliance (Exhibit 3) to the Contractors site representative. OWNER
will also forward a Warning Letter for HSE Non-Compliance (Exhibit 4) and a copy of the
Notice of HSE Non-Compliance to the Contractors President or Operations Manager. Copies
of these shall be forwarded to the Jacobs Site and Project Managers.

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENT FOR CONTRACTORS PAGE : 10 OF 24
REVISION NO.: 0
15.2. Action Level Two
If item(s) of HSE non-compliance are not corrected by Action Level One, or if the Contractor
repeatedly fails to comply with the applicable HSE regulations, Jacobs/ OWNER will issue a
Written Notice of Temporary Job Suspension (Exhibit 5) to the Contractor. The Contractors
work may not resume until, the proposed corrective actions by the Contractor which is
acceptable to the OWNER. Actions that may be considered include, but are not limited to:
Removal of certain Contractor personnel from the project,
Alteration of the Contractors job procedures, or
Implementation of corrective action by the OWNER with back charges to the Contractor.
The Contractor shall not resume work until Jacobs/ OWNER accepts the proposed corrective
actions. Jacobs/ OWNER will document and keep on file the meeting results in the form of
meeting minutes.
15.3. Action Level Three
If Action Levels One and Two do not result in the Contractors HSE performance being
brought into compliance, Contract termination may result. Jacobs/ OWNER may terminate
the Contract after verifying with the Site/Project Manager that the HSE adherence procedure
has been followed and after giving the Contractor applicable notice. Only written approval
from the OWNER can reinstate a Contractors eligibility.
16.0 EXHIBITS
Exhibit 1, Contractor HSE Data Form
Exhibit 2, Monthly Contractor HSE Statistics Report
Exhibit 3, Notice of HSE Non-Compliance
Exhibit 4, Warning Letter for HSE Non-Compliance
Exhibit 5, Written Notice of Temporary Job Suspension
Exhibit 6, Safe Plan of Action
Exhibit 7, Safety Observation Report
Exhibit 8, Accident/Incident Investigation Report
Exhibit 9, Witness Statement
Exhibit 10, First Aid Register

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENT FOR CONTRACTORS PAGE : 11 OF 24
REVISION NO.: 0

Exhibit 1 Contractor HSE Data Form

Provide HSE Performance History For Last Three Full Years


Enter Year 20__ 20__ 20__

Number of employee hours worked

Number of fatalities

Number of cases involving days away from work (Lost Time Cases)

Number of other recordable cases

Total of all cases above (fatalities, days away from work, transfers or restricted
duty, and other recordable cases, i.e., the total of Columns G, H, I, and J)

Incidence Rate (total recordable cases x 200,000/total work hours)

Number of citations by government and other HSE regulatory agencies (provide


details for each on a separate sheet)
HSE Program
Yes No
Do you have a written hazard communication program?
Do you have a written HSE program?
When did you last update this HSE Policy statement?
Do you have a written drug and alcohol abuse prevention program, which includes pre-
employment, reasonable suspicion, and post incident testing?
Do you have a written respiratory protection program?
Do you have a new employee orientation program? If yes, does it contain instructions on:
Company HSE Policy
Company HSE Record
Company HSE Rules
Driving Safety
Electrical Safety
Fall Protection
Fire Protection
First Aid
Hazard Recognition
Hazard Reporting
Hearing Conservation
Housekeeping

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 12 OF 24
REVISION NO.: 0

Yes No
HSE Meeting Attendance
Injury Reporting
Ladders and Stairway Safety
Lock-out/Tag-out
Minimum Personnel Protective Equipment
Special Personnel Protective Equipment
Toxic Substances
Trenching and Excavation
Do you have a training program for newly hired or promoted first line supervisors? If yes,
does it contain instructions on:
Accident Investigation
Emergency Procedures
First Aid Procedures
Hazard Recognition
HSE Supervision
Incident Reporting
New Employee Orientation
Safe Work Practices
Toolbox HSE Meetings
HSE meetings are conducted:
Weekly
Bi-weekly
Monthly
Less often, as needed
Do you have a method for reporting of unsafe acts and condition?
Do you conduct field HSE inspections of work in progress?
If yes, who conducts the inspections? _________________________________________
How often? ______________________________________________________________
Are accident reports circulated to your management?
Is HSE a (documented) weighted factor in evaluating in the performance of:
Foreman
Supervisor
Management
Does your firm hold Toolbox HSE Meetings? If yes, how often:
Weekly
Bi-weekly

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 13 OF 24
REVISION NO.: 0

Yes No
Monthly
Less often, as needed
Do you operate a Safety Incentive Scheme?
HSE Staff
Number
How many full time HSE professionals do you have on staff?
How many full time industrial hygienists do you have on staff?
How many full time physicians do you have on staff?

Who is the most senior staff HSE professional at your company?


Name: Title: Phone:

Who should we contact to discuss the details of the information contained in this document?
Name: Title: Phone:

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 14 OF 24
REVISION NO.: 0

Exhibit 2 Monthly Contractor HSE Statistics Report

FOR: __________________ (MONTH) PROJECT NAME:_________________


CONTRACTOR NAME:

Workhours for the month: ________________________ Workhours Year-to-date: ______________

Number of injuries & illnesses that received treatment by a physician: ________________


Total number of Recordable injuries & illnesses: ________________________________
Number of Restricted duty cases: __________________ Number of Lost time (days away) cases: ______

Please list all injuries and illnesses, which have occurred to employees of your company on the above project
this month. Include accident cause, injury/illness suffered and current disposition of injured/ill employee (i.e.,
returned to work, still off work, awaiting surgery, etc.)

Person completing report: (print) ____________ Title: ________________

Date: _______________________ Signature : ________________

th
Please submit this report to Jacobs / OWNER on the above project by the fifth (5 ) of each month, for the
preceding months work activities.

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 15 OF 24
REVISION NO.: 0

Exhibit 3 Notice of HSE Non-Compliance


To:

Site Representative for:

Your company has been found to be in non-compliance with one or more government, State, or OWNERs
requirement(s), as specified below. This HSE non-compliance must be corrected immediately for your
company to meet the requirements of your contract.

Item
Description of Non-compliance Applicable HSE Requirement
No.

Issued By (Project Manager or Site Manager Issuing Notice):

Name Printed: Title:

Signature: Date:

Received By (Contractor Representative Receiving Notice):

Name Printed: Title:

Signature: Date:

cc: OWNER
HSE Representative

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 16 OF 24
REVISION NO.: 0

Exhibit 4 Warning Letter for HSE Non-Compliance

Project Name:

Project Number:

Your firm, ,
has been found to be in violation of your contract by non-compliance with applicable government, State, or
OWNER HSE requirements.

On (date),
in accordance with the Contractor OWNER HSE Adherence Policy, your representative,
,
was given a Notice of HSE Non-Compliance (copy attached). This notice specifies areas where your
company does not comply with government, State, or OWNER HSE requirements, and requests that these
items be corrected immediately.
If they are not corrected, more stringent measures will be taken in accordance with OWNER HSE Adherence
Policy.
Your prompt attention to this matter will be appreciated.

Issued By (Project Manager or Site Manager Issuing Warning Letter):

Name Printed: Title:

Signature: Date:

Received By (Contractor Representative Receiving Warning Letter):

Name Printed: Title:

Signature: Date:

cc: OWNER
HSE Manager

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 17 OF 24
REVISION NO.: 0

Exhibit 5 Written Notice of Temporary Job Suspension

Your company, while working on the


project has been notified of HSE performance deficiencies in accordance with
OWNERs Contractor HSE Adherence Policy.
Despite these written notifications requesting that immediate corrective action be taken to improve your HSE
performance, improvement has not occurred.
Therefore, in accordance with Action Level Two of the Contractor HSE Adherence Policy, we are hereby
notifying you that after securing your equipment, all job activities on the project named above are to cease.
Activities on this project may be resumed only after your company meets requirements set forth in the
Contractor HSE Adherence Policy.

Issued By:

Name Printed: Title:

Signature: Date:

cc: OWNER
HSE Manager

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 18 OF 24
REVISION NO.: 0

Exhibit 6 Safe Plan of Action


Project No.
Job/Task Work Area Date

Steps of Task Hazard/Reaction to Change Safe Plan Resources

Team Members Signatures

The signature of the supervisor confirms the completion of the hazard assessment and Safe Plan of Action by the crew.

Supervisors Signature: Date


Instructions: 1. Write name of job or task in space provided. 2. Conduct walk-through survey of work area. 3. Write the steps of the task in a safe sequence. 4. List all possible hazards involved in each step and
reaction to change. 5. In the Safe Plan column, state actions that will be taken to prevent the hazards or injury from reaction to change. 6. In Resources column, list equipment, tools, etc. needed to do the job. 8. Ask
each team member, who helped develop and will use this SPA, to sign in spaces provided. 9. Review the SPA at the end of the task for improvements.

Work shall stop when conditions change, the job changes, or a deficiency in the plan is discovered, and the current SPA will be modified or a new SPA created.

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 19 OF 24
REVISION NO.: 0

Review checklist while completing front page of SPA. Check all that apply.
A new SPA is required if the job scope or work conditions change.
Required Permits Hazards Safe Plan
 Confined Space  Overhead Utilities  Power de-energization required  Insulation blankets required  Wire watcher required
 Critical Lift  Required clearance distance = _______Ft.  Safe work zone marked
 Hot Work  Crane or other  Signalman assigned  Tag lines in use  Area around crane barricaded
 Lock Out/Tag Out Lifting Equipment  Lifting equipment inspected  Personnel protected from overhead load
 Soil Disturbance (Over 12)  Underground Utilities  Reviewed as-builts  Subsurface surveys  Received dig permit
 Utility Clearance  Required clearance distance = _______ Ft.  Safe work zone Marked
Required PPE  Electrical  Lock Out/Tag Out/Try Out  Permit required?  Confirm that equipment is de-energized
 Hard Hat, Class C  Reviewed electrical safety procedures
 Hard Hat, Class E (Elect. Protect)  Excavations  Permits  Inspected prior to entering  Proper sloping/shoring
 Ear Plugs/Ear Muffs  Barricades provided  Access/egress provided  Protection from accumulated water
Eye Protection:  Fire Hazard  Hot Work Permit  Fire Extinguishers  Fire watch
 Safety Glasses  Adjacent area protected  Unnecessary flammable material removed
 Face Shield  Vehicular Traffic or  Traffic Barricades  Cones  Signs  Flagmen  Lane closure
 Chemical Goggles Heavy Equipment  Communication with equipment operator
 Welding Hood  Noise >85 dB Hearing protection is required:  Ear plugs  Ear Muffs  Both
Hand Protection:  Hand & Power Tools:  Inspect general cond.  GFCI in use  Identified PPE required for each tool
 Cut Resistant Gloves  Reviewed safety requirements in operators manual(s)  Guarding OK
 Welders Gloves  Hand Hazards List sharp tools, material, equipment:__________________________________________
 Nitrile Gloves  PPE gloves, etc.  Protected sharp edges as necessary
 Surgical Gloves  Manual Lifting  Reviewed proper lifting tech.  Identified material requiring lifting equipment
 Rubber Gloves  Hand protection required  Back support belts
 Elect. Insulated Gloves  Ladders  Inspect general cond. before use  Ladder inspected with in last quarter
 Arm Sleeves  Ladder tied off or held  Proper angle and placement  Reviewed ladder safety
Foot Protection:  Scaffolds  Inspect general condition before use  Tags in place  Properly secured
 Sturdy Work Boots  Toe boards used  Footings adequate  Materials properly stored on scaffold
 Safety Toe Boots  Slips, Trips Falls  Inspect for trip hazards  Hazards marked  Tools & material properly stored
 Rubber Boots  Extension cords properly secured  Work zone free of debris
 Rubber Boot Covers  Pinch Points List potential pinch points:__________________________________________________
 Dielectric Footwear  Working near operating equipment  Hand/Body positioning
Respiratory. Protection:  Working w/ Chemicals  List specific chemicals involved and list hazards and precaution on front side.
 Reviewed MSDS  Exposure Monitoring required  Have proper containers and labels.
 Dust Mask  Identified proper PPE (respirators, clothing, gloves, etc.)
 Air Purifying Respirator  Asbestos or Lead Paint  Areas to be worked may contain asbestos or lead paint  Asbestos controls incorporated
 Supplied Air Respirator Potential  Lead based point controls in place  Exposure monitoring conducted.
o
 SCBA  Heat Stress Potential  Heat stress monitoring (>85 )  Liquids available  Cool down periods
 Emergency Escape Respirator  Sun Screen  Reviewed Heat Stress symptoms
 Cold Stress Potential  Proper clothing (i.e.. gloves, coat, coveralls)  Wind chill <32o
Special Clothing:
 Reviewed Cold Stress symptoms  Warm up periods
 Tyvek  Environmental  Air emissions  Water discharge  Hazardous wastes  Other wastes
 Poly Coated Tyvek  Pollution prevention  Waste minimization
 Fire Resistant Coveralls  Natural or Site Hazards  Weather  Terrain  Adjacent operations or processes  Biological hazards
 Rain Suit  Animals/reptiles/insects hazards
 Safety Vest  Adjacent Work/Processes  Notified them of our presents  Other workers adjacent, above, or below.
 Coordinated with adjacent supervisor/customer/operator  Need barriers between.
Fall Protection:
 Barricades/covers  Caution barricade tape required  Danger barricade tape required  Rigid railing required
 Harness  Covers over opening  Warning signs required
 Double Lanyard Required Additional Information:
 Anchorage Point Available
Additional Anchorage Connector

Needed e.g. Cross Arm Strap, etc.
 Retractable Device Needed
 Horizontal Life Line System Reqd.
 Fall Clearance Distance Adequate
 Fall Rescue/Retrieval Plan Set Up

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 20 OF 24
REVISION NO.: 0

Exhibit 7 Safety Observation Report

Date: Time: Supervisor of Observer:

Observation:

Was immediate corrective action taken? Yes  No 

Describe Immediate Corrective Action:

Describe Action to Prevent Recurrence:

Describe Indirect Cause:

Lack of Training  Lack of Belief  Lack of Resources 


Describe Suggested/Recommended Corrective Action For Indirect Cause:

Observers
Name Printed: Signature:

Name Printed: Signature:

Name Printed: Signature:

Description and Verification of Corrective Action Taken To Address Indirect Cause:

Supervisor/Manager
Name Printed: Signature: Date Completed:

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 21 OF 24
REVISION NO.: 0

Exhibit 8 Accident/Incident Investigation Report

Date of Accident/Incident: Time of Incident: Company:

Date of Investigation: Project Number: Client:

Location of Accident/Incident:

Did injury result? Yes/No ____, If yes, provide Employee Name(s):

S.S. No.: Skill: Yrs. in this Skill: Yrs. with Company:

Describe Type of Injury:

Was property damaged? Yes/No ___ _, Describe damage/owner:

Is damaged property secured/maintained? Yes/No_ ___, Person Maintaining

Names of Witnesses/Coworkers (With Social Security No.):

Weather / Wind Conditions:

List/Describe all personal protective equipment (PPE) in use by person exposed or injured:

If Chemicals Involved:

Name(s) of Chemical(s) Encountered:

Form of Chemicals (Solid, Liquid, Gas, Vapor, Dust, Mist Fume):

Describe Radiological Materials (if any):

Volume or Quantity Released:

Description of Accident/Incident:

Contributing Factors:

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 22 OF 24
REVISION NO.: 0

What corrective actions are being taken to prevent recurrence? Also list the person responsible for implementing
and the target completion date for each item.

Was an SPA/JSA developed for the task being performed? Yes/No_ ___, If yes, attach a copy.

Was a permit issued? Yes/No , If yes, attach a copy of the permit in effect at time of the incident.

Indirect cause: Lack of: Training____, Resources____, Belief____ (*explain)

Basic cause: Failure to: Plan____, Direct____, Organize____, Control____(*explain)

INVESTIGATION TEAM MEMBERS:

Injured / Involved:
Name Signature

Supervisor:
Name Signature

Site/Office Manager:
Name Signature

HSE Professional:
Name Signature

Name (Others) Title Signature

Name (Others) Title Signature

Client Representative(s) Contacted:

Agency Representative(s) Contacted:

* Attach additional sheets and supplemental data & information as necessary.


** Distribution: Original must be filed on-site; 1 copy must be sent promptly to the Corporate Health and
Safety Department.

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 23 OF 24
REVISION NO.: 0

Exhibit 9 Witness Statement

Please print or type.

Name: Title:

Social Security Number: Date: Time:

Temporary Address: Phone No.

Permanent Address: Phone No.

Location at Time of Accident:

Describe, to the best of your knowledge, what happened just before, during, and just after the accident:

Signature

1.4.1 Submission Form A- HSE Requirment For Contractor


JACOBS ENGINEERING INDIA PRIVATE LTD

DATE : 6th September 2005


HSE REQUIREMENTS FOR CONTRACTORS PAGE : 24 OF 24
REVISION NO.: 0

Exhibit 10 First Aid Register

Company: Project Name/Number:

Jobsite Location: Month / Year:

Site or Office Manager: Page: of

Supervisor
Date Time Name Type of Injury, Body Part, and Brief Description of Injury Class*
Or Foreman

* Class Classification: FAV First Aid Visit E-1 Doctors Visit R Recordable Other:

1.4.1 Submission Form A- HSE Requirment For Contractor


Page 1 of 14

SUBMISSION FORM B

TENDER FOR CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR1)

DHT PROJECT

OF

HINDUSTAN PETROLEUM CORPORATION LIMITED


MUMBAI

STANDARD INSTRUCTIONS
TO BIDDERS (PROPOSAL EXHIBITS)

Rev.No. Issue Date Pages Rev Description Prepared Checked Approved


By By By
0 19 January, 2002 12 Issued for use CLS CLS AGG

1 17 June, 2003 15 Sheet 9 revised and CLS SGR AGG


Sheet 10 & 11 added.
2 7 July, 2003 21 7 sheets of Safety RNK SGR AGG
Questionnaire added in
Proposal Exhibit No. 11
3 18 August, 2003 21 Sheet No. 6 revised RNK AGG AGG

4 8 September, 14 7 sheets of Safety SSB SGR AGG


2005 Questionnaire deleted
5 12 October, 2007 14 Generally Revised DM RNK AGG

1.4.2 Submission Form B (Proposal Exhibits).doc


JACOBS

STANDARD INSTRUCTION TO BIDDERS


(PROPOSAL EXHIBITS) PAGE 2 OF 14

TABLE OF CONTENTS

1 TIME SCHEDULE

2 PROPOSED SITE ORGANISATION

3 EQUIPMENT QUESTIONNAIRE

4 MANPOWER QUESTIONNAIRE

5 DETAILS OF PRESENT COMMITMENTS

6 DETAILS OF PAST PERFORMANCE

7 SAFETY REQUIREMENTS

8 SITE VISIT CONFIRMATION

9 VENDOR / SUPPLIER DATA

10 CONSTRUCTION QUALITY PLANS

Note: - 1. All Proposal Exhibits must be duly filled and signed by the Bidder without
exception in token of acceptance and must bear his seal. Separate pages may
be appended if necessary and should be documented/ listed in the enclosed
Proposal Exhibits.

1.4.2 Submission Form B (Proposal Exhibits).doc


JACOBS

STANDARD INSTRUCTION TO BIDDERS


(PROPOSAL EXHIBITS) PAGE 3 OF 14

PROPOSAL EXHIBITS NO. 1

TIME SCHEDULE

The entire work covered in this document shall be completed in all respects within a period of 10
(ten) months starting from date of issue of Fax of Acceptance/Letter of Acceptance/Letter of
Intent.
A mobilisation period of not exceeding 15 (fifteen) calendar days and as part of the above
contractual completion period will be allowed.

The Bidder shall enclose his proposed preliminary Schedule Bar Chart in support of this.

I accept to adhere to the Time Schedule, as above.

SEAL OF BIDDER SIGNATURE OF BIDDER

1.4.2 Submission Form B (Proposal Exhibits).doc


JACOBS

STANDARD INSTRUCTION TO BIDDERS


(PROPOSAL EXHIBITS) PAGE 4 OF 14

PROPOSAL EXHIBITS NO. 2

PROPOSED SITE ORGANISATION

The Bidder shall indicate the Site Organisation indicating the number of persons under each
category, he intends to deploy for carrying out the said work. It is understood that the Contractor
will deploy working and supervision personnel, depending upon the requirements from time to
time for timely completion of work. The Site Organisation will include atleast the following as part
of his construction team in addition to other staff: One Planning Engineer, One Safety Engineer,
One Quality Control Engineer. These staff will function independently and will not be allocated
any other assignment or responsibility other than what each of their designation indicates.

SEAL OF BIDDER SIGNATURE OF BIDDER

1.4.2 Submission Form B (Proposal Exhibits).doc


JACOBS

STANDARD INSTRUCTION TO BIDDERS


(PROPOSAL EXHIBITS) PAGE 5 OF 14

PROPOSAL EXHIBITS NO. 3

EQUIPMENT QUESTIONNAIRE

The Bidder shall indicate below the proposed deployment programme of equipments at site for
construction during the peak period.

Tentative Proposed
Sr. Description of Unit Present Intended Owner
Requirement Deployment
No. Equipments Location Date

SEAL OF BIDDER SIGNATURE OF BIDDER

1.4.2 Submission Form B (Proposal Exhibits).doc


JACOBS

STANDARD INSTRUCTION TO BIDDERS


(PROPOSAL EXHIBITS) PAGE 6 OF 14

PROPOSAL EXHIBITS NO. 4

MANPOWER QUESTIONNAIRE

The Bidder shall indicate the proposed manpower deployment for each month

Month
1 2 3 4 5 6 7 8 9 10
i Bar Bender
ii Carpenters
iii Masons
iv Operators
v Labours
vi Fitters
vii Gas cutters
viii Grinders
Ix Welders
x Electricians
xi Riggers
xii Helpers

Total

SEAL OF BIDDER SIGNATURE OF BIDDER

1.4.2 Submission Form B (Proposal Exhibits).doc


JACOBS

STANDARD INSTRUCTION TO BIDDERS


(PROPOSAL EXHIBITS) PAGE 7 OF 14

PROPOSAL EXHIBITS NO. 5

DETAILS OF PRESENT COMMITMENTS

Sr.
Name and Address of Type of work Value of Date of Schedule % Expected date
No.
Client Contract Commencement of completion Completion of completion
work

SEAL OF BIDDER SIGNATURE OF BIDDER

JACOBS

1.4.2 Submission Form B (Proposal Exhibits).doc


STANDARD INSTRUCTION TO BIDDERS
(PROPOSAL EXHIBITS) PAGE 8 OF 14

PROPOSAL EXHIBITS NO. 6

DETAILS OF PAST PERFORMANCE

Sr.
Name and Address of Type of work Value of Date of Completion Remarks
No.
Client Contract Commencement of
work Contractual Actual

SEAL OF BIDDER SIGNATURE OF BIDDER

1.4.2 Submission Form B (Proposal Exhibits).doc


JACOBS

STANDARD INSTRUCTION TO BIDDERS


(PROPOSAL EXHIBITS) PAGE 9 OF 14

PROPOSAL EXHIBITS NO. 7

SAFETY REQUIREMENTS

The Contractor shall follow all safety rules and shall strictly adhere to all kinds of safety
precautions to safeguard against the mishap and damage to the men; material and machinery
while carrying out work in the plant site.

The Contractor shall follow and practice without any prejudice, all the guidelines given in the
Standard Specifications for Field HSE Activities (44LK-5100-718/K.02/0006/A4) enclosed along
with this document.

The Contractor shall not be allowed to use / bring Asbestos in any form even for temporary
structures or any use of it within the project premises.

The Contractor shall take responsibility to keep project site Free of Asbestos all through the
project duration.

The Contractor shall provide as a minimum the Safety precautions / PPEs as indicated in Safety
Requirement Matrix Appendix I for various trades of work indicated in same.

SEAL OF BIDDER SIGNATURE OF BIDDER

1.4.2 Submission Form B (Proposal Exhibits).doc


JACOBS

STANDARD INSTRUCTION TO BIDDERS


(PROPOSAL EXHIBITS) PAGE 10 OF 14

APPENDIX 1
SR Activity Safety Safety Safety Safety Face Ear Hand Barrica Shoring Light- Ladder Scaffol Safety Work Power Circuit Proper Proper Joints Flash Good Gas Fire Test Temp Work- Railing Ade- House Safe Caution Remarks
NO Shoes Helmet Gogg- Har- Shield Plugs Gloves ding / Ade- ing d Gloves Permit Cable brea,ke earth- plug / connec back hose Cylind- exting- certi- guy ing around quate Keep- Access Board
les ness quate Require Jackets r ing sockets tions arrestor condi- ers uishers ficates/ ropes plat- Plat- Venti- ing
side ment well for gas tions upright cali- pro- form form lation
slope protect cylind- and bration vision
ed. ers secu- certifica
red tes of
cranes/
tools

1 EXCAVATION
(MANUALLY)
2 EXCAVATION (WITH
M/CS) / BLASTING Excavation M/C
must be in good
condition with
driver having
valid license.
3 RCC WORK (ON /
BELOW GROUND Workers should
stand on safe
LVL) platform for
pouring
concrete from
height.
4 RCC WORK (RCC
ABOVE GROUND
LVL)
5 ROOF WORK

SHOP
Material storage
and
6 PAINTING
handling as per
MSDS
SITE

7 STRUCTURAL
WORK (ERECTION Erection
schemes to be
AT SITE) approved before
work.
8 RIGGING WORK
(HEAVY LIFTS / Method
statement to be
ERECTION) approved before
work.
SHOP
Adequate cover
to prevent
9 CUTTING WORK molten metal /
cutpieces
SITE
from falling
below

Represents applicability.

1.4.2 Submission Form B (Proposal Exhibits).doc


JACOBS

STANDARD INSTRUCTION TO BIDDERS


(PROPOSAL EXHIBITS) PAGE 11 OF 14

APPENDIX 1
SR. Activity Safety Safety Safety Safety Face Ear Hand Barrica Shoring Light- Ladder Scaffol Safety Work Power Circuit Proper Proper Joints Flash Good Gas Fire Test Temp Work- Railing Ade- House Safe Caution Remarks
NO. Shoes Helmet Gogg- Har- Shield Plugs Gloves ding / Ade- ing d Gloves Permit Cable brea,ke earth- plug / connec back hose Cylind- exting- certi- guy ing around quate Keep- Access Board
les ness quate Require Jackets r ing sockets tions arrestor condi- ers uishers ficates/ ropes plat- Plat- Venti- ing
side ment well for gas tions upright cali- pro- form form lation
slope protect cylind- and bration vision
ed. ers secu- certifica
red tes of
cranes/
tools

SHOP

10 GRINDING WORK
SITE

SHOP
Adequate
cover to
prevent
11 WELDING WORK
molten metal
/ cutpieces
SITE
from falling
below
12 WORK IN
CONFINED SPACE
13 SAND
BLASTING/SHOT Adequate
protection for
BLASTING/GUNITIN face and
G body.
14 ELECTRICAL
WORKS
15 ELECTRICAL
HOISTS / WINCHES
16 STORES,YARD
LOADING/UNLOADI
NG
17 RADIOGRAPHY

18 PRECOMMISSIONIN
G/ COMMISSIONING

Indicates applicability.

Indicative PPEs and facilities as shown in above Safety Requirement Matrix

1.4.2 Submission Form B (Proposal Exhibits).doc


JACOBS

STANDARD INSTRUCTION TO BIDDERS


(PROPOSAL EXHIBITS) PAGE 12 OF 14

PROPOSAL EXHIBITS NO. 8

SITE VISIT CONFIRMATION

This is to confirm that our Manager / Engineer Mr.


has visited site on . . 2009 at
He met Mr. of M/s........................................................,
and has obtained all necessary information regarding Site location, Site conditions, Safety
requirements, Tentative location of Site office / Fabrication yard etc. and the nature of work to be
executed.

SEAL OF BIDDER SIGNATURE OF BIDDER

1.4.2 Submission Form B (Proposal Exhibits).doc


JACOBS

STANDARD INSTRUCTION TO BIDDERS


(PROPOSAL EXHIBITS) PAGE 13 OF 14

PROPOSAL EXHIBITS NO. 9

VENDOR / SUPPLIER DATA

The Bidder shall confirm below the vendors/ suppliers that he will have for supplying basic
materials of construction, which fall in the scope of Contractors supply as per this Tender/
Contract document. The locally procured materials like aggregates and bricks are however
excluded from this. The Contractor shall also supply necessary test certificates and carryout
required special tests asked for by Owner/ Consultant prior to supply of items. All facilities shall
be provided to the Owner/ Consultants to witness any or all of the tests. A quality plan for supply
items shall be submitted to Owner/ Consultant and approval obtained.

Sr.No. Item Proposed Vendor List Remarks

SEAL OF BIDDER SIGNATURE OF BIDDER

1.4.2 Submission Form B (Proposal Exhibits).doc


JACOBS

STANDARD INSTRUCTION TO BIDDERS


(PROPOSAL EXHIBITS) PAGE 14 OF 14

PROPOSAL EXHIBITS NO. 10

CONSTRUCTION QUALITY PLANS

The Contractor shall, submit his detailed Construction quality plan, which shall as a minimum
include:

a) The extent of checks to be carried out by Contractor at site and the records/ deliverables to
be generated by him.

b) Acceptance and agreement to submit QC Check Sheets and adhere to all Q.A procedures
inclusive of timely submission and approval of the QC Check Sheets/ Other forms/Other
requirements.

c) Specific procedure and precautions to be adopted by the Contractor to ensure:

i. Requisite quality of work as per Drawings, Specification and Codes.

d) Each sheet of the Contractor's Construction quality plans will be signed by him and bear
his official seal and signature.

e) Such Construction quality plans shall be submitted by the Contractor in line with enclosed
sample Minimum Indicative Inspection/ Test plans for:

Indicative QA Plans See below as marked

Civil *
Structural *
Mechanical
- Static
- Rotary
Site Fabricated Equipment
Piping
Welding *
Electrical
Instrument
Painting *
Cold / Hot insulation
Refractory
Ruberline

f) Such Construction quality plans shall be submitted by the Contractor before start of work.

I accept the above.

SEAL OF BIDDER SIGNATURE OF BIDDER

1.4.2 Submission Form B (Proposal Exhibits).doc


INDICATIVE DISCIPLINE : DATE
CONSTRUCTION QUALITY PLAN Civil

REF. SITE CO-ORDINATION PROCEDURE NO. CONTRACT NO.:

REF. PROJECT PROCEDURE NO.: PROJECT DETAILS:

Records Req.. to be
Action/ Extent of Type and Extent of Check by
Sr.No. Activity / Description Submitted/ Maintained Type of Record/Basis
check by Contractor Jacobs
by Contractor

1 Calibration of Test/ Measuring Instruments Yes Detail Check 100% Review Record Lab Reports / Site Test
Lab Reports / Test Certificate/ Inspection
2 - a) Materials Yes Detail Check 100% Review Record *
Reports
Lab Reports / Test Certificate/ Inspection
b) Equipment Yes Detail Check 100% Review Record
Reports
c) Consumable Yes Detail Check 100% Review Record * Lab Reports / Test Certificate

3 Survey & Layout Yes Detail Check 100% Check / Witness at Random Joint Record
Field books, Records of profile, or Final
4 Earth work Yes Detail Check 100% Check / Witness at Random
levels, Field test records
5 Concrete
a) Cube CR. strength Yes Detail Check 100% Check / Witness at Random Test Report/ Registers

b) Foundation & Pile cap/ Pre-concreting checks Yes Detail Check 100% Check / Witness at Random Site Inspection Report/ CC-4607

6 Piling
a) Driven piles Yes Detail Check 100% Check / Witness at Random Site Inspection Report/ CC-4601

b) Bored Piles Yes Detail Check 100% Check / Witness at Random Site Inspection Report/ CC-4601

c) Pile Test Yes Detail Check 100% Check / Witness at Random Site Inspection Report/ CC-4602

7 Underground services/ Sanitary Yes Detail Check 100% Check / Witness at Random Site Inspection Report/

8 Roads/ Drains/ Culverts/ Field tests Yes Detail Check 100% Check / Witness at Random Site Inspection Report

Civil-3/17/2009-11:39 AM Page 1 / 2 Construction Quality Plan Civil.xls


INDICATIVE DISCIPLINE : DATE
CONSTRUCTION QUALITY PLAN Civil

REF. SITE CO-ORDINATION PROCEDURE NO. CONTRACT NO.:

REF. PROJECT PROCEDURE NO.: PROJECT DETAILS:

Records Req.. to be
Action/ Extent of Type and Extent of Check by
Sr.No. Activity / Description Submitted/ Maintained Type of Record/Basis
check by Contractor Jacobs
by Contractor

9 Building
a) Waterproofing Yes Detail Check 100% Check / Witness at Random Site Inspection Report/CC-4613
Site Inspection Report/
b) Masonry Yes Detail Check 100% Check / Witness at Random
CC4610
Site Inspection Report/
c) Wall Construction Yes Detail Check 100% Check / Witness at Random
CC-4610
d) Plaster Yes Detail Check 100% Check / Witness at Random Site Inspection Report/CC-4611

e) Door, Windows Yes Detail Check 100% Check / Witness at Random Site Inspection Report/CC-4611
f) Flooring Yes Detail Check 100% Check / Witness at Random Site Inspection Report/CC-4611
g) Carpentry Yes Detail Check 100% Check / Witness at Random Site Inspection Report/CC-4611

h) Room finish Yes Detail Check 100% Check / Witness at Random Site Inspection Report/CC-4611

i) Painting/ White wash/color wash Yes Detail Check 100% Check / Witness at Random Site Inspection Report
Records of Periodic checks of Tools,
Implement and Comply as
10 Safety Detail Check 100% Close vigilance on Day today basis Tackles, Elec. Equpt. Lifting Machinery
per norms
etc.
11 As Built Drawing Mark up on Drawing Submit Review Record Drawing

Issue No. 1 Date 2 Date Remarks : - Review Record by Jacobs is 100% Distribution:QA
- Witness by Jacobs is 100%
Compiled By Project Manager
- Check/ Witness at Random by Jacobs is Generally 5% to 10%
Checked By H.O. Const.
* Approval of Sample prior to procurement for material in
Approved By contractors Scope of supply Site
Form No. :

Civil-3/17/2009-11:39 AM Page 2 / 2 Construction Quality Plan Civil.xls


INDICATIVE DISCIPLINE : DATE
CONSTRUCTION QUALITY PLAN STRUCTURAL

REF. SITE CO-ORDINATION PROCEDURE NO.: CONTRACT NO.:

REF. PROJECT PROCEDURE NO.: PROJECT DETAILS:

Records Req.. to be
Action/ Extent of Type and Extent of Check by
Sr.No. Activity / Description Submitted/ Maintained Type of Record/Basis
check by Contractor Jacobs
by Contractor

1 - a) Calibration of Test/ Measuring Instruments Yes Detail Check 100% Review Record Lab Reports / Site Test
Lab Reports / Test Certificate/
2 - a) Materials Yes Detail Check 100% Review Record *
Inspection Reports
Lab Reports / Test Certificate/
b) Equipment Yes Detail Check 100% Review Record
Inspection Reports
c) Consumable Yes Detail Check 100% Review Record * Lab Reports / Test Certificate
3 Fabrication Drawing Yes Detail Check 100% Review & Approve Joint Record
4 Fabrication

a) Joint Prepration/ Fit-up Yes Detail Check 100% Check / Witness at Random Site Inspection Report

b) Final Welding Yes Detail Check 100% Check / Witness at Random Site Inspection Report/ CC-4614

5 NDT (as applicable) Yes Detail Check 100% Review Record Lab Reports / Test Certificate
6 Erection

a) Locations Yes Detail Check 100% Check / Witness at Random Site Inspection Report/ CC-4608

b) Alignment/ Levels Yes Detail Check 100% Check / Witness at Random Site Inspection Report/ CC-4608

c) Grouting Yes Detail Check 100% Check / Witness at Random Site Inspection Report/ CC-4608
d) Final Welding Yes Detail Check 100% Check / Witness at Random Site Inspection Report/ CC-4608
Records of Periodic checks of
Impllement and Comply Close vigilence on Day today
7 Safety Detail Check 100% Tools, Tackles, Elec. Equpt. Lifting
as per norms basis
Machinery etc
8 As Built Drawing Mark up on Drawing Submit Review Record Drawing
Issue No. 1 Date 2 Date Remarks : - Review Record by Jacobs is 100% Distribution:QA

Compiled By - Witness by Jacobs is 100% Project Manager

Checked By - Check/ Witness at Random by Jacobs is Generally 5%


H.O.toConst.
10%
* Approval of Sample prior to procurement for
Approved By material in contractors Scope of supply Site
Form No. :

Structural-1/20/2009-9:26 AM Page 1/1 5.2.2.1 Construction Quality Plan Structural


INDICATIVE DISCIPLINE : DATE
CONSTRUCTION QUALITY PLAN WELDING

REF. SITE CO-ORDINATION PROCEDURE NO.: CONTRACT NO.:

REF. PROJECT PROCEDURE NO.: PROJECT DETAILS:

Records Req.. to be
Action/ Extent of Type and Extent of Check
Sr.No. Activity / Description Submitted/ Maintained Type of Record/Basis
check by Contractor by Jacobs
by Contractor

1 Calibration of Test/ Measuring Instruments Yes Detail Check 100% Review Record Lab Reports / Site Test
Lab Reports / Test Certificate/CC-
2 - a) Base Materials Yes Submit Review Record *
4121
b) Welding Equipment Yes Submit Review Record Lab Reports / Test Certificate

c) Consumable (Electrodes/ Filler wire etc.) Yes Submit Review Record * Lab Reports / Batch Certificate
Welding Procedure Specification/
3 Welding Procedure Specification Yes Submit Review & Approve
Sec-IX / CC-4118
4 Welding Procedure Qualification
a) Welding of Test Piece Yes Conduct Witness Site Test

Yes Conduct Procedure Qualification Record /


b) NDT/ Destructive Tests Witness
Lab Report / Sec-IX/CC-4116
5 Welder Performance Qualification
Yes Conduct Witness Certificate/ Site Test
a) Welder Test
b) NDT/ Destructive Tests Yes Conduct Review Lab Report / Sec-IX / CC-4117

6 Procedures
Approved Procedure / Sec-V/CC-
a) Radiography Yes Submit Review & Approve
4119
b) Dye-penetrant Yes Submit Review & Approve Approved Procedure / Sec-V

c) Ultrasonic Yes Submit Review & Approve Approved Procedure / Sec-V

d) Magnetic particle Yes Submit Review & Approve Approved Procedure / Sec-V

e) Pre-Heat & Interpass Temperature Yes Submit Review & Approve Approved Procedure

f) Post Weld Heat Treatment Yes Submit Review & Approve Approved Procedure
Welding-1/20/2009-9:48 AM Page 1/2 5.2.2.5 Construction Quality Plan Welding
INDICATIVE DISCIPLINE : DATE
CONSTRUCTION QUALITY PLAN WELDING

REF. SITE CO-ORDINATION PROCEDURE NO.: CONTRACT NO.:

REF. PROJECT PROCEDURE NO.: PROJECT DETAILS:

Records Req.. to be
Action/ Extent of Type and Extent of Check
Sr.No. Activity / Description Submitted/ Maintained Type of Record/Basis
check by Contractor by Jacobs
by Contractor

7 Checks (Non-Destructive checks)


a) Preheat & Interpass Temperature Yes Detail Check 100% Check / Witness at Random Graphs/Report

b) Welding Root & Subsequent Passes Yes Detail Check 100% Check / Witness at Random Report /

c) Post Weld Heat Treatment Yes Detail Check 100% Review Record Graphs /

d) Radiography Yes Detail Check 100% Review Record Report / Film / CC-4206

e) Dye-penetrant Yes Detail Check 100% Check / Witness at Random Report / CC-4206

f) Ultrasonic Yes Detail Check 100% Witness Report / CC-4206

g) Magnetic Particle Yes Detail Check 100% Witness Report / CC-4206

Issue No. 1 Date 2 Date Remarks : - Review Record by Jacobs is 100% Distribution:QA
- Witness by Jacobs is 100%
Compiled By Project Manager
- Check/ Witness at Random by Jacobs is Generally 5% to 10%
Checked By H.O. Const.
* Approval of Sample prior to procurement for material in
Approved By contractors Scope of supply Site
Form No. :

Welding-1/20/2009-9:48 AM Page 2/2 5.2.2.5 Construction Quality Plan Welding


INDICATIVE DISCIPLINE : DATE
CONSTRUCTION QUALITY PLAN PAINTING

REF. SITE CO-ORDINATION PROCEDURE NO.: CONTRACT NO.:

REF. PROJECT PROCEDURE NO.: PROJECT DETAILS:

Records Req.. to be
Action/ Extent of Type and Extent of Check by
Sr.No. Activity / Description Submitted/ Maintained Type of Record/Basis
check by Contractor Jacobs
by Contractor

1 - a) Calibration of Test/ Measuring Instruments Yes Detail Check 100% Review Record Lab Reports / Site Test
Lab Reports / Test Certificate/
2 - a) Materials Yes Detail Check 100% Review Record *
Inspection Reports/CC-4121
Lab Reports / Test Certificate/
b) Equipment Yes Detail Check 100% Review Record
Inspection Reports
c) Consumable Yes Detail Check 100% Review Record * Lab Reports / Test Certificate

3 Take over of equipment/ Tank/ Piping/ Str. Yes Detail Check 100% Check / Witness at Random Joint Record

4 Surface Preparation/ Sandblasting Yes Detail Check 100% Witness Site Inspection Report/CC-4110

5 Primer Application- DFT Check Yes Detail Check 100% Witness Site Inspection Report/CC-4110

6 Final Painting-DFT Check Yes Detail Check 100% Witness Site Inspection Report/CC-4110

7 Painting Identification Band/ Code etc. Yes Detail Check 100% Witness Site Inspection Report

8 Confirm complection of

a) Pressure Testing of piping Yes Detail Check 100% Review Record Site Inspection Report

b) Mechanical Clearence of Storage/ Eqpt. Yes Detail Check 100% Review Record Site Inspection Report
Records of Periodic checks of
Impllement and Comply as
9 Safety Detail Check 100% Close vigilence on Day today basis Tools, Tackles, Elec. Equpt. Lifting
per norms
Machinery etc
10 Testing (DFT) Yes Detail Check 100% Check / Witness at Random Site Inspection Report

Issue No. 1 Date 2 Date Remarks : - Review Record by Jacobs is 100% Distribution:QA
- Witness by Jacobs is 100%
Compiled By Project Manager
- Check/ Witness at Random by Jacobs is Generally 5% to 10%
Checked By H.O. Const.
* Approval of Sample prior to procurement for material in
Approved By contractors Scope of supply Site
Form No. :

Painting-1/20/2009-9:49 AM Page 1/1 5.2.2.6 Construction Quality Plan Painting


HPCL, MUMBAI TECHNICAL COMPLIANCE CONFIRMATION BY BIDDER Section 1.5
DHT PROJECT CIVIL & STRUCTURAL WORKS FOR PIPE RACKS (PR1) Rev. A
44 LK 5100 Document No. 44LK-5100-718/K.02/0003/A4 Page 1 of 1

Sl Description Bidders Confirmation


No.
1.0 SITE ORGANISATION CHART AND RESOURCE
DEPLOYMENT

1.1 Please confirm that a Field Organisation Chart,


Deployment Programme for Manpower and
Equipments is enclosed in the bid (as part of
Submission Form B Proposal Exhibits) and
confirm that additional / sufficient numbers of
persons shall be deployed at site during the site
activities as per actual job requirement and
instructions of Engineer-in-charge.

1.2 Please confirm that qualification and experience of


Key Persons proposed to be deployed at site shall
be in conformity to the requirements indicated in the
tender document.

2.0 Please confirm that Construction Management for


the total work will be your responsibility (not to be
sub-contracted). You will be responsible for the
quality of work produced by your subcontractors (if
any) and arrange first line supervision/inspection on
your subcontractors work.

3.0 Please confirm that the required informations under


Exhibit 1 (Contractors HSE Data Form) of the
Submission Form A HSE Requirements for
Contractors is furnished and the same enclosed in
the bid.

4.0 Please confirm that requirement of Health, Safety


and Environment (HSE) as per bid specification
44LK-5100-718/K.02/0006/A4 are taken into
consideration and HSE guidelines indicated in the
bid shall be complied with.

5.0 Please confirm that requirement of Quality


Assurance specified in the tender document shall
be complied with.

DATE STAMP & SIGNATURE OF


BIDDER

1.5 Technical Compliance.doc


SECTION 1.5

COMMERCIAL QUESTIONNAIRE
Jacobs
HPCL, Mumbai COMMERCIAL QUESTIONNAIRE Part I
Civil & Structural Works Section 1.5
for Pipe Rack PR-1
44LK-5100 Sheet 2 OF 3

Sr.No. Jacobs Query Bidders Reply / Confirmation


1 Please confirm that 1 set of CD & Master Index
(Table of Content) alongwith amendment, if any,
duly signed and stamped on each page has been
submitted alongwith the Bid.

2. Confirm that all pages of the Bid have been signed


& stamped.

3. Confirm that Bank Guarantee/Demand Draft


towards Earnest Money Deposit (EMD) as
mentioned in clause no. 5 of Notice Inviting Tender
(NIT) with validity upto the date mentioned in NIT
has been submitted with the Bid.

4. Confirm that Demand Draft towards Tender Fees as


mentioned in clause no. 6 of Notice Inviting Tender
(NIT) has been submitted with the Bid.

5. Confirm that Integrity pact as per clause no. 30 of


ITB has been submitted with the Bid.

6. Confirm that Bid has been submitted in 5 (1 Original


+ 4 Copies) copies as specified in Instructions to
Bidders.

7. Confirm that the price part does not include any


terms and conditions.

In case any terms and conditions are mentioned in


the price part, the same shall be ignored.

8. Confirm your compliance to total scope of work


mentioned in the Bidding document and have
quoted for all the items.

9. Confirm that Quoted prices shall be Fixed and Firm


till complete execution of the Order.

10. Confirm your acceptance for time schedule as


mentioned in Annexure-III to Special Conditions of
Contract (SCC).

11. Confirm your acceptance for Mandatory


Requirements of Bidding documents as per clause
no. 8 of Instructions to Bidders (ITB).

12. Confirm your acceptance to Price Reduction cause


as per tender

13. Confirm acceptance of Payment terms as


mentioned in Annexure-V to Special Conditions of
Contract (SCC).
14. Please confirm that your lumpsum price includes
cost towards third party inspection if any.

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word
Files\1_5_Commercial Questionnaire.doc
Jacobs
HPCL, Mumbai COMMERCIAL QUESTIONNAIRE Part I
Civil & Structural Works Section 1.5
for Pipe Rack PR-1
44LK-5100 Sheet 3 OF 3

Sr.No. Jacobs Query Bidders Reply / Confirmation

15. Confirm that all costs resulting from safe execution


of work, including but not limited to items below
have been considered, including any special safety
measures required to be taken during monsoon, or
any other safety measures to be undertaken by the
CONTRACTOR for the execution of Work are
included in the lumpsum prices.
Use of safety goggles while grinding
Use of helmet / safety shoes.
Crane movement area to be barricaded.
Cylinders of flammable gases to be stacked
upright.
Earthing of equipment to be made proper.
Toe boards to be provided in scaffolding
platforms.
Excavations to be properly shored / slopped.
Safety net for construction.
Plant gas detectors as per NFPA.
Barricading with sprinkler system.
Enabling works within battery limit.
Testing of fuel, water quality, soil testing.

16. Please confirm that all safety rules & regulations as


mentioned in Bidding Document or notified at later
date by OWNER during execution shall be adhered
by CONTRACTOR within lumpsum price.
17. Please furnish the biodata of key personnel
including nominated Project Director, Project
Manager, Engineering Manager, Engineering Co-
ordinator, Purchase Manager, QA / QC Manager,
Commissioning Manager, Commissioning Engineer,
etc. These will be reviewed and approved by
Engineer-in-charge
18. Please confirm that your sub contractor for
construction shall be meeting the requirements as
specified in Special Conditions of Contract including
the provision of GTC. Also that the agency for
executing electrical work shall have a valid license
for carrying out the work in the state of Maharashtra

STAMP AND SIGNATURE OF BIDDER

W:\4401-5100_Procurement\EPCM Tender\Site contracts\Civil & Structural works for Pipe Rack - PR1\Commercial Word
Files\1_5_Commercial Questionnaire.doc
GENERAL TERMS & CONDITIONS OF CONTRACT
FOR
HINDUSTAN PETROLEUM CORPORATION LTD.
MUMBAI REFINERY

FOR

DIESEL HYDRO TREATING PROJECT

Issued by:

Jacobs Engineering India Private Limited


MUMBAI
Rev. Issue Date Pages Rev. Description Prepared Checked Approved
No. By By By
0 - 37 Received from client - - HPCL

1 17.02.2009 39 Corrigendum added: AKM AKM HPCL


LD/Arbitration clauses amended
Sheet 1 of 1

CORRIGENDUM TO HPCL GENERAL TERMS AND CONDITIONS OF CONTRACT

Sl Clause ref. / Subject Modification


No. Page No
1 7.d.4 Statutory ADD at the end of the clause:
p 28/37 levies
TDS certificates for the tax deducted from payments by the
Owner will be provided to the contractor on quarterly basis.
2. 10.0 Liquidated The words Liquidated Damages and LD shall be replaced
p 31/37 Damages by Price adjustment due to delay in the entire clause and
entire document where ever they appear.
3 10.0 v) Liquidated The following first sentence of the clause shall stand deleted:
p 32/37 Damages 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
4 14 Arbitration Prefix the following words at the beginning of the clause:
P 34/37 14.1 All disputes and differences of whatsoever nature,
whether existing or which shall at any"
5 14.10 Arbitration Delete the word say from say Mumbai in lines 3 and 4 of the
p 36/37 clause.
6 14.11 Arbitration Delete the entire under mentioned note at the end of the
p 36/37 clause:

(Note:- * = While printing the GTCs, each Purchasing


Authorities at various location, may mention the correct place
before printing the GTC and not leave Clause 14.10 blank or
as stated above. Bracketed portion is to be removed.

.
ANNEXURE - 7

(SPECIMEN)

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

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.14 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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.

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.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.15 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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.

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.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.16 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
2.15 The "Sub-Contractor" means any person or firm or Company (other than the
Contractor) to whom any part of the work has been entrusted by the Contractor with the
prior written consent of the Owner/Engineer-in-Charge/Site-in- Charge and
their legal heirs, representatives, successors and permitted assignees of such person,
firm or Company.

2.16 The "Temporary Work" means and includes all such works which are a part of the
contract for execution of the permanent work but does not form part of the permanent
work confirming to practices, procedures applicable rules and regulations relevant in
that behalf.

2.17 The "Tender" means the document submitted by a person or authority for carrying out
the work and the Tenderer means a person or authority who submits the tender
offering to carry out the work as per the terms and conditions.

2.18 The "Work" shall mean the works to be executed in accordance with the Contract
or part thereof as the case may be and shall include extra, additional, altered or
substituted works as maybe required for the purposes of completion of the work
contemplated under the Contract.

3. SUBMISSION OF TENDER

3.1 Before submitting the Tender, the Tenderer shall at their own cost and expenses
visit the site, examine and satisfy as to the nature of the existing roads, means of
communications, the character of the soil, state of land and of the excavations, the
correct dimensions of the work facilities for procuring various construction and
other material and their availability, and shall obtain information on all matters
and conditions as they may feel necessary for the execution of the works as intended
by the Owners and shall also satisfy of the availability of suitable water for
construction of civil works and for drinking purpose and power required for fabrication
work etc. Tenderer, whose tender may be accepted and with whom the Contract is
entered into shall not be eligible and be able to make any claim on any of the said
counts in what so ever manner for what so ever reasons at any point of time and
such a claim shall not be raised as a dispute and shall not be arbitrable.

A pre-bid meeting may be held as per the schedule mentioned in the tender.

3.2 The Tenderer shall be deemed to have satisfied fully before tendering as to the
correctness and sufficiency of his tender for the works and of the rates and prices
quoted in the schedule of quantities which rates and prices shall except as otherwise
provided cover all his obligations under the contract.

3.3 It must be clearly understood that the whole of the conditions and specifications are
intended to be strictly enforced and that no work will be considered as extra work
and allowed and paid for unless they are clearly outside the scope, spirit, meaning of

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.17 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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.

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

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.18 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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 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 Owner's 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.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.19 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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.

(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.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.20 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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/-.

Composite Performance Bank Guarantee (CPBG) for 10% of PO value


towards Performance Bank Guarantee inclusive of Security Deposit shall be
accepted (in lieu of deduction of retention money); such CPBG shall be
valid upto a period of 3 months beyond the expiry of defect liability period.

Demand Draft should be drawn on Scheduled Banks, other than


co-operative bank.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.17 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
EXECUTION OF WORK
5.
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.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.22 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
5.a.3. Before beginning the works, the Contractor shall, at his own cost, provide all
necessary reference and level posts, pegs, bamboos, flags ranging rods, strings and
other materials for proper layout of the work in accordance with the scheme,
for bearing marks acceptable to the Engineer-in-Charge/Site-in-Charge. The
Centre longitudinal or face lines and cross lines shall be marked by means of small
masonary pillars. Each pillar shall have distinct marks at the centre to enable
theodolite to be set over it. No work shall be started until all these points are
checked and approved by the Engineer-in-Charge/Site-in-Charge in writing. But
such approval shall not relieve the contractor of any of his responsibilities. The
Contractor shall also provide all labour, materials and other facilities, as necessary, for
the proper checking of layout and inspection of the points during construction.

5.a.4. Pillars bearing geodetic marks located at the sites of units of works under construction
should be protected and fenced by the Contractor.

5.a.5. On completion of works, the contractor shall submit the geodetic documents
according to which the work was carried out.

5.a.6. The Engineer-in-Charge/Site-in-Charge shall communicate or confirm his instructions


to the contractor in respect of the executions of work in a "work site order book"
maintained in the office having duplicate sheet and the authorised representative of
the contractor shall confirm receipt of such instructions by signing the relevant
entries in the book.

5.a.7. All instructions issued by the Engineer-in-Charge/Site-in-Charge shall be in writing.


The Contractor shall be liable to carry out the instructions without fail.

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.

PCL, 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,

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.23 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
etc. etc., the contractor shall refer the same to the Site-in-Charge/
Engineer-in-Charge for his clarification, instructions, guidance or clearing of doubts.
The decision of the Engineer-in-Charge/Site-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.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.24 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
5.c. SUBLETTING OF WORK

5.c.1. No part of the contract nor any share or interest thereof shall in any manner or
degree be transferred, assigned or sublet, by the Contractor, directly or indirectly
to any firm or corporation whatsoever, without the prior consent in writing of the
Owner.

5.c.2. At the commencement of every month the Contractor shall furnish to the
Engineer-in-charge/Site-in-Charge list of all sub-contractors or other persons or
firms engaged by the Contractor.

5.c.3 The contract agreement will specify major items of supply or services for which the
Contractor proposes to engage sub-Contractor/sub-Vendor. The contractor may from
time to time propose any addition or deletion from any such list and will submit the
proposals in this regard to the Engineer-in-charge/Designated officer-in-charge for
approval well in advance so as not to impede the progress of work. Such approval of
the Engineer-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

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.25 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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 decide the levy of liquidated
damages within a maximum period of 6 months fom 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.

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

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.26 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
of entire work, place additional labour force, tools, equipment and materials on
such parts of the work, as the Owner may decide or engage another Contractor to
carryout the balance of work. In such cases, the Owner shall have the right to deduct
from the amounts payable to the Contractor the difference in cost of such work and
materials with ten percent overhead added to cover all departmental charges.
Should the total amount thereof exceed the amount due to the contractor, the
Contractor shall pay the difference to the Owner within 15 days of making demand for
payment failing which the Contractor shall be liable to pay interest at 24% p.a. on
such amounts till the date of payment.
5.g. INSPECTION OF WORKS
5.g.1. The Engineer-in-Charge/Site-in-Charge and Officers from Central or State
Government will have full power and authority to inspect the works at any time
wherever in progress, either on the site or at the Contractor's premises/workshops
of any person, firm or corporation where work in connection with the contract may
be in hand or where the materials are being or are to be supplied, and the
Contractor shall afford or procure for the Engineer-in-Charge/Site-in-Charge every
facility and assistance to carryout such inspection. The Contractor shall, at all times
during the usual working hours and at all other times at which reasonable notice
of the intention of the Engineer-in-Charge/Site-in-Charge or his representative to visit
the works shall have been given to the Contractor, either himself be present to
receive orders and instructions, or have a responsible agent, duly accredited in
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
commencenent of the work so as the Owner can carry out tests and

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.27 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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.

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:

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.28 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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
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.
(Already covered under Clause No. 3.6)

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

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.29 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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 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

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.30 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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.

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

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.31 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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,
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

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.32 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
Engineer-in-Charge in respect of all labours directly or indirectly employed for
performance of the works and shall provide all facilities in connections
therewith. In case the contractor fails to make arrangements and provide
necessary facilities as aforesaid, the Owner shall be entitled to do so and recover the
cost thereof from the Contractor.

6.d.2. From the commencement to the completion of the works, the contractor shall take
full responsibility for the care thereof and of all the temporary works (defined as
meaning all temporary works of every kind required in or for the execution,
completion or maintenance of the works). In case damage, loss or injury shall
happen to the works or to any part thereof or to temporary works or to any cause
whatsoever repair at his (Contractor's) own cost and make good the same so that at
the time of completion, the works shall be in good order and condition and in
conformity in every respect with the requirement of the contract and
Engineer-in-Charge's instructions.

6.d.3. In respect of all labour, directly or indirectly employed in the work for the
performance of the Contractor's part of this agreement, the contractor shall at his
own expense arrange for all the safety provisions as per relevant Safety Codes of
C.P.W.D Bureau of Indian Standards, the Electricity Act/I.E. Rules. The Mines
Act and such other Acts as applicable.

6.d.4. The Contractor shall observe and abide by all fire and safety regulations of the
Owner. Before starting construction work, the Contractor shall consult with
Owner's Safety Engineer or Engineer-in-Charge/Site-in-Charge and must make good
to the satisfaction of the Owner any loss or damage due to fire to any portion of the
work done or to be done under this agreement or to any of the Owner's existing
property.

6.d.5. The Contractor will be fully responsible for complying with all relevant provisions of
the Contract Labour Act and shall pay rates of Wages and observe hours of
work/conditions of employment according to the rules in force from time to time.

6.d.6. The Contractor will be fully responsible for complying with the provision including
documentation and submission of reports on the above to the concerned
authorities and shall indemnify the Corporation from any such lapse for which the
Government will be taking action against them.

6.d.7. Owner shall on a report having been made by an inspecting Office as defined in
the Contract Labour Regulations have the power to deduct from the money due to
the Contractor any sum required or estimated to be required for making good the
loss suffered by a worker(s) by reasons of non-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.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.33 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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.

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
_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.34 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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.

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.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.35 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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.

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

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.36 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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
bill..

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/
_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.37 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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 30 days from the date of receipt of the
certified bill by the Disbursement Section of the owner.
7.6 Wherever possible, payment shall be tendered to the contractor in electronic mode
(e-payment) through any of the designated banks. The contractor will comply by
furnishing full particulars of Bank acount (mandate) to which the payments will
be routed. Owner reserves the right to make payment in any alternate mode
also.
7.a. MEASUREMENT OF WORKS

7.a.1. All measurements shall be in metric system. All the works will be jointly measured
by the representative of the Engineer-in-Charge/Site-in-Charge and the Contractor
or their authorised agent progressively. Such measurement will be recorded in the
Measurement Book/Measurement Sheet by the Contractor or his authorised
representative and signed in token of acceptance by the Owner or their
authorised representative.

7.a.2. For the purpose of taking joint measurement, the Contractor/representative shall be
bound to be present whenever required by the Engineer-in-Charge/Site-in-Charge.
If, however, they are absent for any reasons whatsoever, the measurement will be
taken by the Engineer-in-Charge/Site-in-Charge or his representative and the same
would be deemed to be correct and binding on the Contractor.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.38 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
7.a.3. In case of any dispute as to the mode of measurement for any item of work, the
latest Indian Standard Specifications shall be followed. In case of any further
dispute on the same the same shall be as per the certification of an outside
qualified Engineer/ Consultant. Such a measurement shall be final and binding on
the Owner and the Contractor.

7.b. BILLING OF WORKS EXECUTED

The Contractor will submit a bill in approved proforma in quadruplicate to the


Engineer-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

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.39 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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

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.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.40 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
7.d.4 The contractor shall provide accurate particulars of PAN number as required, to
enable issuance of TDS (Tax Deduction at Source) certificate.

7.e. MATERIALS TO BE SUPPLIED BY CONTRACTOR

7.e.1. The Contractor shall procure and provide the whole of the materials required for
construction including tools, tackles, construction plant and equipment for the
completion and maintenance of the works except the materials viz. steel and cement
which may be agreed to be supplied as provided elsewhere in the contract. The
contractor shall make arrangement for procuring such materials and for the transport
thereof at their own cost and expenses.

7.e.2. The Owner may give necessary recommendation to the respective authority if so
desired by the Contractor but assumes no responsibility of any nature. The
Contractor shall procure materials of ISI stamp/certification and supplied by
reputed suppliers borne on DGS&D list.

7.e.3. All materials procured should meet the specifications given in the tender document.
The Engineer-in-charge may, at his discretion, ask for samples and test certificates
for any batch of any materials procured. Before procuring, the Contractor should
get the approval of Engineer-in-Charge/Site-in-Charge for any materials to be
used for the works.

7.e.4. Manufacturer's certificate shall be submitted for all materials supplied by the
Contractor. If, however, in the opinion of the Engineer-in-Charge/Site-in-Charge
any tests are required to be conducted on the material supplied by the Contractor,
these will be arranged by the Contractor promptly at his own cost.

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.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.41 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
7.f.5. Steel and Cement as received from the manufacturer/stockists will be
issued to the contractor. Theoretical weight of cement in a bag will be considered
as 50 Kg. Bags weighing upto 4% less shall be accepted by the contractor and
considered as 50 Kg. per bag. Any shortage in the weight of any cement bag by
more than 4% will be to the Owner's account only when pointed out by the
Contractor and verified by Engineer-in-Charge/Site in Charge at the time of
Contract or taking delivery.

7.f.6. The contractor will be required to maintain a stock register for receipt, issuance and
consumption of steel and cement at site. Cement will be stored in a warehouse
at site. Requirement of cement on any day will be taken out of the warehouse.
Cement issued shall be regulated on the basis of FIRST RECEIPT to go as FIRST
ISSUE.

7.f.7. Empty cement bag shall be the property of the Contractor. Contractor shall be
penalised for any excess/under consumption of cement. The penal rate will be
twice the rate of issue of cement for this work.

7.f.8. All the running bills as well as the final bills will be accompanied by cement
consumption statements giving the detailed working of the cement used, cement
received and stock-on-hand.

7.f.9. The Contractor will be fully responsible for safe custody of cement once it is
received by him and during transport. Owner will not entertain any claims of the
contractor for theft, loss or damage to cement while in their custody.

7.f.10. The contractor shall not remove from the site any cement bags at any time.

7.f.11. The Contractor shall advise Engineer-in-charge/Site-in-charge in writing atleast 21


days before exhausting the Cement stocks already held by Contractor to ensure that
such delays do not lead to interruptions in the progress of work.

7.f.12. Cement shall not be supplied by the Owner for manufacturing of mosaic tiles,
precast cement jali and any other bought out items which consume cement and for
temporary works.

7.f.13. Cement in bags and in good usable condition left over after the completion of work
shall be returned by the contractor to the Owner. The Owner shall make payment to
the Contractor at the supply rate for such stocks of cement they accept and receive.
Any refused 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

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.42 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
the amount so paid and the costs incurred by the Owner shall be charged to and
paid by the Contractor and the Contractor shall not be entitled to dispute or question
the right of the Owner to make such payments notwithstanding the same may have
been without his consent or authority or in law or otherwise to the contrary.

8.2. In every case in which by virtue of the provisions of Workmen's Compensation


Act, 1923, or other Acts, the Owner is obliged to pay Compensation to a
Workman employed by the Contractor in execution of the works, the Owner will
recover from the Contractor the amount of compensation so paid and without
prejudice to the rights of Owner under the said Act. Owner shall be at liberty to
recover such amount or any part thereof by deducting it from the security deposit or
from any sum due to the Contractor whether under this contract or otherwise. The
Owner shall not be bound to contest any claim made under Section 12 sub section (1)
of the said Act, except on the written request of the Contractor and upon his giving
to the Owner full security for all costs for which the owner might become liable
in consequence of contesting such claim.

8.a. ACTION AND COMPENSATION IN CASE OF BAD WORK


If it shall appear to the Engineer-in-Charge/Site-in-Charge that any work has been
executed with bad, imperfect or unskilled workmanship, or with materials, or that
any materials or articles provided by the Contractor for execution of the work are
not of standards specified/inferior quality to that contracted for, or otherwise not in
accordance with the contract, the CONTRACTOR shall on demand in writing from
the Engineer-in-Charge/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
_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.43 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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
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.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.44 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
Contractor agrees with the Owner, that the above represents a genuine
v) 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 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.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.45 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
has to the detriment of good workmanship or in defiance of the Engineer's
e) 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.

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

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.46 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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. Once decision of the Owner
arrived at after consultation with the Contractor, shall be final and binding. Such
a determined period of time be extended by the Owner to enable the Contractor to
complete the job within such extended period of time.

13.2. If Contractor is prevented or delayed from the performing any of its obligations
under this Agreement by Force Majeure, then Contractor shall notify Owner the
circumstances constituting the Force Majeure and the obligations performance of
which is thereby delayed or prevented, within seven days of the occurrence of the
events.

14. ARBITRATION

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.47 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
time arise between the parties hereto touching or concerning the agreement, meaning,
operation or effect thereof or to the rights and liabilities of the parties or arising out of or
in relation thereto whether during or after completion of the contract or whether before
after determination, foreclosure, termination or breach of the agreement (other than those
in respect of which the decision of any person is, by the contract, expressed to be final
and binding) shall, after written notice by either party to the agreement to the other of
them and to the Appointing Authority hereinafter mentioned, be referred for adjudication
to the Sole Arbitrator to be appointed as hereinafter provided.

14.2 The appointing authority shall either himself act as the Sole Arbitrator or nominate
some officer/retired officer of Hindustan Petroleum Corporation Limited (referred to
as owner or HPCL) or a retired officer of any other Government Company in the Oil
Sector of the rank of Ch. Manager & above or any retired officer of the Central
Government not below the rank of a Director, to act as the Sole Arbitrator to
adjudicate the disputes and differences between the parties. The contractor/vendor
shall not be entitled to raise any objection to the appointment of such person as the
Sole Arbitrator on the ground that the said person is/was an officer and/or shareholder
of the owner, another Govt. Company or the Central Government or that he/she has to
deal or had dealt with the matter to which the contract relates or that in the course of
his/her duties, he/she has/had expressed views on all or any of the matters in dispute or
difference.

14.3 In the event of the Arbitrator to whom the matter is referred to, does not accept the
appointment, or is unable or unwilling to act or resigns or vacates his office for any
reasons whatsoever, the Appointing Authority aforesaid, shall nominate another
person as aforesaid, to act as the Sole Arbitrator.

14.4 Such another person nominated as the Sole Arbitrator shall be entitled to proceed with
the arbitration from the stage at which it was left by his predecessor. It is expressly
agreed between the parties that no person other than the Appointing Authority or a
person nominated by the Appointing Authority as aforesaid, shall act as an Arbitrator.
The failure on the part of the Appointing Authority to make an appointment on time
shall only give rise to a right to a Contractor to get such an appointment made and not
to have any other person appointed as the Sole Arbitrator.

14.5 The Award of the Sole Arbitrator shall be final and binding on the parties to the
Agreement.
14.6 The work under the Contract shall, however, continue during the Arbitration proceedings
and no payment due or payable to the concerned party shall be withheld (except to the
extent disputed) on account of initiation, commencement or pendency of such
proceedings.

14.7 The Arbitrator may give a composite or separate Award(s) in respect of each dispute or
difference referred to him and may also make interim award(s) if necessary.

14.8 The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by
_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.48 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
the parties unless the Sole Arbitrator otherwise directs in his award with reasons. The
lumpsum fees of the Arbitrator shall be Rs. 40,000/- per case for transportation
contracts and Rs. 60,000/- for engineering contracts and if the sole Arbitrator
completes the arbitration including his award within 5 months of accepting his
appointment, he shall be paid Rs. 10,000/- additionally as bonus. Reasonable
actual expenses for stenographer, etc. will be reimbursed. Fees shall be paid
stagewise i.e. 25% on acceptance, 25% on completion of pleadings/documentation,
25% on completion of arguments and balance on receipt of award by the parties

14.9 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or
any statutory modification or re-enactment thereof and the rules made thereunder, shall
apply to the Arbitration proceedings under this Clause.

14.10 The Contract shall be governed by and constructed according to the laws in force in
India. The parties hereby submit to the exclusive jurisdiction of the Courts situated at
_______ (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.

(Note:- * = While printing the GTCs, each Purchasing Authorities at various location,
may mention the correct place before printing the GTC and not leave Clause 14.10 blank
or as stated above. Bracketed portion is to be removed.

15. GENERAL

15.1. Materials required for the works whether brought by the or supplied by the Owner shall
be stored by the contractor only at places approved by
Engineer-in-Charge/Site-in-Charge. Storage and safe custody of the material shall be the
responsibility of the Contractor.

15.2. Owner and/or Engineer-in-Charge/Site-in-Charge connected with the contract, shall


be entitled at any time to inspect and examine any materials intended to be used in or
on the works, either on the site or at factory or workshop or at other place(s)
manufactured or at any places where these are laying or from which these are being
obtained and the contractor shall give facilities as may be required for such inspection
and examination.

15.3. In case of any class of work for which there is no such specification supplied by the owner
as is mentioned in the tender documents, such work shall be carried out in accordance
with Indian Standard Specifications and if the Indian Standard Specifications do not
cover the same the work should be carried out as per standard Engineering practice
subject to the approval of the Engineer-in-Charge/Site-in-Charge.

15.4. Should the work be suspended by reason of rain, strike, lockouts or other cause the

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.49 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
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 1 st 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.

# 17. Grievances of parties participating or intend to participate in the tender shall be


addressed in writing to the officer designate of the Grievance Redressal Cell
where the tenders have to be submitted within the stipulated period. Detailed
mechanism of Grievance Redressal is available on the HPCL website.

_____________________________________________________________________________
Annexure 7 (General Terms & Conditions of Works Contract) Systems & Procedures
Purchase Manual VI.50 HPCL, Mumbai

REVISION : PUR-024/13.02.2008
ANNEXURE - 8

(SPECIMEN)

BANK GUARANTEE FOR MOBILISATION ADVANCE

(On Non-Judicial stamp paper of appropriate value)

Hindustan Petroleum Corporation Ltd.,

(Address as applicable)

1. In consideration of M/s Hindustan Petroleum Corporation Ltd., Government of India


Company registered under the Companies Act, 1956 having its Registered Office at
17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter called the "Corporation"
which expression shall include its successors in business and assigns having placed an
order on M/s ___________________________________ a partnership firm/sole
proprietor/a Company registered under the Companies Act 1956, having its office at
________(complete address) ______________ (hereinafter called "the
supplier/contractor" (which expression shall include its successors in business and
assigns) vide Purchase Order No. _________________ dated __________________ for
(specify nature of job) ________________ (hereinafter called "the Order" which
expression shall include any amendments / alterations thereto as issued by "the
Corporation") for the supply of goods to/the execution of service for "the
Corporation" and having agreed to pay the suppliers as and by way of advance upto a
sum of Rupees __________________ being _________ % of the value of "the Order" in
terms of "the order" on production of an acceptable Bank Guarantee for an amount of
Rs. _________________.

2. We, __________________ Bank (hereinafter referred to as "the Bank") , do at the request


and on behalf of "The Suppliers / Contractor" hereby agree to pay to "the Corporation"
without any demur on first demand an amount not exceeding Rs. ________ (in
words) against any loss or damage, costs, to or suffered by "the Corporation" by reason of
any breach on the part of "the Supplier/Contractor" of any of the terms and conditions
of the said "Order".

_____________________________________________________________________________
Annexure 8 ( Bank Gaurantee and Mobilisation Advance) Systems & Procedures
Purchase Manual VI.52 HPCL, Mumbai
# REVISION (Effective 01/05/2001)
3. We, ________________ Bank, further agree that "the Corporation" shall be the
sole judge whether the said "Supplier/Contractor" has 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 defense to which we as guarantors and/or the supplier may be entitled to.

4. 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 the amount demanded and "the Bank" undertake to pay "the
Corporation" the amount so demanded on first demand without any demur
notwithstanding any dispute raised by "the Supplier/Contractor" or any suit or other
legal proceedings including arbitration pending before any court, tribunal or arbitrator
relating thereto, our liability under this guarantee being absolute and unconditional.

5. We, _____________ Bank, further agree that the guarantee herein contained shall
remain in full force and continue to have full effect so long as the said amount
remains unadjusted.

6. We, _______________ Bank, further agree with "the Corporation" that "the
Corporation" shall have the fullest liberty without any consent and without affecting in
any manner our obligations hereunder to vary any of the terms and condition of the
said "Order" or to extended time of performance by "the Supplier/Contractor" from
time to time or to postpone for any time or from time to time any of the powers
exercisable by "the Corporation" against "the Supplier / Contractor" and to forbear
to enforce any of the terms and conditions relating to "the Order" and we shall not be
relieved from our liability by reason of any such variation or extension being granted
to "the Corporation" or for any forbearance, act or omission of "the
Supplier/Contractor" or any such matter of things, whatsoever which under the
law relating to sureties would, but for these provisions, have the effect of relieving us.

7. We, __________________ Bank, hereby lastly undertake not to revoke this guarantee
during its currency except with the previous consent of "the Corporation" in writing.

8. Not withstanding anything contained herein above :

i) Our liability under this guarantee shall not exceed Rs..........

_____________________________________________________________________________
Annexure 8 ( Bank Gaurantee and Mobilisation Advance) Systems & Procedures
Purchase Manual VI.53 HPCL, Mumbai
# REVISION (Effective 01/05/2001)
ii) This Bank Guarantee shall be valid upto and including .......; and

iii) We are liable to pay the guarantee amount or any part thereof under this
Bank Guarantee only and only if you serve upon us a written claim or demand on
or # before the expiry of 30 days from the date of expiry of this guarantee.

9. This guarantee shall not be determined or affected by the liquidation or winding


up, dissolution or change of constitution or insolvency of "the Supplier/Contractor",
but shall in all respects and/for all purposes be binding and operative on "the Bank"
until payment of all moneys payable by "the Supplier/Contractor" in terms thereof.

10. "The Bank" has power to issue this guarantor in favour of "the Corporation" in terms
of the documents and/or the agreement/contract or MOU entered into between
"the Supplier/Contractor" and "the Bank" in this regard.

IN WITNESS whereof, Bank of _________________, has executed this document at


____________________ on _________________ 199 .

____________________________
(FOR _________ BANK)
(by its constituted attorney)
(signature of a person authorized
to sign on behalf of "the Bank")

_____________________________________________________________________________
Annexure 8 ( Bank Gaurantee and Mobilisation Advance) Systems & Procedures
Purchase Manual VI.54 HPCL, Mumbai
# REVISION (Effective 01/05/2001)
ANNEXURE -9

(SPECIMEN)

BANK GUARANTEE FOR ADVANCES

(on non-judicial stamp paper of appropriate value)

To,
Hindustan Petroleum Corporation Ltd.,

(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 - 400 020 (hereinafter called
"the Corporation" which expression shall include its successors in business and assigns)
having placed an order on Messrs ___________________ a partnership firm/sole proprietor
business/ a company registered under the Companies Act, 1956 having its office at
_______________________ (hereinafter called "the Supplier" which expression shall
include its successors and assigns) vide Order No. ____________ dated _________
(hereinafter called "the Order" which expression shall include any
amendments/alterations thereto as issued by "the Corporation") for the supply of goods/to
the execution of Service for "the Corporation" and having agreed to pay the supplier as and by
way of advance upto a sum of Rs. _________ (Rupees
____________________________________ only ) being _____ % of the value of the
order in terms of "the Order" on production of an acceptable Bank Guarantee for an amount
of Rs. ____________ (Rupees __________________________________ only)

1. We, ____________________ Bank having office at _________________


(hereafter referred to as "the Bank") do at the request and on behalf of "the Supplier's"
hereby agree to pay "the Corporation" without any demur on first demand an
amount not exceeding Rs. _________ (Rs. ______________________ only) against
any loss or damage, costs, charges and expenses caused to or suffered or would be
caused to or suffered by "the Corporation" by reason of any breach
on the part of "the Supplier" of any of the terms and conditions of the said order.

_____________________________________________________________________________
Annexure 9 ( Bank Guarantee for Advances) Systems & Procedures
Purchase Manual VI.55 HPCL, Mumbai
# REVISION (Effective 01/05/2001)
2. We, _______________ Bank further agree that "the Corporation" shall be sole judge
whether the said "Supplier" has 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 Supplier" 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 amount demanded and "the Bank" undertake to pay "the Corporation" the
amount so demanded on first demand and without any demur notwithstanding any
dispute raised by "the Supplier" or any suit or other legal proceedings including
arbitration pending before any court tribunal or arbitrator relating thereto, our liability
under this guarantee being absolute and unconditional. (We __________________
Bank further agree that the guarantee herein contained shall remain in full force and
continue to have full effect so long as the said amount remains unadjusted,
provided, however, the value of the guarantee shall progressively reduce upon any
adjustments being made by "the Corporation" against the said advance and "the
Corporation" rights shall extend only to the value of the unadjusted amount.

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 "order"/or to extend time of performance by "the Supplier" from time to time or
to postpone for any time or from time to time any of the powers exercisable by "the
Corporation" against "the Supplier" and to forbear to enforce any of the terms and
conditions relating to "the Order" and we shall not be relieved from our liability by
reason of any such variation or extension being granted to "the Supplier" or for any
forbearance, act or omission on "the Supplier" or by any such matter or things
whatsoever which under the law relating to suretics would be for this provisions have the
effect of relieving us.

5. Not withstanding anything contained herein above :

i) Our liability under this guarantee shall not exceed Rs..........


ii) This Bank Guarantee shall be valid upto and including .......; and
iii) We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or #
before the expiry of 30 days from the date of expiry of this guarantee

6. We, ________________ Bank further undertake not to revoke this guarantee during its
currency except with the previous consent of "the Corporation" in writing.

_____________________________________________________________________________
Annexure 9 ( Bank Guarantee for Advances) Systems & Procedures
Purchase Manual VI.56 HPCL, Mumbai
# REVISION (Effective 01/05/2001)
7. We, ____________________ Bank lastly agree that "the Bank" liability under this
guarantee shall not be affected by any change in the constitution of "the Supplier".

8. We, _________________ 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 WHEREOF the Bank has executed this document on this ________________
day of ___________________

____________________________

(FOR _________ BANK)


(by its constituted attorney)
(signature of a person authorized
to sign on behalf of "the Bank")

_____________________________________________________________________________
Annexure 9 ( Bank Guarantee for Advances) Systems & Procedures
Purchase Manual VI.57 HPCL, Mumbai
# REVISION (Effective 01/05/2001)
ANNEXURE - 10
(SPECIMEN)

BANK GUARANTEE FOR PERFORMANCE OF THE OBLIGATIONS OF SUPPLIER /


CONTRACTOR

(on non-judicial stamp paper of appropriate value)

To,
Hindustan Petroleum Corporation Ltd.,
(Address as applicable)

IN CONSIDERATION OF THE HINDUSTAN PETROLEUM CORPORATION LTD. a


Government of India Company registered under the Companies Act,
1956, having its registered office at 17, Jamshedji Tata Road,
Bombay - 400 020 (hereinafter called "the Corporation" which
expression shall include its successors and assigns) having
awarded to M/s
___________________________________________________ a partnership
firm/sole proprietor business/a company registered under the
Companies Act, 1956 having its office at
______________________________ (hereinafter referred to as "the
Supplier" which expression shall wherever the subject or context
so permits includes its successors and assigns) a supply contract
in terms inter alia, of "the Corporation's" Order No.
____________ dated __________________ and the General purchase
conditions of "the Corporation" and upon the condition of
"supplier's" furnishing security for the performance of "the
Supplier's" obligations and/or discharge of "the supplier's"
liability under and/or in connection with the said supply
contract upto a sum of Rs. _______________
(Rupees_____________________) amounting to 10% (ten percent) of
the total contract value.

We, ______________________ (hereinafter called "the Bank" which


expression shall include its successors and assigns) hereby
jointly and severally undertake and guarantee to pay to "the
Corporation" in rupees forthwith on demand in writing and without
protest or demur of any and all moneys anywise payable by "the
Supplier" to "the Corporation" under, in respect of or in
connection with the said supply contract inclusive of all the
Corporation's losses and damage and costs, (inclusive between
attorney and client) charges, and expenses and other moneys
anywise payable in respect of the above as specified in any
notice of demand made by "the Corporation" to the Bank with
reference to this Guarantee upto and aggregate limit of
Rs.___________ (Rupees __________________________ ) and "the
Bank" hereby agrees with "the Corporation" that:

_____________________________________________________________________________
Annexure 10 ( Bank Gaurantee for Perf. Of Supplier/Contractor) Systems & Procedures
Purchase Manual VI.58 HPCL, Mumbai
# REVISION (Effective 01/05/2001)
1. This Guarantee/Undertaking shall be a continuing Guarantee /
Undertaking and shall remain valid and irrecoverable for all
claims of "the Corporation" and liabilities of "the
Supplier" arising upto and until midnight of _______________

2. This Guarantee/Undertaking shall be in addition to any


other guarantee or security whatsoever that "the
Corporation" may now or any time anywise have in relation to
"the Supplier's obligation/liabilities under and/or
connection with the said supply contract, and "the
Corporation" shall have full authority to take recourse to
or enforce this security in preference to the other
security(ies) at its sole discretion and no failure on the
part of "the Corporation" to enforcing or requiring
enforcement to any other security shall have the effect of
releasing "the Bank" from its full liability hereunder.

3. "The Corporation" 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 Supplier's" obligation and/or liabilities under or in
connection with the said supply contract and to vary the
term vis-a-vis "the supplier" of the said supply contract or
to grant time and/or indulgence to "the Supplier" or to
reduce or to increase or otherwise vary the prices of the
total contract value or to release or to forebear from
enforcement of all or any of the obligations of "the
supplier" under the said supply contract and/or the remedies
of "the Corporation" under any other security(ies) now or
hereafter held by "the Corporation" and no such dealing(s),
variation(s) or other indulgence(s) or agreement(s) with
"the supplier" or release of forbearance whatsoever shall
have the effect of releasing "the Bank" from its full
liability to "the Corporation" hereunder or of prejudicing
rights of "the Corporation" against "the Bank".

4. This Guarantee/Undertaking shall not be determined or


affected by the liquidation or winding up, dissolution or
change of constitution or insolvency of "the supplier" but
shall in all respects and for all purposes be binding and
operative until payment of all moneys payable to "the
Corporation" in terms hereof.

5. "The Bank" hereby waives all rights at any time inconsistent


with the terms of this Guarantee/Undertaking and the
obligations of "the Bank" in terms hereof shall not be
anywise affected or suspended by reason of any dispute
having been raised by "the suppliers" (whether or not
pending before any arbitrator, officer, tribunal or court)
or any denial of liability by "the supplier" or any other
order of communication whatsoever by "the supplier" stopping
or preventing or purporting to stop or prevent any payment
by "the Bank" to "the Corporation" in terms hereof.

_____________________________________________________________________________
Annexure 10 ( Bank Gaurantee for Perf. Of Supplier/Contractor) Systems & Procedures
Purchase Manual VI.59 HPCL, Mumbai
# REVISION (Effective 01/05/2001)
6. The amount stated in any notice of demand addressed by "the
Corporation" to "the Bank" as liable to be paid to "the
Corporation" by "the supplier" or as suffered or incurred by
"the Corporation" on account of any losses or damages or
costs, charges/and/or expenses shall be as between "the
Bank" and "the Corporation" be conclusive of the amount so
liable to be paid to "the Corporation" or suffered or
incurred by "the Corporation", as the case may be, and
payable by "the Bank" to "the Corporation", in terms hereof.

7. Not withstanding anything contained herein above :

i) Our liability under this guarantee shall not exceed


Rs..........

ii) This Bank Guarantee shall be valid upto and


including .......; and

iii) We are liable to pay the guarantee amount or any part


thereof under this Bank Guarantee only and only if you serve
upon us a written claim or demand on or # before the expiry of
30 days from the date of expiry of this guarantee.

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
supplier" and "the Bank" in this regard.

IN WITNESS Where of __________________ Bank, has executed this


document at ________________ on _______________ 199 .

____________________________ Bank
(by its constituted
attorney) (signature of a
person authorized to sign
on behalf of "the Bank")

_____________________________________________________________________________
Annexure 10 ( Bank Gaurantee for Perf. Of Supplier/Contractor) Systems & Procedures
Purchase Manual VI.60 HPCL, Mumbai
# REVISION (Effective 01/05/2001)
ANNEXURE - 11
(SPECIMEN)

COMPOSITE BANK GUARANTEE FOR MOBILISATION ADVANCE, SECURITY


DEPOSIT/RETENTION MONEY/PERFORMANCE GUARANTEE

(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) having placed an order on
Messers ............................ a partnership firm/sole
proprietor business/a company registered under the Companies Act,
1956 having its office at .............. (hereinafter called "the
supplier" (which expression shall include executors,
administrators and assigns) vide order No.......................
dated.............. (hereinafter called "the order" which
expression shall include any amendments/alterations to "the
order" issued by "the Corporation") for the supply of goods
to/execution of services for "the Corporation" and "the
Corporation" having agreed :
a) not to insist upon immediate payment of Security deposit for
the fulfilment and performance of the said order
b) to pay "the supplier" as and by way of advance upto a sum of
Rupees__________ (Rupees _____________________________ only)
being ____% of the value of "the order";
c) that "the supplier" shall furnish a security for the
performance of "the supplier's" obligations and/or discharge
of "the supplier's" liability in connection with the said
"order"; and "the Corporation" having agreed with "the
supplier" to accept a composite Bank Guarantee for the
mobilisation advance, security deposit, retention money and
performance guarantee.

_____________________________________________________________________________
Annexure 11 (Composite Bank Gaurantee for Mobil. Systems & Procedures
Purchase Manual Advance,Security Dep. Etc.) VI.61 HPCL, Mumbai
# REVISION (Effective 01/05/2001)
We, .................................................... Bank
having office at ............................................
(hereinafter referred to as "the Bank" which expression shall
includes its successors and assigns) at the request and on behalf
of "the supplier" 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 fulfilment or for
any breach on the part of "the supplier" of any of the terms and
conditions of the said "order".

2. We, ............................. Bank further agree that


"the Corporation" shall be sole judge whether the said
"Supplier" has failed to perform or fulfill the said "order"
in terms thereof or committed breach of any 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 the favour of "the Corporation" all the
rights and defences to which we as guarantors and/or "the
Supplier" 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"
undertake to pay "the Corporation" the amount so demanded on
first demand and without any demur notwithstanding any
dispute raised by "the Supplier" or any suit or other legal
proceedings including arbitration pending before any court,
tribunal or arbitrator 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 "order"/or to extend time of
performance by "the Supplier" from time to time or to

_____________________________________________________________________________
Annexure 11 (Composite Bank Gaurantee for Mobil. Systems & Procedures
Purchase Manual Advance,Security Dep. Etc.) VI.62 HPCL, Mumbai
# REVISION (Effective 01/05/2001)
postpone for any time to time any of the powers exercisable
by "the Corporation" against "the Supplier" and to forbear to
enforce any of the terms and conditions relating to "the
order" and we shall not be relieved from our liability by
reason of any such variation or extension being granted to
"the Supplier" or for any forbearance, act or ommission on
the part of "the Corporation" or any indulgence by "the
Corporation" to "the Supplier" 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. However, it has been agreed between "the Supplier" and "the


Corporation" that there shall be only one Composite Bank
Guarantee for both the advance and security deposit
performance guarantee/Retention Money @ of ____% valid till
the end of the defects liability period as per the terms of
the P.O. No. _______________ dated ______________ and that in
proportion with the recovery of advance @ ______% per bill
the same amount/value automatically stands credited to the
defects liability account/security deposit or retention money
as the case may be and will continue to be credited/treated
till the entire advance of Rs._______________________ is
fully recovered from the running bills and from the date of
full recovery of the advance of Rs.__________________ this
guarantee automatically, shall stand valid towards the ____%
retention money/defects liability, fully valid in all
respects unto a further period of 3 (three) months, as
per the Purchase Order of "the Corporation".

6. Not withstanding anything contained herein above :

i) Our liability under this guarantee shall not exceed


Rs..........

ii) This Bank Guarantee shall be valid upto and


including .......; and

iii) We are liable to pay the guarantee amount or any part


thereof under this Bank Guarantee only and only if you serve
upon us a written claim or demand on or before the expiry of

30 days from the date of expiry of this guarantee.

_____________________________________________________________________________
Annexure 11 (Composite Bank Gaurantee for Mobil. Systems & Procedures
Advance,Security Dep. Etc.) HPCL, Mumbai
Purchase Manual VI.63
REVISION : PUR-030/22.08.2008
7. We, ........................................ Bank further
undertake not to revoke this guarantee during its currency
except with the previous consent of "the Corporation" in
writing.

8. We, ......................................... Bank lastly


agree that "the Bank"'s liability under this guarantee shall
not be affected by any change in the constitution of "the
Supplier".

9. "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 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")*

_____________________________________________________________________________
Annexure 11 (Composite Bank Gaurantee for Mobil. Systems & Procedures
Purchase Manual Advance,Security Dep. Etc.) VI.64 HPCL, Mumbai
# REVISION (Effective 01/05/2001)
ANNEXURE - 12
(SPECIMEN)

(INDEMNITY BOND)

(TO BE NOTORISED AND ON STAMP PAPER OF APPROPRIATE VALUE)

TO,

HINDUSTAN PETROLEUM CORPN. LTD.

(Address as applicable)

Dear Sirs,

WHEREAS 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 - 400020
(hereinafter called "the Indemnified" which expression shall
include its successors and assigns) has awarded to
M/s. .......................................... a Partnership
Firm/Sole Proprietor Business/a company having its Registered
Office at .......................................................
(hereinafter called "the Indemnifier", which expression shall
include its successors and assigns) a contract for
conditions set out, inter-alia, in "the Indemnified" 's Purchase
Order No. ............................. dated ..................
(hereinafter referred to as "The Said Contract") to "the
Indemnifier".

AND WHEREAS "the Indemnified" has agreed to supply to "the


Indemnifier" raw material/components to the value of Rs.........
(Rupees .............................................. only) for
incorporation in fabrication by "the Indemnifier" in terms of
"the said contract", the components/raw material to be supplied
by "the Indemnified" to "the Indemnifier" for the said
fabrication, (hereinafter, for the sake of brevity, referred to
as "the said material") and pending fabrication and delivery at
job-site of the completed fabricated work(s) incorporating "the
said material" and accounting for "the said material" shall be
under the sole custody and charge of "the Indemnifier" and shall
be kept, stored, altered, worked upon and/or fabricated at the
sole risk and expenses of "the Indemnifier" ;

________________________________________________________________________________
Annexure12 (Indemnity Bond) Systems & Procedures
Purchase Manual VI.65 HPCL, Mumbai
As a Pre-condition to the supply of "the said material" by "the
Indemnified" to "the Indemnifier", the Indemnified" has required
"the Indemnifier" to furnish to "the Indemnified" security in the
manner and upon terms and conditions hereinafter indicated :

NOW THEREFORE, in consideration of the premises aforesaid


"the Indemnifier" Shri ...................................,
Shri ............................ all directors/partners/sole
proprietor of "the Indemnifier" in consideration of aforesaid
"contract" hereby irrevocably and unconditionally and jointly and
severally undertake to idemnify and always keep "the Indemnified"
from and against all loss, damage and destruction (inclusive but
not limited to any or all loss or damage or destruction to or of
"the said material" or any item or part thereof) by theft, fire,
flood, storm, tempest, lightning, explosion, storage, chemical or
physical action or reaction, bending, wrapping, exposure,
rusting, faulty workmanship, faulty fabrication or faulty method
of technique of fabrication, riot, civil commotion or other act
of omission or commission whatsoever within or beyond the control
of "the Indemnifier", misuse and misappropriation by "the
Indemnifier's" servants and/or agents whatsoever to, of or in
"the said material" or any part or item thereof between the date
that the same or relative part or item thereof was supplied to
"the Indemnifier" upto and until the return to "the Indemnified"
on due dates of "the said material" or relative part or item
thereof or completed fabricated work(s) incorporating the said
material AND jointly and severally undertake to pay to "the
Indemnified" forthwith on first demand in writing without protest
or demur the value of "the said material" or item part thereof
lost, damaged, destroyed, misused and/or misappropriated, as the
case may be, inclusive of "the Indemnified" 's cost and expenses
(inclusive but not limited to handling, transportation, cartage,
insurance, freight, packing and inspection costs and/or expenses)
as specified in the said demand.

AND "the Indemnifier" hereby agree with "the Indemnified" that :

1. This Indemnity shall remain valid and irrevocable until the


settlement of all claims of "the Indemnified" arising
hereunder :

2. This Indemnity shall be in addition to any other Indemnity,


Guarantee or Security whatsoever that "the Indemnified" may
now or any time anywise have in relation to "the
Indemnifier" 's obligations/liabilities under and/or in
connection with the said contract inclusive of "the said
material" and "the Indemnified" shall have full authority to

________________________________________________________________________________
Annexure12 (Indemnity Bond) Systems & Procedures
Purchase Manual VI.66 HPCL, Mumbai
take recourse to or enforce this security in preference to
the other security (ies) at its sole discretion, and no
failure on the part of "the Indemnified" in enforcing or
requiring enforcement of any other security shall have the
effect of releasing "the Indemnifier" from its full liability
hereunder :

3. "The Indemnified" shall be at liberty without reference to


"the Indemnifier" and without affecting the full liability of
"the Indemnifier" hereunder to take any other such security
in respect of "the Indemnifier" 's obligations and/or
liabilities under or in connection with the "said contract"
inclusive of "the said material" and to vary the terms vis-a-
vis "the Indemnifier" of "the said contract" or to grant time
and/or indulgence to "the Indemnifier" or to reduce or to
increase or otherwise vary the prices or the total contract
value or the quantity, quality, description or value of the
said material or to release or to forbear from endorsement of
all or any of the obligations of "the Indemnifier" under the
said contract (inclusive of anything in respect of "the said
material") and/or the remedies of "the Indemnified" under any
other security(ies) now or hereinafter held by "the Indemni-
fied" and no such dealing(s), variations(s), reduction(s),
increase(s) or other indulgence(s) or arrangement(s) with
"the Indemnifier" or release or forbearance whatsoever shall
have the effect of releasing "the Indemnifier" from their
full liability to "the Indemnified" hereunder or of anywise
prejudicing rights of "the Indemnified" against "the Indemni-
fier" and "the Indemnifier" hereby waive all rights, if any,
at any time, inconsistent with the terms of this Indemnity.

4. This Indemnity shall not be determined or affected by the


liquidation or winding up, dissolution, or change of
constitution or insolvency of "the Indemnifier" and the
obligations of "the Indemnifier" in terms hereof shall not be
anywise affected or suspended by reason of any dispute or
disputes having been raised by "the Indemnifier" (whether now
pending before any Arbitrator, Officer, Tribunal or Court) or
any denial of liability by "the Indemnifier" or any other
order or communication whatsoever by "the Indemnifier"
stopping or preventing or purporting to stop or prevent any
payment by "the Indemnifier" to "the Indemnified" in terms
hereof :

________________________________________________________________________________
Annexure12 (Indemnity Bond) Systems & Procedures
Purchase Manual VI.67 HPCL, Mumbai
5. The mere statement made by or on behalf of "the Indemnified"
in any notice or demand or other writing addressed to "the
Indemnifier" as to any of "the said material" or item or part
thereof supplied to "the Indemnifier" having been lost,
damaged, destroyed, misused or misappropriated while in the
custody of "the Indemnifier" before or after completion of
the completed fabricated work(s) incorporating "the said
material" and delivery at job site thereof shall as between
"the Indemnifier" and "the Indemnified" be conclusive of the
factum of "the said material" or item or part thereof having
been supplied to "the Indemnifier" and/or the loss, damage,
destruction, misuse or misappropriation thereof, as the case
may be, while in the custody of "the Indemnifier" and/or
prior to the completion of the completed fabricated work(s)
and delivery to job site thereof without necessity on the
part of "the Indemnified" to produce any documentary proof or
other evidence whatsoever in support of this;

6. The amount stated in any notice of demand addressed by "the


Indemnified" to "the Indemnifier" as the value of any of "the
said material", lost, damaged, destroyed or misused or
misappropriated, inclusive relative to the cost and expenses
incurred by "the Indemnified" in connection therewith shall
as between "the Indemnifier" and "the Indemnified" be
conclusive of the value of such "said material" and the said
costs and expenses as also of the amount liable to be paid by
"the Indemnifer" to "the Indemnified" in terms and for the
purpose of, without necessity for "the Indemnfied" to produce
any voucher, bill or other documentation or evidence
whatsoever in support thereof.

In witness whereof "the Indemnifier" have hereunto set and


subscribed his hand this day and year first hereinabove written
in the presence of witnesses.

Yours faithfully,

1)

2)

3)

WITNESSES

1.

2.

________________________________________________________________________________
Annexure12 (Indemnity Bond) Systems & Procedures
Purchase Manual VI.68 HPCL, Mumbai
ANNEXURE - 13

(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 fulfilment of the said tender in
terms thereof on production of an acceptable Bank Guarantee for
an amount of Rs....... (Rupees .................................
only).

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 fulfilment
or for any breach on the part of "the Tenderer" of any of the
terms and conditions of the said "tender".

________________________________________________________________________________
Annexure 13 ( Bank Guarantee in lieu of Earnest Money) Systems & Procedures
Purchase Manual VI.69 HPCL, Mumbai
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 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 ommission 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.

________________________________________________________________________________
Annexure 13 ( Bank Guarantee in lieu of Earnest Money) Systems & Procedures
Purchase Manual VI.70 HPCL, Mumbai
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". 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.

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")

________________________________________________________________________________
Annexure 13 ( Bank Guarantee in lieu of Earnest Money) Systems & Procedures
Purchase Manual VI.71 HPCL, Mumbai
Annexure - 13 A

(SPECIMEN)

# BANK GUARANTEE IN LIEU OF LIQUIDATED DAMAGES


(On Non-Judicial stamp paper of appropriate value) (Clause B.11.1 of Chapter IV)

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, Churchgate, Mumbai 400 020
(hereinafter called "The Corporation" which expression shall include its successor in
business and assigns) agreeing to grant a provisional extension of time in respect of the
contract entered into with Messrs. ................................................ a sole proprietorship
business/ partnership firm/ a company registered under the Companies Act, 1956 having
its office at ........................................................... (hereinafter called "the Contractor", which
expression shall include its executors, administrators and assigns) against Purchase Order
No. .......... dated .................... (hereinafter called "the Contract" which expression shall
include any amendments/ alterations to "the contract" issued by "the Corporation") for
. (state the purpose of the Contract), and the Contractor
having requested for extension of time without deduction of any Liquidated Damages from the
bills in terms of the Contract and "the Corporation" having agreed to grant provisional extension
of time pending a decision on the request for extension of time and not to insist upon immediate
deduction/payment of Liquidated Damages upon receipt of this unconditional irrevocable Bank
Guarantee for an amount of Rs....... ..(Rupees .......................................................
only).

We, ................................... Bank having our 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 Contractor" hereby agree to pay to the Corporation
without any demur and on first demand an amount not exceeding Rs..........
(Rupees ...................................... only) against any loss or damage, costs, charges and expenses
caused to or suffered by or likely to be caused to or suffered by "the Corporation" by reason of
the delay in performance of work or the Corporation agreeing to grant such provisional extension
of time without insisting on deduction of Liquidated Damages.

2. We, ........................................ Bank further agree that "the Corporation" shall be sole
Judge whether the said "Contractor" has failed to perform or fulfill the said "Contract"
in terms thereof or committed breach of any of the terms and conditions of "the
purchase
______________________________________________________________________________
Annexure 13 A (BANK GUARANTEE IN VI:71a Systems & Procedures
LIEU OF LIQUIDATED DAMAGES) HPCL, Mumbai
Purchase Manual
order/Contract" or was not entitled to any extension of time and also 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
Contractor" 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 the amount demanded and "the Bank" undertakes to pay to "the
Corporation" the amount so demanded on first demand without further proof or
conditions and without any demur, reservation, contest, recourse or protest and without
any enquiry of you or the Contractor, forthwith and in full without any deductions or
set-offs or counterclaim whatsoever, the sum claimed by you in such Demand,
notwithstanding any dispute raised by "the Contractor" or the pendency of any suit or
other legal proceedings including arbitration pending before any court, tribunal or
arbitrator relating thereto, our liability under this guarantee being absolute and
unconditional. We further agree that the Corporation shall not be bound to disclose any
reasons while demanding any amount under the Bank Guarantee.

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 "Contract"/or to extend time of performance by "the Contractor" from time to
time or to postpone for any time or from time to time any of the powers exercisable by
"the Corporation" against "the Contractor" and to forbear to enforce any of the terms
and conditions relating to "the Contract" and we shall not be relieved from our liability
by reason of any such variation or extension being granted to "the Contractor" or for
any forbearance, act or omission on the part of "the Corporation" or any indulgence
by "the Corporation" to "the Contractor" 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. Any waivers or other forbearance given or variations required under the
Contract or any invalidity, unenforceability or illegality of the whole or any part of the
Contract or rights of any party thereto, or amendment or other modification of the
Contract or any other fact, circumstance, provision of statute or law which might, were
our liability to be secondary and not primary, entitle us to be released in whole or in part
from our undertaking, shall not in any way release us from our obligations under this
Guarantee. Our obligations hereunder in respect of the sum or sums demanded by the
Corporation under this Guarantee are primary, independent and absolute and not by way
of surety only. The Corporation may make an unlimited number of Demands under this
Guarantee provided that the aggregate of all sums paid shall not exceed the entire
Guarantee Amount.
______________________________________________________________________________
Annexure 13 A (BANK GUARANTEE IN VI:71b Systems & Procedures
LIEU OF LIQUIDATED DAMAGES) HPCL, Mumbai
Purchase Manual
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 expiry of the said "Contract". 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 Contractor" or
its insolvency winding up, reorganisation, amalgamation or liquidation (including any
appointment of a receiver, administrator, administrative receiver or supervisor of the
Contractor or any of its assets) nor in case of any dispute or disagreement whatsoever
under the Agreement. We shall indemnify you immediately on demand against any cost,
loss or liability suffered by you as a result of our this obligation being or becoming
unenforceable, invalid or contrary to the laws of India (except in the case of a fraud by
you).

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
Contractor" and "the Bank" in this regard. This Guarantee shall be governed by and
construed in accordance with the laws of the Republic of India.

9. Any demand, notice or other communication given in connection with or required by this
Guarantee shall be made in writing in English be delivered by hand to, or sent by
pre-paid registered post, or facsimile transmission to:
________________________
________________________
________________________

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")

______________________________________________________________________________
Annexure 13 A (BANK GUARANTEE IN VI:71c Systems & Procedures
LIEU OF LIQUIDATED DAMAGES) HPCL, Mumbai
Purchase Manual
Annexure - 16

AGREEMENT
(Under Integrity Pact)

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).

______________________________________________________________________________
Annexure 16 (AGREEMENT) Systems & Procedures
Purchase Manual VI.75 HPCL, Mumbai

REVISION : PUR-019/07.08.2007
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 TIs 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.

______________________________________________________________________________
Annexure 17 (INTEGRITY PACT) Systems & Procedures
Purchase Manual VI.76 HPCL, Mumbai

REVISION : PUR-019/07.08.2007
3. The principal will exclude from the process all known prejudiced persons.

(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 Principals 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

______________________________________________________________________________
Annexure 17 (INTEGRITY PACT) Systems & Procedures
Purchase Manual VI.77 HPCL, Mumbai

REVISION : PUR-019/07.08.2007
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 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 Principals 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,

______________________________________________________________________________
Annexure 17 (INTEGRITY PACT) Systems & Procedures
Purchase Manual VI.78 HPCL, Mumbai

REVISION : PUR-019/07.08.2007
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.

(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.

______________________________________________________________________________
Annexure 17 (INTEGRITY PACT) Systems & Procedures
Purchase Manual VI.79 HPCL, Mumbai

REVISION : PUR-019/07.08.2007
(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.

(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.

______________________________________________________________________________
Annexure 17 (INTEGRITY PACT) Systems & Procedures
Purchase Manual VI.80 HPCL, Mumbai

REVISION : PUR-019/07.08.2007
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.

(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:
..

______________________________________________________________________________
Annexure 17 (INTEGRITY PACT) Systems & Procedures
Purchase Manual VI.81 HPCL, Mumbai

REVISION : PUR-019/07.08.2007
ANNEXURE - 18
(SPECIMEN)

BANK GUARANTEE FOR SECURITY DEPOSIT

(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) having placed an order on
Messers ............................ a partnership firm/sole
proprietor business/a company registered under the Companies Act,
1956 having its office at .............. (hereinafter called "the
supplier") (which expression shall include executors,
administrators and assigns) vide order No.......................
dated.............. (hereinafter called "the order" which
expression shall include any amendments/alterations to "the
order" issued by "the Corporation") for the supply of goods
to/execution of services for "the Corporation" and "the
Corporation" having agreed :

a) not to insist upon immediate payment of Security Deposit for


the fulfilment and performance of the said order

b) that "the supplier" shall furnish a security for the


performance of "the supplier's" obligations and/or discharge
of "the supplier's" liability in connection with the said
"order"; and "the Corporation" having agreed with "the
supplier" to accept Bank Guarantee for the security
deposit.

_____________________________________________________________________________
Annexure 18 (Bank Gaurantee for Systems & Procedures
Security Dep. Etc.) VI.82 HPCL, Mumbai
Purchase Manual
REVISION : PUR-030/22.08.2008
We, .................................................... Bank
having office at ............................................
(hereinafter referred to as "the Bank" which expression shall
includes its successors and assigns) at the request and on behalf
of "the supplier" 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 fulfilment or for
any breach on the part of "the supplier" of any of the terms and
conditions of the said "order".

2. We, ............................. Bank further agree that


"the Corporation" shall be sole judge whether the said
"Supplier" has failed to perform or fulfill the said "order"
in terms thereof or committed breach of any 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 the favour of "the Corporation" all the
rights and defences to which we as guarantors and/or "the
Supplier" 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"
undertake to pay "the Corporation" the amount so demanded on
first demand and without any demur notwithstanding any
dispute raised by "the Supplier" or any suit or other legal
proceedings including arbitration pending before any court,
tribunal or arbitrator 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 "order"/or to extend time of
performance by "the Supplier" from time to time or to

_____________________________________________________________________________
Annexure 18 (Bank Gaurantee for Systems & Procedures
Security Dep. Etc.) VI.83 HPCL, Mumbai
Purchase Manual
REVISION : PUR-030/22.08.2008
postpone for any time to time any of the powers exercisable
by "the Corporation" against "the Supplier" and to forbear to
enforce any of the terms and conditions relating to "the
order" and we shall not be relieved from our liability by
reason of any such variation or extension being granted to
"the Supplier" or for any forbearance, act or ommission on
the part of "the Corporation" or any indulgence by "the
Corporation" to "the Supplier" 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. However, it has been agreed between "the Supplier" and "the


Corporation" Bank Guarantee for security deposit is
Valid upto a period of 3 (Three) months beyond the expiry
of the defects liability period as per the terms of the
Order No. _______________ dated __________.

6. Not withstanding anything contained herein above :

i) Our liability under this guarantee shall not exceed


Rs..........

ii) This Bank Guarantee shall be valid upto and


including .......; and

iii) We are liable to pay the guarantee amount or any part


thereof under this Bank Guarantee only and only if you serve
upon us a written claim or demand on or # before the expiry of

30 days from the date of expiry of this guarantee.

7. We, ........................................ Bank further


undertake not to revoke this guarantee during its currency
except with the previous consent of "the Corporation" in
writing.

8. We, ......................................... Bank lastly


agree that "the Bank"'s liability under this guarantee shall
not be affected by any change in the constitution of "the
Supplier".

_____________________________________________________________________________
Annexure 18 (Bank Gaurantee for Systems & Procedures
Security Dep. Etc.) VI.84 HPCL, Mumbai
Purchase Manual
REVISION : PUR-030/22.08.2008
9. "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 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")*

_____________________________________________________________________________
Annexure 18 (Bank Gaurantee for Systems & Procedures
Security Dep. Etc.) VI.85 HPCL, Mumbai
Purchase Manual
REVISION : PUR-030/22.08.2008
Attachment-B
Arbitration clause - For Indian Bidders

Note: Owner is HPCL and Vendor/Contractor is the Bidder. These nomenclatures may be changed
as per the words used in the Tender.
ARBITRATION

(a) All disputes or differences between the Owner and the Vendor / Contractor arising out of or in relation to
this Agreement, shall be firstly mutually discussed and resolved by the Executive Director of Mumbai
Refinery of the Owner and ______________of __________. In case the disputes and differences are
not so mutually resolved but continue to subsist, the same shall be referred to Arbitration (except those,
in respect of which, the decision of any person is, by the Agreement expressed to be final and binding).
The Director (Refineries) of the Owner and __________________of ____________ shall, upon
mutual discussion, appoint a Sole Arbitrator to adjudicate the disputes and differences between the
parties.

(b) If the Director (Refineries) of the Owner and _________ of _____________ unable to agree on the
person to be appointed as Sole Arbitrator within 60 days after the matter was referred to them, the
arbitration shall be conducted by three arbitrators.
In this event, the Claimant shall appoint its arbitrator in their Request for Arbitration. The Respondent
shall appoint their arbitrator within 30 days of receipt of the Request for Arbitration. The two arbitrators
appointed by the Parties shall appoint a third arbitrator within 60 days from the date the Respondent has
notified Claimant of the appointment of Respondents arbitrator. If the two arbitrators fail or are unable
to appoint a third arbitrator, then the appointment of the third arbitrator shall be made in accordance with
the Arbitration and Conciliation Act, 1996. The third arbitrator shall act as the Presiding Arbitrator of the
Panel.

(c) If the arbitrator or arbitrators to whom the matter is/are originally referred dies or refuses to act or
resigns/withdraws from the position of arbitrator(s) for any reason(s), a new arbitrator (s) shall be
appointed by the respective parties/arbitrators in the manner aforesaid. The new arbitral tribunal shall
be entitled to proceed with the reference from the stage at which it was left by his predecessor if both
the parties consent to this effect failing which they will be entitled to proceed de novo.

(d) It is a term of this Agreement that the cost of the arbitration will be borne by the parties in equal shares.

(e) It is also a term of this Agreement that neither party to this Agreement shall be entitled to interest on the
amount of award.

(f) The venue of the arbitration shall be at Mumbai, India.

(g) The proceedings shall be conducted in English and the laws applicable will be that which is prevailing in
India.

(h) The Award of the arbitrator shall be final and binding on the parties. The Award may include an Award
of costs. The Award shall give reasons for the same.

(i) The provisions of the Arbitration and Conciliation Act, 1996 and any statutory modifications or re-
enactments thereof and the Rules made there under for the time being in force shall apply to the
arbitration proceedings under this clause.

(j) The Arbitrator may also take into account any discussion, opinion or determination howsoever
expressed which is stated to be final and binding to the contractor in terms of the contract document in
judging any issue or dispute.

--------------------------
DOCUMENT NO : 44LK-5100-718/K.02/0004/A4

: SPECIAL CONDITIONS OF CONTRACT CIVIL & STRUCTURAL


TITLE
WORKS FOR PIPE RACK (PR1)

PROJECT REFERENCE

- PROJECT NO : 44LK 5100

- PROJECT LOCATION : MUMBAI

- PROJECT TITLE : DHT PROJECT

- OWNER : HINDUSTAN PETROLEUM CORPORATION LIMITED

- Project Manager
: Mr. M Das Date :
Authorisation

Rev. Issue Pages Revision Description Prepare Checked Approved


No. Date d By By By

A 03.02.2010 21 Issued for Enquiry MMB DM ALB

9 Entire Specification SPECIFICATION ISSUED FOR:


Issued this Revision In-house Review Purchase
Revised Pages Only Client Approval Construction
Issued this Revision 9 Tender

1.7 Special Conditions of Contract.doc


Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 2 of 21

TABLE OF CONTENTS

1.0 GENERAL
2.0 CONTRACTORS SCOPE OF WORK
3.0 CONTRACTORS SCOPE OF SUPPLY
4.0 TIME SCHEDULE
5.0 SINGLE POINT RESPONSIBILITY
6.0 SUB CONTRACTING
7.0 ADDITIONAL WORKS / EXTRA WORKS
8.0 LIQUIDATED DAMAGES
9.0 SITE CLEANING
10.0 MEASUREMENT OF WORKS
11.0 ON ACCOUNT PAYMENTS
12.0 ROUNDING OFF
13.0 TAXES AND DUTIES
14.0 WORKS CONTRACT
15.0 INCOME TAX & CORPORATE TAX
16.0 REGISTRATION UNDER STATE GOVT. SALES TAX ACT
17.0 PROVIDENT FUND
18.0 FIRM PRICE
19.0 ROYALTY
20.0 DRAWINGS AND SPECIFICATIONS
21.0 UNDERGROUND AND OVERHEAD STRUCTURES
22.0 SURVEY AND LEVEL/SETTING OUT WORK
23.0 DISTINCTION BETWEEN SUBSTRUCTURE AND SUPERSTRUCTURE
24.0 EXCAVATION BY BLASTING
25.0 LEADS
26.0 STATUTORY APPROVALS
27.0 LABOUR RELATIONS
28.0 EMPLOYMENT OF LOCAL LABOUR
29.0 CONTRACTORS LABOUR TO LEAVE SITE ON COMPLETION OF WORK
30.0 TEMPORARY WORKS
31.0 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT/PUBLIC SECTOR
UNDERTAKINGS
32.0 RESPONSIBILITY OF CONTRACTOR
33.0 MAKE OF EQUIPMENTS / COMPONENTS
34.0 QUALITY ASSURANCE SYSTEM

1.7 Special Conditions of Contract.doc


Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 3 of 21

35.0 SITE ORGANISATION


36.0 MECHANISED CONSTRUCTION
37.0 TESTS AND INSPECTION OF WORKS
38.0 FINAL INSPECTION
39.0 COMPLETION DOCUMENTS
40.0 COMPUTERISED CONTRACTORS BILLING SYSTEM
41.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT
42.0 COORDINATION WITH OTHER AGENCIES
43.0 SITE ESTABLISHMENT AND INFRASTRUCTURE
44.0 ELECTRICITY AND WATER
45.0 LAND FOR RESDENTIAL ACCOMODATION
46.0 FUEL REQUIREMENT OF WORKERS
47.0 SPECIAL REQUIRMENTS FOR GATE PASSES, MATERIAL ENTRY PASSES, WORK
PERMITS & SAFETY REGULATION
48.0 SURPLUS MATERIALS & SCRAP
49.0 VENDOR LIST

ANNEXURES TO SPECIAL CONDITIONS OF CONTRACT

ANNEXURE I : SCOPE OF WORK


ANNEXURE II : SCOPE OF SUPPLY
ANNEXURE III : TIME SCHEDULE
ANNEXURE IV : MEASUREMENT OF WORK AND INVOICING PROCEDURE
ANNEXURE V : TERMS OF PAYMENT
ANNEXURE VI : MOBILISATION OF MINIMUM EQUIPMENTS
ANNEXURE VII : DEPLOYMENT OF KEY CONSTRUCTION MANPOWER
ANNEXURE VIII : SPECIFICATION FOR QUALITY ASSURANCE
ANNEXURE IX : SPECIFICATION FOR HSE MANAGEMENT

1.7 Special Conditions of Contract.doc


Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 4 of 21

1.0 GENERAL

1.1 Special Conditions of Contract (SCC) shall be read in conjunction with the General Terms
& Conditions of Contract (GTC), Schedule of Items, specifications of work, drawings and
any other document forming part of this Contract, wherever the context so requires.

1.2 DEFINITIONS AND INTERPRETATIONS

Further to the provisions under Clause 2 and sub clauses there under of the General
Terms and Conditions of Contract, the following expressions hereunder and elsewhere in
the Contract documents used and their grammatical variations shall unless repugnant to
the subject or context thereof, have the following meanings respectively assigned to
them, namely:

1.2.1 "LETTER OF INTENT" shall mean the official notice issued by the Owner notifying the
CONTRACTOR that his proposal has been accepted and that the CONTRACTOR is
required to sign the Contract agreement as required by the Owner. CONTRACTOR shall
also start mobilizing his resources after receiving the 'Letter of Intent' and execute the
work.

1.2.2 Agreed Variations shall mean the statement of agreed variations annexed to the
Detailed Letter of Acceptance and any document subsequently signed by the OWNER
and the CONTRACTOR as an amendment of contract.

1.2.3 Approval and its grammatical variations shall mean approved or confirmed in writing by
OWNER or Engineer-in-Charge.

1.2.4 Bid/Bidding Documents shall mean the totality of the documents comprising the Bidding
Document for the Project.

1.2.5 Construction materials shall mean all materials whatsoever required for permanent
incorporation in the constructed Works, including but not limited to, cement, iron and
steel rods, plates, sheets and structural materials of any or all kinds, sand, stone,
aggregate, bricks, earth and clay, nuts and bolts, screws and nails and other fasteners of
all kinds, wood and boards of all kinds, electrical and other wires, sanitary pipes and
other sanitary fittings, sewage pipes and other sewage fittings, drainage pipes and
associated fixtures and fittings, switches, lights, fans, contactors, cut-outs, switch boards,
bus bars and control panels, bulbs and other electrical fittings whatsoever, basins, taps,
valves, stoppers, flanges, cisterns, toilets, toilet-seats and other sanitary fittings of any
kind whatsoever, water proofing compounds, chemicals, paints, varnishes, white-washes,
distempers, plaster of paris and other finishing materials whatsoever, barricading
materials of all kinds and welding and other electrodes, lead and other alloys and
compounds and consumables whatsoever involved for and/or incorporated in the
permanent Works.

1.2.6 The Contract shall mean the totality of agreement between OWNER and the
CONTRACTOR as derived from the contract documents.

1.2.7 The Engineer-in-Charge shall mean and shall include the PMC or CONSULTANT for
the project wherever the Contract so reasonably admits and shall include those who are
expressly authorized by the OWNER/Engineer-in-charge to act for and on its behalf.

1.2.8 Mobilisation shall mean establishment of sufficient and adequate infrastructure by the
CONTRACTOR at and about the job site(s) comprising of equipment, aids, tools, tackle
including establishment of temporary works, with facilities, utilities, man power and
equipment ready to receive, transport and store materials and to commence and execute
1.7 Special Conditions of Contract.doc
Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 5 of 21

work at site(s), in accordance with the Progress Schedule to the satisfaction of the
Engineer-in-Charge.

1.2.9 Order and Instruction shall respectively mean any written order or instructions given
by the OWNER or by the Engineer-in-Charge to the CONTRACTOR within the scope of
their respective powers in terms of the contract.

1.2.10 Running Account Bill shall mean a Bill for the payment of on account monies to the
CONTRACTOR.

1.2.11 The expressions Scope of Work and Scope of Services are synonymous and mean
the totality of the work/services by expression or implication envisaged in the Contract,
including (but not limited to) the work as detailed in the Bid Documents, and include all
work, facilities, consumer goods, equipment and labour required for or relative or
incidental to or in connection with the preparation for, commencement, completion,
testing, precommissioning, start up, commissioning, performance, replacement and/or
rectification of any work(s)/services and/or in the maintenance or inspection of the
work(s) and any and all temporary works required for or incidental to any work/service.

1.2.12 Specification(s) shall mean the various specification as set out in the specifications and
other documents forming part of the bid documents and as referred to and derived from
the contract and any order(s) or instruction(s) there under, and in the absence of any
specifications as aforesaid covering any particular work or supply or part or portion
thereof shall mean the relevant BS, AWS, API, ASTM, BIS, AWWA or NACE, ASME,
HEI, IEC, Indian Boiler Regulation (IBR), IEEE standard or code, as the case may be,
approved by the Engineer-in-Charge and in the absence of any such standard or code
covering the relative work or part or portion thereof, shall mean the relevant international
standard or practice applied as a standard Engineering practice for the work and
approved in writing by the Engineer-in-Charge with or without modification(s). All
references to any code, standard, specification or practice in the specifications shall be
deemed to be a reference to the latest edition of relative code, standard, specification or
practice, as the case may be, notwithstanding the mention of any previous year or date of
edition relative thereto in the specifications.

1.2.13 Supply or Supplies shall mean the totality of the materials by expression or implication
required to be supplied by the CONTRACTOR for permanent incorporation in the works
within the Scope of Supplies.

1.2.14 Unless otherwise specifically stated, the masculine gender shall include the feminine and
neuter genders and vice-versa and the singular shall include the plural and vice-versa.

1.2.15 "IFC" shall mean drawings/specifications/documents "Issued for Construction".

1.2.16 The definitions shall apply to all the expressions defined above when used in the contract
documents, whether expressed wholly in capitals or partly in capital or with the first letter
in capital or wholly in ordinary letters.

1.3 INTERPRETATION OF CONTRACT DOCUMENTS

1.3.1 The several documents forming the Contract are to be read together as a whole and are
to be taken as mutually explanatory.

1.3.2 Notwithstanding the sub-division of the document into these separate sections and
volumes, every part of each shall be deemed to be supplementary of every other part and
shall be read with and into the Contract so far as it may be practicable to do so.

1.7 Special Conditions of Contract.doc


Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 6 of 21

1.3.3 Should there be any doubt or ambiguity in the interpretation of the Contract Documents
or error, omission or contradiction therein or in any of them, the CONTRACTOR shall,
prior to commencing the relative work, apply in writing to the Engineer-in Charge for his
decision in resolution of the doubt, ambiguity or contradiction or correction of the error or
omission, as the case may be. Should the CONTRACTOR fail to apply to the Engineer-
in-Charge for his decision, as aforesaid, prior to commencing the relative work, the
CONTRACTOR shall perform the said work at his own risks, and the provisions of
Clause 1.3.6 hereof shall apply to any such work performed by the CONTRACTOR.

1.3.4 Notwithstanding anything provided in Clause 1.3.3 hereof above, either the
CONTRACTOR or the Site Engineer may at any time prior to, during or after the
execution of the work or any part thereof (if the CONTRACTOR has failed to make an
application as provided for in Clause 1.3.3) apply to the Engineer-in-Charge in writing for
his decision in resolution of any doubt, ambiguity or contradiction, in the Contract
Documents or any of them for the correction of any error or omission therein, as the case
may be.

1.3.5 The decision of the Engineer-in-charge or any application under-Clause 1.3.3 or Clause
1.3.4, hereof shall be in writing and shall be final and binding upon the CONTRACTOR
and shall form part of the Contract Documents, with the intent that the Contract
Documents shall be read as though the said decision is and was at all times incorporated
therein.

1.3.6 In the event of the CONTRACTOR having already performed or executed any work at
variance with the decision of the Engineer-in-Charge as aforesaid, then, notwithstanding
payment in respect of such work having been made to the CONTRACTOR, such work
shall be deemed to be a defective work and the provisions of Clause 36.8 hereof and
associated clause there under shall apply thereto.

1.3.7 In case of irreconcilable conflict in non technical matters between the provisions in the
separate contract documents concerning or governing the same aspect precedence shall
be given to the provisions contained in the documents mentioned below in the order in
which they are set out below

Formal Contract
Acceptance of Tender
Price Schedule annexed to Letter of Acceptance.
Agreed Variations annexed to the Letter of Acceptance
Addenda to the Tender documents
Special Conditions of Contract
Instructions to Tenderers/ Bidders
General Terms and Conditions of Contract

A variation or amendment issued after the execution of the formal contract shall take
precedence over the formal contract and all other Contract Documents.

1.3.8 In case of irreconcilable conflict in technical matters between the provisions in two
separate contract documents concerning or governing the same aspect, clauses 1.3.3
and 1.3.4 shall be applied.

1.3.9 Where any portion of the General Terms & Conditions of Contract (GTC) is repugnant to
or at variance with any provisions of the Special Conditions of Contract, then unless a
different intention appears, the provision(s) of the Special Conditions of Contract shall be
deemed to override the provision(s) of GTC only to the extent that repugnancies of
variations in the Special Conditions of Contract are not possible of being reconciled with
the provisions of GTC.
1.7 Special Conditions of Contract.doc
Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 7 of 21

1.3.10 Wherever it is stated in this Bidding Document that such and such a supply is to be
effected or such and such a work is to be carried out, it shall be understood that the
same shall be effected/carried out by the CONTRACTOR at his own cost unless a
different intention is specifically and expressly stated herein or otherwise explicit from the
context. Contract value (also referred to as Contract Price) shall be, deemed to have
included such cost.

1.4 The materials, design and workmanship shall satisfy the applicable relevant Indian
Standards, the job specifications contained herein & codes referred to. Where the job
specifications stipulate requirements in addition to those contained in the standard codes
and specifications, these additional requirements shall also be satisfied. In the absence
of any standard specifications/ codes of practice or detailed specifications covering any
part the work covered in this Bidding Document, the instructions/directions of Engineer-
in-Charge will be binding on the CONTRACTOR.

1.5 In the absence of any Specifications covering any material, design or work(s) the same
shall be performed/ supplied/ executed in accordance with standard Engineering practice
as per the instructions/directions of the Engineer-in-Charge, which will be binding on the
CONTRACTOR.

2.0 CONTRACTORS SCOPE OF WORK

2.1 The brief scope of work covered in this contract will be as described in Annexure I to
SCC.

3.0 CONTRACTORS SCOPE OF SUPPLY

3.1 The brief scope of supply covered in this contract will be as described in Annexure II to
SCC.

4.0 TIME SCHEDULE

4.1 The work shall be executed strictly as per the time schedule and schedule of milestones
given in the Annexure III of SCC. The period of completion given includes the time
required for mobilization as well as testing, rectifications, if any, retesting, demobilization
and completion in all respects to the satisfaction of the Engineer-in-Charge.

4.2 A joint programme of execution of work will be prepared by the Engineer-in-Charge and
CONTRACTOR. This programme will take into account the time of completion mentioned
in clause 4.1 above.

4.3 Monthly/weekly execution programme will be drawn up by the Engineer-in-Charge jointly


with the CONTRACTOR based on availability of materials, work fronts and the joint
programme of execution as referred to above. The CONTRACTOR shall scrupulously
adhere to the Targets/Programmes by deploying adequate personnel, Construction
Equipment, Tools and Tackles and also by timely supply of required materials coming
within his scope of supply as per Contract. In all matters concerning the extent of target
set out in the weekly/monthly programme and the degree of achievement, the decision of
the Engineer-in-Charge will be final and binding on the CONTRACTOR.

4.4 CONTRACTOR shall give every day category-wise labour and equipment deployment
report along with the progress of work done on previous day in the format prescribed by
the Engineer-in-Charge.

4.5 CONTRACTOR shall also ensure submission of the following reports to the Engineer-in-
Charge. The format for such reports shall be as prescribed by the Engineer-in-Charge.

1.7 Special Conditions of Contract.doc


Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 8 of 21

4.5.1 Weekly Progress Report

4.5.2 Monthly Progress Report

5.0 SINGLE POINT RESPONSIBILITY

5.1 The entire work as per Scope of Work covered under this contract shall be awarded on a
single point responsibility basis.

6.0 SUB CONTRACTING

6.1 Further to the provisions of Clause no. 5.c of General Terms and Conditions of Contract,
A minimum of the following construction activities shall be performed by the
CONTRACTOR directly and shall not be sub-contracted

Total Project Management


Planning, Scheduling, Monitoring
Procurement
Quality Assurance
Construction and Safety Management

7.0 ADDITIONAL WORKS / EXTRA WORKS

7.1 OWNER reserves their right to execute any additional works / extra works, during the
execution of work, either by themselves or by appointing any other agency, even though
such works are incidental to and necessary for the completion of works awarded to the
CONTRACTOR. In the event of such decisions taken by the OWNER, CONTRACTOR is
required to extend necessary co-operation, and act as per the instructions of Engineer-in-
Charge.

8.0 PRICE REDUCTION DUE TO DELAY IN COMPLETION

8.1 Price reduction for delay in completion shall be applicable as specified in Clause 10.0 of
the General Terms and Conditions of Contract (GTC).

9.0 SITE CLEANING

9.1 The CONTRACTOR shall clean and keep clean the work site from time to time to the
satisfaction of the Engineer-in-Charge for easy access to work site and to ensure safe
passage, movement and working.

9.2 If the work involves dismantling of any existing structure in whole or part, care shall be
taken to limit the dismantling up to the exact point and/or lines as directed by the
Engineer-in-Charge and any damage caused to the existing structure beyond the said
line or point shall be repaired and restored to the original condition at the cost and risk of
CONTRACTOR to the satisfaction of the Engineer-in-Charge, whose decision shall be
final and binding upon the CONTRACTOR.

9.3 The CONTRACTOR shall be the custodian of the dismantled materials till the Engineer-
in-Charge takes charge thereof.

9.4 The CONTRACTOR shall dispose off the unserviceable materials, debris etc. to any area
within Refinery premises/ other area as directed by the Engineer-in-Charge.

9.5 The CONTRACTOR shall sort out, clear and stack the serviceable materials obtained
from the dismantling/ renewal at places as directed by the Engineer-in-Charge.
1.7 Special Conditions of Contract.doc
Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 9 of 21

9.6 No extra payment shall be paid on this account. The rates quoted in Schedule of Items
are deemed to be inclusive of all the costs towards all the above activities as well.

10.0 MEASUREMENT OF WORKS

10.1 The measurement of the works covered under this contract shall be as described in the
Annexure IV to SCC.

11.0 ON ACCOUNT PAYMENTS

11.1 "On Account Payments" shall be made as per Annexure V to SCC.

12.0 ROUNDING OFF

12.1 All payments to and recoveries from the bill of CONTRACTOR shall be rounded off to the
nearest Rupee. Wherever the amount to be paid/ recovered consists of a fraction of a
Rupee (Paise), the amount shall be rounded off to the next higher rupee if the fraction
consists of 50 (fifty) paise or more and if the fraction of a Rupee is less then 50 (fifty)
paise, the same shall be ignored.

13.0 TAXES AND DUTIES

13.1 The quoted prices shall be as per schedule of prices (SP-Forms)

13.2 Contractor shall register this contract under Works Contract Service" as per sub clause
(zzzza) of section 65(105) of the Finance Act.1994 as amended by Finance Act, 2007.
Contractor shall exercise the option of payment of service tax either under "Works
Contract (Composition Scheme for payment of service tax) Rules, 2007" or payment of
service tax based on the Valuation under Rule 2A of the "Service tax (Determination of
Value) Rules, 2006 ", whichever results in lower incidence of service tax to the Owner.

13.3 The Service Tax and Education cess thereon shall be paid by OWNER at actual against
Cenvat invoice to be submitted by the CONTRACTOR as mentioned below.

Service Tax shall be reimbursed by OWNER to CONTRACTOR at actual against


production of documentary evidence (s) and furnishing all necessary documents towards
Service tax paid (e.g. proper tax invoices, bill or challans etc.) to enable OWNER to claim
Cenvat Credit on Service Tax paid. In case CONTRACTOR does not furnish such
requisite documents enabling the OWNER to claim Cenvat benefit on such service tax
then such amount shall not be reimbursed to the CONTRACTOR irrespective of whether
the CONTRACTOR has paid such amount to the tax authorities.

14.0 WORKS CONTRACT

14.1 This Contract is considered divisible Contract and the price shall be so derived as per the
relevant SP Forms for supply items/composite jobs.

15.0 INCOME TAX & CORPORATE TAX

15.1 Income Tax deductions shall be made from all payments made to the CONTRACTOR as
per the rules and regulations in force in accordance with the Income Tax Act prevailing
from time to time.

15.2 Corporate Tax liability, if any shall be to CONTRACTORs account.

1.7 Special Conditions of Contract.doc


Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 10 of 21

16.0 REGISTRATION UNDER STATE GOVT. SALES TAX ACT

16.1 Attested copy of certificate registration under State Govt. Sales Tax Act in the proforma
prescribed by the State Govt. should accompany the tender. The registration under Sales
Tax Act should be in the name of the FIRM/INDIVIDUAL quoting for the work.

17.0 PROVIDENT FUND

17.1 The CONTRACTOR shall strictly comply with the provisions of Employees Provident
Fund Act and register the establishment with the concerned Regional Provident Fund
Commissioner before commencing the work. The CONTRACTOR shall deposit
"Employees" and "Employers" contributions in the designated account with the
designated Authority every month. The CONTRACTOR shall furnish along with each
running bill, the challan/ receipt for the payment of provident fund made to the RPFC for
the preceding month(s).

17.2 In case the Provident Fund Authority's receipted challan referred to above is not
furnished, the OWNER shall deduct 5% (five percent) of the payable amount from the
CONTRACTOR's running bill and retain the same as a security for the payment of the
Provident Fund. Such retained amounts shall be refunded to the CONTRACTOR only on
production of challan/ receipt of the Provident Fund Authority for the period covered by
the related deduction.

18.0 FIRM PRICE

18.1 The quoted prices shall remain firm and fixed and valid until completion of the contract
and shall not be subject to escalation for any reason whatsoever except as indicated
under Clause no. 3.0 of Annexure V to this Special Conditions of Contract.

19.0 ROYALTY

19.1 All royalties etc., as may be required for any Borrow Areas, including right of way etc. to
be arranged by CONTRACTOR shall be deemed to have been included in the quoted
prices.

19.2 CONTRACTORs quoted rate should include the royalty on different applicable items as
per the prevailing State Government rates. In case, OWNER is able to obtain the
exemption of Royalty from the State Government, the CONTRACTOR shall pass on the
same to OWNER for all the items involving Royalty. Any increase in prevailing rate of
Royalty shall be borne by the CONTRACTOR at no extra cost to the OWNER.

20.0 DRAWINGS AND SPECIFICATIONS

20.1 Construction shall be as per the latest issue of drawings and specifications etc. issued to
the CONTRACTOR by Engineer-in-Charge in two (02) copies duly marked Issued for
Construction except wherein the CONTRACTORs scope of works includes complete
design and detailed engineering in accordance with provision of Schedule of Items, Job
specifications/technical specifications.

20.2 The detail drawings/specifications prepared by the CONTRACTOR along with referred
codes, standards and practices, back-up calculations, computer runs and other details on
basis of which the designs have been prepared shall be subject to the
OWNERs/Engineer-in-Charges approval. Detailed working drawings and material
specifications shall be prepared and established on the basis of the approved design(s)
and shall also be subject to the OWNERs/Engineer-in-Charges approval.

1.7 Special Conditions of Contract.doc


Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 11 of 21

20.3 Construction shall be as per the latest issue of drawings and specifications duly marked
Issued for Construction.

20.4 CONTRACTOR shall ensure that all superseded issue of drawing and specifications etc.,
are withdrawn from circulation.

20.5 In case of discrepancy, generally the detailed drawing and specification shall be
considered to be correct and such discrepancies shall be notified immediately to the
Engineer-in-Charge.

20.6 CONTRACTOR shall mark up all the changes made during the construction in two copies
of all the drawings and submit the same as As built drawing.

21.0 UNDERGROUND AND OVERHEAD STRUCTURES

21.1 Engineer-in-Charge/ OWNER shall provide, to the best possible extent, details in respect
of existing structures, existing pipelines and utilities existing at job site to the
CONTRACTOR. The CONTRACTOR shall execute the work in such a manner that the
said structures, utilities, pipelines etc. are not disturbed or damaged, and shall indemnify
and keep indemnified the OWNER from and against any destruction thereof or damages
thereto. Moreover, CONTRACTOR shall prepare drawing showing all the above stated
details accurately and submit to Engineer-in-Charge. No extra payment shall be made on
this account. The rates quoted in Schedule of Items are deemed to be inclusive of the
costs towards this activity.

22.0 SURVEY AND LEVEL/SETTING OUT WORK

22.1 The Engineer-in-Charge shall furnish the relevant existing grid point with benchmark, on
the land. It shall be CONTRACTORs responsibility to set out the necessary control
points in and set out the alignment of various works. The CONTRACTOR shall employ an
efficient survey team for this purpose and the accuracy of such setting of works shall be
the CONTRACTORs responsibility.

22.2 The CONTRACTOR shall give the Engineer-in-Charge not less than 24 (twenty four)
hours notice in writing of his intention to set out or give levels for any part of the work so
that arrangements may be made for checking the same.

22.3 The CONTRACTOR shall within the scope of work provide all assistance, tools, gauges
and instruments required to enable the Engineer-in-Charge to check the setting out of
works.

22.4 The CONTRACTOR shall be entirely responsible for the horizontal and vertical
alignment, the level and correctness of every part of the work and shall rectify any errors
or imperfections therein. The CONTRACTOR at his own cost shall carry out such
rectifications, when instructions are issued to this effect by Engineer-in-Charge or his
representative.

23.0 DISTINCTION BETWEEN SUBSTRUCTURE AND SUPERSTRUCTURE

23.1 To distinguish between work in substructure and superstructures, the following criteria
shall apply:

23.1.1 For all equipments pedestals, pipe racks, other foundations and RCC structures, work
done up to 300mm level above Highest Pavement Point/Finished Floor Level will be
taken work in sub-structure and work above this level will be treated as work in
superstructures.

1.7 Special Conditions of Contract.doc


Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 12 of 21

23.1.2 For buildings only, all works up to level corresponding to finished floor level (Ground
Floor) shall be treated as work in Substructure and all works above the finished floor
level shall be treated as work in superstructures.

23.1.3 Irrespective of what has been stated above, all pavements, RCC retaining wall, all pipe
sleepers and any similar item would be taken as work done in substructure irrespective of
locations nomenclature and levels given anywhere. Unless specifically pointed out all
works in sumps, drains manholes, tank pads, cable trenches or such similar items would
be taken as work in substructure.

24.0 EXCAVATION BY BLASTING

24.1 Blasting will not be permitted inside the unit area. CONTRACTOR will make alternate
arrangements, as required, for excavation.

25.0 LEADS

25.1 For the various works, in case of contradiction, leads mentioned in the schedule of Items
shall prevail over those indicated in the technical specifications or elsewhere in the
bidding document.

26.0 STATUTORY APPROVALS

26.1 The approval from any authority required as per statutory rules and regulations of
Central/State Government shall be the responsibility of CONTRACTOR unless otherwise
specified in the bidding document. The application on behalf of OWNER for submission
to relevant authorities and along with copies of required certificate complete in all respect
shall be prepared and submitted by the CONTRACTOR well ahead of time so that the
actual construction/commissioning of work is not delayed for the want of
approval/inspection by concerned authorities. CONTRACTOR shall be responsible for
arrangement of inspections, liasioning with the concerned authorities. Reimbursement of
Statutory fees paid by CONTRACTOR (as per advance approval of OWNER) may be
provided for, subject to submission of documentary evidence.

26.2 Any change/addition required to be made to meet the requirements of the statutory
authorities shall be carried out by the CONTRACTOR within the quoted price. The
inspection and acceptance of the work by the statutory authorities shall however, not
absolve the CONTRACTOR from any of his responsibilities under this contract.

27.0 LABOUR RELATIONS

27.1 In case of labour unrest/labour dispute arising out of non-implementation of any law, the
responsibility shall solely lie with the CONTRACTOR and the CONTRACTOR shall
remove/resolve the same satisfactorily at his own cost and risk.

27.2 The CONTRACTOR shall deploy only duly qualified and competent personnel for
carrying out the various jobs as assigned by the Engineer-in-Charge from time to time.
The workmen deployed by the CONTRACTOR should also possess the necessary
license etc., if required, under any law, rules and regulations.

28.0 EMPLOYMENT OF LOCAL LABOUR

28.1 The CONTRACTOR shall ensure that local labour; skilled and/or unskilled, to the extent
available shall be employed in this work. In case of non-availability of suitable labour in
any category out of the above persons, labour from outside may be employed.

1.7 Special Conditions of Contract.doc


Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 13 of 21

28.2 The CONTRACTOR shall not recruit personnel of any category from among those who
are already employed by the other agencies working at site but shall make maximum use
of local labour available.

29.0 CONTRACTOR'S LABOURERS TO LEAVE SITE ON COMPLETION OF THE WORK

29.1 The labourers of CONTRACTOR must leave the location of the project site after the work
is tapered off/ completed.

30.0 TEMPORARY WORKS

30.1 All temporary and ancillary works including enabling works connected with the work shall
be responsibility of the CONTRACTOR and the price quoted shall be deemed to have
included the cost of such works, which shall be removed by the CONTRACTOR, as
required, at his cost, immediately after completion of the work.

31.0 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR


UNDERTAKINGS

31.1 If the CONTRACTOR is a PSU or Enterprise or is a Govt. Deptt. any disputes or


differences between the CONTRACTOR and the OWNER hereto arising out of any
notified claim of the CONTRACTOR in terms hereof and/or arising put of any amount
claimed by the OWNER (whether or not the amount claimed by the OWNER or any part
thereof shall have been deducted from the final bill of the CONTRACTOR or any amount
paid by the OWNER to the CONTRACTOR in respect of the work), then in suppression of
the provisions of Section 9 of the General Terms and Conditions of Contract, the
following provisions shall apply, namely; such disputes or differences shall be resolved
amicably by mutual consultation or through the good offices or empowered agencies of
the Government. If such resolution is not possible, then the unresolved disputes or
differences shall be referred to arbitration of an arbitrator to be nominated by the
Secretary, Department of legal affairs (Law Secretary) in terms of the Office
Memorandum No. 55/3/1/75-CF dated 19th December, 1975 issued by the Cabinet
Secretariat (Department of Cabinet Affairs) as modified from time to time. The Arbitration
Act shall not be applicable to the arbitrator under this clause. The award of the arbitrator
shall be binding upon parties to the dispute, provided, however any party aggrieved by
such award may make a further reference for setting aside or revision of the award to
Law Secretary whose decision shall bind the parties finally and conclusively. The parties
to the dispute will share equally the cost of Arbitration as intimated by the Arbitrator.

31.2 Notwithstanding the existence of any dispute or arbitration in terms hereof or otherwise,
the CONTRACTOR shall continue and be bound to continue and perform the works to
completion in all respects according to the Contract (unless the Contract or Works be
determined by the OWNER) and the CONTRACTOR shall remain liable and bound in all
respects under the Contract.

32.0 RESPONSIBILITY OF CONTRACTOR

32.1 It shall be the responsibility of the CONTRACTOR to obtain the approval for any revision
and/or modifications decided by the CONTRACTOR from the OWNER/Engineer-in-
Charge before implementation. Also such revisions and/or modifications if accepted/
approved by the OWNER/Engineer-in-Charge shall be carried out at no extra cost and
implication of time to the OWNER.

32.2 All expenses towards mobilisation at site and demobilisation including bringing in
equipment, work force, materials, dismantling the equipment, clearing the site etc. shall
be deemed to be included in the prices quoted and no separate payments on account of
such expenses shall be entertained.
1.7 Special Conditions of Contract.doc
Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 14 of 21

32.3 It shall be responsibility of the CONTRACTOR to provide, operate and maintain all
necessary construction equipment, steel scaffoldings and safety gadgets, PPE, cranes/
derrick and other lifting tackles, tools and appliances to perform the work in a workman
like and efficient manner and complete all the jobs as per time schedules without any
extra cost to the OWNER.

32.4 Preparing approaches and working area for the movement and operation of the
cranes/derrick/other construction equipments, leveling the areas for assembly and
erection shall also be responsibility of the CONTRACTOR. The CONTRACTOR shall
acquaint himself with access availability facilities, such as railway siding, local labour etc.,
to provide suitable allowances in his quotation. The CONTRACTOR may have to build
temporary access roads to aid his own work, which shall also be taken care of while
quoting for the work.

32.5 The CONTRACTOR shall be responsible for procurement and supply in sequence and at
the appropriate time of all equipments/ materials and consumables and his rates for
execution of work will include supply of all these items.

32.6 The CONTRACTOR shall make all provisions for monsoon protection cover to ensure
that there shall not be any stoppage/hindrance in working during monsoon season.

33.0 MAKE OF EQUIPMENTS / COMPONENTS

33.1 CONTRACTOR shall procure and supply the items covered in their scope from the
approved vendors. Vendors list is specified under Clause 49.0 of SCC. Wherever an item
is specified or described by a particular brand name, manufacturer or vendor, the specific
item mentioned shall be for establishing type, function and quality desired. Other
manufacturers products will be considered, provided sufficient information are furnished
to the Employer to assess the products proposed as equivalent and acceptable.
CONTRACTOR shall take prior approval from Engineer-in-charge for procuring such
items, which are not covered under vendor list attached in bid list.

34.0 QUALITY ASSURANCE SYSTEM

34.1 The CONTRACTOR shall adhere to the quality assurance system as per Jacobs
specification. After the award of the contract, detailed quality assurance programme to be
followed for the execution of contract shall be submitted by CONTRACTOR.

34.2 The CONTRACTOR shall establish document and maintain an effective quality
assurance system as outlined in recognised codes.

34.3 Quality Assurance System plans/ procedures of the CONTRACTOR shall be furnished in
the form of a QA manual. This document should cover details of the personnel
responsible for the quality assurance, plans or procedures to be followed for quality
control in respect of Design, Engineering, Procurement, Supply, Installation, Testing and
Commissioning, The quality assurance system should indicate organisational approach
for quality control and quality assurance of the construction activities, at all stages of
work at site as well as at manufacturer's works and dispatch of materials.

34.4 The Quality Assurance plan for various activities and materials shall be furnished to the
OWNER/ Engineer-in-Charge prior to commencement of the activities. The OWNER/
Engineer-in-Charge shall review the same within 3 (three) weeks of its submission.

34.5 The OWNER/Engineer-in-Charge or their representative shall reserve the right to


inspect/witness; review any or all stages of work at shop/ site as deemed necessary for
quality assurance.

1.7 Special Conditions of Contract.doc


Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 15 of 21

34.6 The CONTRACTOR has to ensure the deployment of Quality Assurance and Quality
Control Engineer(s) depending upon the quantum of work. This QA/QC group shall be
fully responsible to carryout the work as par standards and all code requirements. In case
Engineer-in-charge feels that OA/QC Engineer(s) of CONTRACTOR are incompetent or
insufficient, CONTRACTOR has to deploy other experienced Engineer(s) as per site
requirement and to the full satisfaction of Engineer-in-Charge.

34.7 In case CONTRACTOR fails to follow the instructions of Engineer-in-charge with respect
to above clauses, next payment due to him shall not be released unless and until he
complies with the instructions to the full satisfaction of Engineer-in-charge.

35.0 SITE ORGANISATION

35.1 The CONTRACTOR shall without prejudice to his overall responsibility to execute and
complete the works as per specifications and time schedule, progressively deploy
adequate qualified and experienced personnel together with skilled/ unskilled manpower
and augment the same as decided by Engineer-in-Charge depending on the exigencies
of work to suit the construction schedule without any additional cost to OWNER.

35.2 CONTRACTORS site organization shall include Planning Engineer (s), Safety Engineer
(s) and Quality Engineer (s). These engineers are exclusively dedicated for their
functions.

36.0 MECHANISED CONSTRUCTION

36.1 CONTRACTOR shall without prejudice to his overall responsibility to execute and
complete the work as per specifications and time schedule adopt as far as practicable,
mechanized construction techniques for major site activities. CONTRACTOR agrees that
he will deploy the required numbers and type of the plant & machinery applicable for
different activities in consultation with the Engineer-in-Charge during execution of works.

36.2 CONTRACTOR further agrees that Contract price is inclusive of all the associated costs,
which he may incur for actual mobilization, required in respect of use of mechanized
construction techniques and that the OWNER/ Engineer-in-Charge in this regard shall
entertain no claim whatsoever.

37.0 TESTS AND INSPECTION OF WORKS

37.1 The CONTRACTOR shall carry out the various tests as enumerated in the bidding
document and the technical documents that will be furnished during the performance of
the work either on field or outside/laboratories concerning the execution of work and
supply of the material by CONTRACTOR. All the expenses shall be borne by the
CONTRACTOR and shall be considered as included in the quoted price. The inspection
shall be done by followings:

a) Representative deputed by Engineer-in-charge.


b) Representative deputed by Statutory Authority.

CONTRACTOR shall give prior notice sufficiently ahead of time to the Engineer-in-charge
and also to the authorities to conduct inspection/ to witness such tests.

37.2 All the tests either on the field or at outside laboratory concerning the execution of the
work and supply of materials by the CONTRACTOR shall be carried out by the
CONTRACTOR at his own cost.

1.7 Special Conditions of Contract.doc


Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 16 of 21

37.3 The work is subject to inspection at all times by the Engineer-in-charge. The
CONTRACTOR shall carry out all instructions given during inspection and shall ensure
that the work is being carried out according to the technical specifications of this bidding
document, the technical documents that will be furnished to him during performance of
work and the relevant codes of practice.

37.4 The CONTRACTOR shall provide for purposes of inspection, necessary instruments at
his own cost for inspection of work.

37.5 Any work not confirming to the execution drawings, specifications or codes shall be
rejected forthwith and the CONTRACTOR shall carry out the rectifications at his own
cost. However, Inspection and acceptance of the work shall not relieve the
CONTRACTOR from any of his responsibilities under this contract.

37.6 All results of inspection and test will be recorded in the inspection reports, proforma of
which will be approved by the Engineer-in-charge. These reports shall form part of the
completion documents.

37.7 For materials supplied by OWNER, CONTRACTOR shall carryout the tests, if required by
the Engineer-in-charge, and the cost of such tests shall be reimbursed by the OWNER at
actual to the CONTRACTOR on production of documentary evidence.

37.8 Any work not conforming to drawings, specifications, codes shall be rejected and
CONTRACTOR shall carry out rectification at his own cost.

37.9 Cost towards repeat tests and inspection due to failures, repairs etc, for reasons
attributable to the CONTRACTOR shall be borne by the CONTRACTOR.

37.10 Various tests as specified in specifications shall be carried out to the entire satisfaction of
OWNER/Engineer-in-Charge.

38.0 FINAL INSPECTION

38.1 After completion of all tests as per specification the whole work will be subject to a final
inspection to ensure that job has been completed as per requirement. If any defects
noticed: in the work attributable to CONTRACTOR, the CONTRACTOR at his own cost
shall attend these, as and when they are brought to his notice by the OWNER/ Engineer-
in-Charge. OWNER/ Engineer-in-Charge shall have the right to have these defects
rectified at the risk and cost of the CONTRACTOR if he fails to attend to these defects
immediately.

39.0 COMPLETION DOCUMENTS

39.1 The CONTRACTOR shall carryout various tests as called for in bidding document either
on field or at outside approved laboratories at his own cost. All test results and related
documents shall be submitted in 6 (Six) copies as part of completion documents.

39.2 The following documents shall be submitted hard binded by the CONTRACTOR in 6 (Six)
sets; as a part of the completion documents

a) Material approval record for the material supplied by the CONTRACTOR.


b) Calibration / test certificates for all tools, tackles, instruments,
c) Test certificates of lifting devices used.
d) Concrete Cube Test Reports
e) Construction Check Sheets for the various work carried out by the
CONTRACTOR.
1.7 Special Conditions of Contract.doc
Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 17 of 21

40.0 COMPUTERISED CONTRACTOR'S BILLING SYSTEM

40.1 Without prejudice to stipulation in General Terms and Conditions of Contract,


CONTRACTOR should follow following billing system The bills/measurement sheets will
be prepared by the CONTRACTOR on their PCs as per the standard formats prescribed
by OWNER/ Engineer-in-Charge. The CONTRACTOR will submit the bill/measurement
sheets to OWNER/ Engineer-in-Charge in an electronic media along with the hard copy
of the bill, necessary enclosures and documents. The CONTRACTOR will also ensure
the correctness and consistency of data so entered with the hard copy of the bill
submitted for payment.

40.2 OWNER/Engineer-in-Charge will utilize these data for processing and verification of bill of
the CONTRACTOR.

41.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT

41.1 The CONTRACTOR shall adhere to the Health, Safety and Environment (HSE)
management system as per Jacobs Specification No. 44LK-5100-718/K.02/0006/A4,
enclosed as Annexure IX to this SCC.

41.2 Arrangement for First aid medical facilities at site and Ambulance for necessary
transportation in emergencies shall be made by CONTRACTOR at his own cost. At least
one emergency vehicle at all time shall be available at site during construction work.

41.3 The CONTRACTOR shall establish document and maintain an effective Health, Safety
and Environment (HSE) management system.

41.4 In case CONTRACTOR fails to follow the instructions of Engineer-in-charge with respect
to above clauses, next payment due to him shall not be released till CONTRACTOR
complies with the instructions to the full satisfaction of Engineer-in-charge.

42.0 COORDINATION WITH OTHER AGENCIES

42.1 Work shall be carried out in such a manner that the work of other agencies operating at
the site is not hampered due to any action of the CONTRACTOR. Proper coordination
with other agencies will be responsibility of the CONTRACTOR. In case of any dispute,
the decision of Engineer-in-Charge shall be final and binding on the CONTRACTOR.

43.0 SITE ESTABLISHMENT AND INFRASTRUCTURE

43.1 OWNER will give only limited land for construction of site office etc. OWNER may
allocate the area any where inside the plant battery limit (including the operating refinery).
CONTRACTOR shall construct the site office structure as required for the job at his own
cost and same to be dismantled and removed and clear site to be handed over to
OWNER on completion of job as directed.

43.2 Notwithstanding the provisions of Clause no. 43.1 above, the OWNER reserves the right
at any time during the pendency of the work to call upon the CONTRACTOR to vacate
the land or any part thereof on giving 7 (Seven) days written notice to the
CONTRACTOR in this behalf.

43.3 CONTRACTOR shall make the necessary arrangement for stores, covered shed,
fabrication shop, painting shed, safety training room etc. out side the refinery premises.
CONTRACTOR shall make necessary arrangement of transportation form fabrication
shop to the work site at his own cost. However OWNER will provide a very limited
storage space for storage of daily need of material.
1.7 Special Conditions of Contract.doc
Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 18 of 21

44.0 ELECTRICITY AND WATER

44.1 Water shall be arranged by the CONTRACTOR at its own cost.

44.2 Construction power shall be arranged by the CONTRACTOR. The quoted rates shall
include the costs towards generation and distribution of Construction power.
CONTRACTOR shall also arrange for necessary statutory approvals whatsoever may be
required for operating the electrical power generation and distribution system. Preferably
the electrical generating set should be noise free. Approval of the Engineer-in-Charge will
also be required for energizing the power generation and distribution system.

45.0 LAND FOR RESEDENTIAL ACCOMODATION

45.1 CONTRACTOR shall arrange for residential accommodation for his staff and workers at
his own cost and the quoted prices shall be deemed to include the same.

46.0 FUEL REQUIREMENT OF WORKERS

46.1 CONTRACTOR shall be responsible to arrange at his own cost for the fuel requirement
of his workers and staff. Cutting of trees etc. shall not be permitted for this purpose.

47.0 SPECIAL REQUIRMENTS FOR GATE PASSES, MATERIAL ENTRY PASSES, WORK
PERMITS & SAFETY REGULATION.

47.1 ENTRY GATE PASSES.

47.1.1 The works under this contract are to be carried out in areas within the plant limits
adjacent or adjoining to an existing operating Refinery. As such, the CONTRACTOR and
its SUB-CONTRACTOR and their employees and agents are required to abide by safety
and security regulations of the OWNER in force from time to time

47.1.2 The CONTRACTOR shall apply for photo Entry Passes for its workers and staff and the
workers and staff of its SUB-CONTRACTOR in a prescribed proforma provided by the
OWNER. The Application shall be accompanied by a Statement and Declaration in the
form prescribed by the OWNER signed by the employees for whom the Entry Passes are
sought and confirmed by the employer. The OWNER shall issue the Photo Entry Passes
for a maximum period of 3 (three) months, which will be extendable upon application of
the CONTRACTOR. As a special case Temporary Passes may be issued for a maximum
period of 7 (seven) days.

47.1.3 OWNER will issue the gate passes in SMART CARD, for which CONTRACTOR shall pay
fees of RS. 500/- (Rupees five hundred) per gate pass, which can be refunded by
OWNER on returns of the gate pass.

47.1.4 CONTRACTOR shall submit POLICE verification reports for issue of gate pass.

47.1.5 In case of the loss of an Entry Pass/Identity Card the CONTRACTOR shall immediately
lodge an FIR with the local police station and inform the Engineer-in-Charge of the loss.
The CONTRACTOR is required to keep an account and track of all Entry Passes issued
and surrendered

47.1.7 OWNER will arrange for Safety Training to all workmen after entry but prior to workers
being engaged for work. CONTRACTOR needs to inform in advance to OWNER/
Engineer-In-Charge for proper planning of Safety Training batches.

1.7 Special Conditions of Contract.doc


Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 19 of 21

47.2 MATERIAL ENTRY PASSES.

47.2.1 To bring materials, equipment, tools and tackle and other things inside the Refinery for
construction work, the CONTRACTOR has to produce proper documents of title or
authority relative there to for inspection by personnel of the OWNER at gate. These shall
be checked thoroughly by personnel of the OWNER at the Gate and recorded in their
Register before permitting the same to be brought inside the Refinery limits. It is the
responsibility of CONTRACTOR to see that the entry is duly recorded in the Register with
proper Entry Number, date and signature of authorised representative of OWNER and
that the supporting challans/ documents are stamped and signed by personnel of
OWNER at the gate at the time of entry.

47.3 WORK PERMIT

47.3.1 In order to keep the OWNER informed of the various jobs being undertaken within the
Refinery and to enable the OWNER to regulate the same to ensure the observance of
safety regulations relative thereto. When work is to be carried out In hazardous areas, a
Hot Work Permit is to be obtained by the CONTRACTOR from the OWNER before start
of work on jobs which are capable of generating a flame, spark or heat e.g. gas cutting,
grinding, welding, use of any electrical, diesel, petrol or battery operated prime mover,
machine, tool or equipment or generator set, mixer machine, drilling machine, crane, fort
lift or hand truck or trailer or chipping or breaking of rocks or concrete or hacksaw cutting
and drilling. Similarly the CONTRACTOR is to be obtain a Cold Work Permit from the
OWNER for jobs which do not come under the category of hot work and in respect of
which there is no risk of fire e.g. transportation, backfilling of ordinary soil by manual
process, shuttering, fixing of reinforcement, hand mixed concreting and brick work.

47.3.2 Depending on the nature of the work and the equipments and tools involved, the
CONTRACTOR shall apply for Cold/Hot Permit in a prescribed format at least 7 (seven)
days before the work is planned to start No Work Permit shall be issued by OWNER
unless proper arrangement is made by the CONTRACTOR to ensure safe performance
of the work inside the Refinery limit. Job-wise and area-wise permits shall be issued to
the CONTRACTOR and for work against each permit the CONTRACTOR shall post at
site at least one Construction Supervisor and one Safety Supervisor of required level to
ensure the due observance of all safety requirements.

47.4 VEHICLE PERMIT

47.4.1 Permits are to be obtained separately for entry/use of vehicles/trailers and other mobile
equipments inside the Refinery limits. All the vehicles of CONTRACTOR should have a
valid PUC certificates. The following requirements are to be met to obtain vehicle permit:

a) Vehicle/Equipment shall be in good condition and fitted with spark arrestor


b) Vehicles should carry, wherever applicable, Valid Road tax certificate and fitness
certificate from the Competent authority and insurance policy.
c) Valid operating/driving license of driver/operator.

47.4.2 Validity of the Permit

a) Any Hot or Cold Work Permit issued is valid only for 8 hours.(Per shift)
b) Thereafter the validity of the Permit must be renewed for each shift (Morning &
Evening) by the shift in-charge/shift representative of the OWNER.
c) The permit may be renewed for a maximum period of one month from the date of
issue and if extension is required, the CONTRACTOR has to apply for a fresh
permit.
d) A permit is not valid for work on holidays unless special permission of the
OWNER is obtained for the purpose.
1.7 Special Conditions of Contract.doc
Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 20 of 21

47.5 SAFETY REGULATION

47.5.1 Regarding Work Permit

a) The work shall be carried out inside the Refinery limits to conform to the
OWNERS safety section and in accordance with any instructions of Engineer-in-
Charge issued from time to time. Sometimes working hours may be drastically
reduced or increased to satisfy safety requirements and the CONTRACTOR shall
meet these requirements without any time and cost implications. No claim for
idling of machinery, plant, manpower or equipment shall be entertained for
reason of delay in the issue of a Work Permit and it shall be the exclusive
responsibility of the CONTRACTOR to apply for, pursue and obtain the requisite
Work Permit(s) well in advance of the relative requirement(s).

b) The CONTRACTOR shall abide by all safety regulations of the plant and ensure
that safely equipment for specific jobs as stipulated in the Factories Act Safety
Handbook is issued to all employees during the execution of work, failing which
all the works at site shall be suspended.

47.5.2 Regarding use of Vehicle

a) Vehicle must not ply on any road within the Refinery limit at a speed exceeding
20 KM/hr.
b) Mobile cranes, loaded, trucks and trailers must not exceed speed limit of 15
KM/hr inside the plant.
c) No crane is allowed to move inside the plant with load.
d) No vehicle is allowed to be parked inside the plant.

47.6 NORMAL WORKING HOURS.

47.6.1 Normal working hours at site will be form 08.00 hrs to 16.30 hrs. Any deviation from
above shall be with permission from Engineer-in-Charge/OWNERs representative.

48.0 SURPLUS MATERIALS AND SCRAP

48.1 All material supplied by the CONTRACTOR, once entered in the refinery premises
cannot be taken back and would be deemed to be the property of the OWNER and the
same shall be transported properly to the OWNER's store or as directed by OWNER.
Accordingly, the quoted prices shall be deemed to be inclusive of the same.

48.2 Surplus Civil construction materials comprising sand, bricks, stones and aggregate etc
and the product of dismantling temporary works erected by the contractor shall vest in
and belong to the contractor upon completion of the works and/or on earlier termination
of the contract for any cause, with right in the contractor, subject to the other terms and
conditions of the contract, to remove the same from the job site subject to satisfactory
proof of supply.

48.3 In case of CONTRACTORs returnable materials / tools / tackles and scraps such as
temporary structural steel / plates / beam pieces etc. for facilitating him during the
execution of work shall be properly colour coded / painted. Only such properly identified
materials will be allowed to take outside of Refinery after completion of job, with prior
notification and permission from OWNER / Engineer-In-Charge.

1.7 Special Conditions of Contract.doc


Jacobs
HPCL, MUMBAI SPECIAL CONDITIONS OF CONTRACT Date: 03-Feb-10
DHT PROJECT CIVIL & STRUCTURAL WORK FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0004/A4 Page 21 of 21

49.0 VENDOR LIST

49.1 The CONTRACTOR shall purchase Cement form the following manufacturers or their
stockist.

a) ACC
b) L&T
c) Aditya
d) J. K Cement (Laxmi Cement)
e) Gujarat Ambuja
f) Shri Cement

49.2 The CONTRACTOR shall purchase structural steel form the following manufacturers or
their stockist.

a) SAIL
b) TISCO
c) RINL
d) JINDAL

49.3 The CONTRACTOR shall purchase the Welding electrodes and filler wires form the
following manufacturers or their stockist.

a) D&H
b) Esab
c) Ador
d) L&T
e) Honavar

1.7 Special Conditions of Contract.doc


HPCL, MUMBAI 44LK 5100
DHT PROJECT

ANNEXURE TO SCC CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 1 of 2

SCOPE OF WORK

[ANNEXURE I TO SPECIAL CONDITIONS OF CONTRACT]

1.7.1 Annexure I to SCC.doc


Jacobs
HPCL, MUMBAI ANNEXURE I Date: 3-Feb-10
TO
DHT PROJECT SPECIAL CONDITIONS OF CONTRACT Rev. A
44LK 5100 CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 2 of 2

ANNEXURE I TO SPECIAL CONDITIONS OF CONTRACT

SCOPE OF WORK

1.0 The scope of work in general includes scope of work specified in various Technical
Specifications and Schedule of Rates enclosed in the Bidding Document and includes but
not limited to the followings:

1.1 Civil and Structural Works involved in the following Structures.

Pipe Rack (PR1)

2.0 Scope of work shall be read in conjunction with item description of Schedule of Rates and
CONTRACTORs scope shall include all activities of work specified in the item description
of Schedule of Rates/ Technical specification.

3.0 Rates shall include all cost for the performance of the item considering the parts of the
Bidding Document. In case any activity though specifically not covered in description of
item under Schedule of Rates/ Technical specification but is required to complete the
work which could be reasonably implied/ inferred from the content of bidding document,
the cost for carrying out such activity of work shall be deemed to be included in the item
rate.

1.7.1 Annexure I to SCC.doc


HPCL, MUMBAI 44LK 5100
DHT PROJECT

ANNEXURE TO SCC CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 1 of 2

SCOPE OF SUPPLY

[ANNEXURE II TO SPECIAL CONDITIONS OF CONTRACT]

1.7.2 Annexure II to SCC.doc


Jacobs
HPCL, MUMBAI ANNEXURE II Date: 3-Feb-10
TO
DHT PROJECT SPECIAL CONDITIONS OF CONTRACT Rev. A
44LK 5100 CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 2 of 2

ANNEXURE II TO SPECIAL CONDITIONS OF CONTRACT

SCOPE OF SUPPLY

1.0 All materials, equipments, tools & tackles, labour & consumables required for successful
completion of work as per the description of item in Technical specification and Schedule
of Items enclosed in the bidding document shall be supplied by the CONTRACTOR and
the cost of such supply shall be deemed to be included in the quoted rates without any
additional liability on the part of the OWNER.

2.0 The procurement and supply in sequence and at appropriate time of all materials and
consumables required for the completion of the works shall be the responsibility of the
contractor and prices quoted shall be deemed to be inclusive of such materials. The
supply of these materials shall include but not limited to the following:

2.1 All materials & consumables including tools, tackles, plant & machinery required for
carrying out the Civil and Structural works included in the scope of works of the
CONTRACTOR.

2.2 Tools & Tackles for cutting, fitting, welding, brazing, cleaning etc.

2.3 All industrial gases such as oxygen, acetylene, inert gases, all types of electrodes, filler
wire, flux wire, brushes, etc.

2.4 Shims, wedges, and packing plates (machined wherever required).

2.5 All materials and arrangement required for all types of non-destructive tests such as
radiography, dye-penetrant, etc.

2.6 Asbestos cloth and water hoses for fire and safety protection as required.

2.7 Chain pulley block as per requirements.

2.8 All safety equipments required to conduct the job and avoid accident and keep good
house keeping and environment.

2.9 All other materials though not specified above but required for completion of the work as
per specification, drawings and instructions of the Engineer-in-charge.

3.0 Painting

3.1 All primers and finish paints.

3.2 All consumables required for surface preparation

3.3 All equipments for paint application like Brushes, Spray nozzles, Spray pumps, Blowers
etc.

3.4 All equipments like dust collector, protection shield etc for conducting the job.

1.7.2 Annexure II to SCC.doc


HPCL, MUMBAI 44LK 5100
DHT PROJECT

ANNEXURE TO SCC CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 1 of 2

TIME SCHEDULE

[ANNEXURE III TO SPECIAL CONDITIONS OF CONTRACT]

1.7.3 Annexure III to SCC.doc


Jacobs
HPCL, MUMBAI ANNEXURE III Date: 3-Feb-10
TO
DHT PROJECT SPECIAL CONDITIONS OF CONTRACT Rev. A
44LK 5100 CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 2 of 2

ANNEXURE III TO SPECIAL CONDITIONS OF CONTRACT

TIME SCHEDULE

Name of Work Time of Completion

Civil and Structural works for Pipe Rack (PR1) for DHT
Project of Hindustan Petroleum Corporation Limited at
10 (Ten) months
Mumbai Refinery in accordance with the provisions of the
Bidding Document.

The following intermediate milestones to be achieved by the CONTRACTOR

Milestones Time of Completion


1 Place Order for Structural Steel 15 (fifteen) days
2 Receive structural materials at fabrication shop 45 (forty five) days
(first lot)
3 Complete foundations and pedestals for pipe rack 7 (seven) months
(PR1)
4 Start structural erection at site 3 (three) months
5 Rack (PR1) up to Grid 32 ready for Piping 6 (six) months
Installation

Note:

1.0 The Overall Time of Completion and Completion time for the milestones shall be reckoned
from the date of award of contract, which shall be the date of issue of Fax of
Acceptance/Letter of Acceptance/Letter of Intent.

2.0 The time indicated is for completing all the works in all respects as per specifications,
codes, drawings and instructions of Engineer-in-Charge.

3.0 Time of completion shall include the time required for mobilization, demobilization,
carrying out the works and submission of reports as per the requirement of the contract
document and direction of the Engineer-in-Charge.

1.7.3 Annexure III to SCC.doc


HPCL, MUMBAI 44LK 5100
DHT PROJECT

ANNEXURE TO SCC CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 1 of 3

MEASUREMENT OF WORK AND


INVOICING PROCEDURE

[ANNEXURE IV TO SPECIAL CONDITIONS OF CONTRACT]

1.7.4 Annexure IV to SCC.doc


Jacobs
HPCL, MUMBAI ANNEXURE IV Date: 3-Feb-10
TO
DHT PROJECT SPECIAL CONDITIONS OF CONTRACT Rev. A
44LK 5100 CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 2 of 3

ANNEXURE IV TO SPECIAL CONDITIONS OF CONTRACT

MEASUREMENT OF WORK & INVOICING PROCEDURE

1.0 GENERAL

1.1 The mode of measurement shall be as per the details mentioned in this Annexure.

1.2 In case of discrepancy between measurements of work specified in this Annexure.


Standard Specification/ Job Specification, Schedule of Items etc., precedence shall be
given in following order:

a) Measurement of works as per this Annexure of SCC.


b) Measurement of works as mentioned in Standard Specification/ Job Specification.
c) Measurement of works in accordance with item description of relevant item
mentioned in Schedule of Items.
d) In case the clarity is not in the above documents, then it shall be as per BIS and if
it does not exist in BIS also, then Measurement of works shall be as decided by
Engineer-in-Charge.

1.3 Payment will be made on the basis of joint measurements taken by CONTRACTOR and
certified by Engineer-in-Charge. Measurement shall be based on Approved for
Construction / Good for Construction drawings, to the extent that the work conforms to
the drawings and details are adequate.

1.4 Wherever work is executed based on instructions of Engineer-in-Charge or details are not
adequate in the drawings, CONTRACTOR shall take physical measurements in the
presence of Engineer-in-Charge.

1.5 Measurements will be made on the basis of following units indicated in unit column of
schedule of rates.

a) Weights MT or kg
b) Length M (Meter) CM (Centimeter) MM (Millimeter)
c) Number No.
d) Volume Cu.M
e) Area Sq.M

1.6 Welds, bolts, nuts, washers etc. shall not be measured. No payment for temporary works
connected with this Contract or for items such as weld, shims, packing plates, etc. shall
be made by OWNER. Cost of above items shall be included in the item rates quoted.

1.7 Wherever the unit of items has been indicated as Lump sum, the payment shall be made
on Lump sum basis on completion and no mode of measurement shall be applicable.

1.8 The CONTRACTOR shall submit his monthly detailed measurements in 2 (two) copies to
Engineer-in-Charge. The measurement sheets shall be prepared as per Clause 40.0 of
the SCC.

1.9 The Engineer-in-Charge shall verify the measurement; make necessary corrections on the
measurement sheets and the abstract of quantities based on which the CONTRACTOR
will submit their progress invoice to the Engineer-in-Charge. The invoices shall be
prepared as per Clause 40.0 of the SCC.

1.7.4 Annexure IV to SCC.doc


Jacobs
HPCL, MUMBAI ANNEXURE IV Date: 3-Feb-10
TO
DHT PROJECT SPECIAL CONDITIONS OF CONTRACT Rev. A
44LK 5100 CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 3 of 3

1.10 The relevant construction check sheets (copies) and the material approval records shall
be attached along with the Invoice as part of the quality certification of the bill.

1.11 The proof of payment of wages to the workers employed directly by the CONTRACTOR
or by his sub contractors shall also be attached along with the Invoice.

2.0 GENERAL CIVIL AND STRUCTURAL WORKS

2.1 The measurement of work as mentioned in the relevant standard/technical specification


shall be followed.

3.0 Painting on Steel Structure

3.1 Payment for Steel structures shall be made on the basis of admissible weight of structure
painted.

3.2 Welds, bolts, nuts, washers etc. shall not be measured and paid as rates for painting of
structure are inclusive of painting of such items.

1.7.4 Annexure IV to SCC.doc


HPCL, MUMBAI 44LK 5100
DHT PROJECT

ANNEXURE TO SCC CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 1 of 5

TERMS OF PAYMENT

[ANNEXURE V TO SPECIAL CONDITIONS OF CONTRACT]

1.7.5 Annexure V to SCC.doc


Jacobs
HPCL, MUMBAI ANNEXURE V Date: 3-Feb-10
TO
DHT PROJECT SPECIAL CONDITIONS OF CONTRACT Rev. A
44LK 5100 CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 2 of 5

ANNEXURE V TO SPECIAL CONDITIONS OF CONTRACT

TERMS OF PAYMENT

1.0 SECURED ADVANCE- Deleted

2.0 ON ACCOUNT PAYMENTS

2.1 Progress payments shall be released to CONTRACTOR against monthly running account
bills duly certified by Engineer-in-Charge after affecting the necessary deductions. The
basis for payment against various items shall be below:

2.2 For Supply Items (Schedule of Price Form SP-1)

Subject to the other provisions of Contract documents, on account payments for the
supplies will be made as follows:

2.2.1 Structurals

2.2.1.1 AGAINST RECEIPT OF STRUCTURAL MATERIALS AT CONTRACTORS


WAREHOUSE OR AT REFINERY SITE:
70% (Seventy percent) of the value as indicated in SP form on receipt at Contractors
Fabrication Yard/Warehouse/refinery Site. This payment shall be released after
submission of Bank Guarantee for equivalent value valid up to the contractual date of
completion in case material is received at contractors Fabrication Yard/Warehouse.
However, this Bank Guarantee shall be released after receipt of all materials at Refinery
site and acceptance of same.

Payment for above shall be released on submission of the following documents with the
CONTRACTORs invoice:

a) Signed Invoice(s)
b) Bank Guarantee for equivalent value
c) Inspection Release Note by Third Party Inspection Agency.
d) Photocopy of Railway Receipt/LR.

2.2.1.2 ON BRINGING PRE-FABRICATED STRUCTURES AT REFINERY SITE, AGAINST


CONTRACTORS CERTIFIED RUNNING ACCOUNT BILL(S):

15% (Fifteen percent) of the value as indicated in SP form on submission of:

a) Verification of Third Party Inspection Certificate as per QAP approved by


OWNER/PMC along with Test Certificate
b) CENVATable documents on account of Countervailing Duty
c) Certificate of Verification and Good Condition after receipt of material at site.

2.2.1.3 10 % (Ten percent) on erection, alignment, welding & painting as certified in monthly
progress bill.

2.2.1.4 5% (Five percent) on completion of all works in all respects and acceptance thereof.

2.2.2 Steel Reinforcement:

2.2.2.1 AGAINST RECEIPT OF MATERIAL AT CONTRACTORS WAREHOUSE OR AT


REFINERY SITE:

1.7.5 Annexure V to SCC.doc


Jacobs
HPCL, MUMBAI ANNEXURE V Date: 3-Feb-10
TO
DHT PROJECT SPECIAL CONDITIONS OF CONTRACT Rev. A
44LK 5100 CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 3 of 5

70% (Seventy percent) of the value as indicated in SP form on receipt of materials at


Contractors Fabrication Yard/Warehouse/refinery Site.

Payment against Receipt of Materials at Contractors Warehouse or at Refinery Site, as


the case may be, this payment shall be released after submission of Bank Guarantee for
equivalent value valid up to the contractual date of completion in case material is received
at contractors Fabrication Yard/Warehouse.. However, this Bank Guarantee shall be
released after receipt of all materials at Refinery site and acceptance of same.

Payment for above shall be released on submission of the following documents with the
CONTRACTORs invoice:

a) Signed Invoice(s)
b) Bank Guarantee for equivalent value
c) Inspection Release Note by Third Party Inspection Agency.
d) Photocopy of Railway Receipt/LR.

2.2.2.2 On bringing cut and bent re-enforcement as per bar bending schedule at Refinery Site,
against Contractors Certified Running Account Bill(s):

15% (Fifteen percent) of the value as indicated in SP form on submission of:

a) Verification of Third Party Inspection Certificate as per QAP approved by


OWNER/PMC along with Test Certificate
b) CENVATable documents on account of Countervailing Duty
c) Certificate of Verification and Good Condition after receipt of material at site.

2.2.2.3 10 % (Ten percent) on tying and placing in position, as certified in monthly progress bill.

2.2.2.4 5% (Five percent) on completion of all works in all respects and acceptance thereof.

2.3 For Composite works (Schedule of Price Form SP-2):

2.3.1 For Steel Structurals/Reinforcement:

a) 75% (seventy five percent) on pre-fabrication/ tying and placing in position as the
case may be as certified in monthly progress bill.

b) 20% (twenty percent) on erection, alignment, welding and painting.


c) 5% (five percent) on completion of all works in all respects and acceptance thereof.

2.3.2 For all other items:

a) 95% (ninety five percent) on completion of work as certified in monthly progress bill.

b) 5% (five percent) on completion of all works in all respects and acceptance thereof.

2.4 Mobilization Advance:

2.4.1 The CONTRACTOR shall be paid an interest bearing (interest @ SBI PLR rate + 1% pa
SBI PLR rate as applicable on the due date of submission of last price bid) recoverable
Mobilization Advance equivalent to 10% (Ten percent) of the Contract Price subject to

1.7.5 Annexure V to SCC.doc


Jacobs
HPCL, MUMBAI ANNEXURE V Date: 3-Feb-10
TO
DHT PROJECT SPECIAL CONDITIONS OF CONTRACT Rev. A
44LK 5100 CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 4 of 5

fulfillment of the following conditions :

a) Signature of the formal Contract between the OWNER and the CONTRACTOR.

b) Submission of Bank Guarantee(s) for an equivalent value valid for 3 months beyond
scheduled date of Completion of the works, from a Scheduled Bank in India recognized by
RBI (including the Indian Branch of a Foreign Bank which is recognized as a Scheduled
Bank by the Reserve Bank of India except Co-operative Banks) and in a format acceptable
to the OWNER. The CONTRACTOR shall at the request of the OWNER suitably extend
the validity of the Bank Guarantee(s) for such period or periods as may be required failing
which, without prejudice to any other right or remedy available to the OWNER, the OWNER
shall be entitled to encash the Bank Guarantee(s).

c) Submission of Bank Guarantee(s) by way of Security Deposit as stipulated in Clause 4 b)


of the General Terms & Conditions of Contract (Page no. VI.17). The CONTRACTOR shall
at the request of the OWNER extend the validity of the Bank Guarantee(s) for such further
period or periods as may be required failing which, without prejudice to any other right or
remedy available to the OWNER, the OWNER shall be entitled to encash the Bank
Guarantee(s).

2.4.2 The advance paid to the CONTRACTOR shall be used only for execution of this Contract
and the CONTRACTOR shall satisfy the OWNER/Engineer-in-Charge in this regard
whenever required. If it is found that the said advance has been utilised by the
CONTRACTOR in whole or part for any other purpose, the OWNER may at its discretion
forthwith recall the entire advance and without prejudice to any other right or remedy
available to the OWNER, recover the same by recourse to any Bank Guarantee(s).

2.4.3 The Indian Rupee advance(s) shall carry interest @ SBI PLR + 1% per annum from time
to time calculated on the reducing unadjusted balances of the Indian Rupee advances,
and the advances shall without prejudice to any mode other of recovery available to the
OWNER be recovered from the Running Account Bills and Final Bill of the
CONTRACTOR @ 10% (Ten percent) of the Certified Bill amount. The interest accrued
thereon shall be additionally deducted from the amount payable on each bill.

2.4.4 All recoveries against advances shall first be apportioned to interest and then to principal.
The value of the Bank Guarantees for Mobilisation Advance can be reduced, quarterly,
based on the mobilisation advance recovered till that time.

3.0 PRICE VARIATION

3.1 The price variation shall be applicable on supply price of bulk steel material for site
fabrication / construction for permanent incorporation in work i.e. for structural steel,
reinforcement bars and steel grating / chequered plates only.
Price shall be adjusted for any increases / decrease on account of variation in steel prices
as per the formula below:
Vm = ((IR x Q x M Mo)/Mo)
Where,

Vm = Variation in material cost


IR = Rates of steel item declared by SAIL on the date of Owners Fax of
Acceptance
Q = Quantity of Structural Steel, Reinforcement bar and Steel Grating / Chequered
Plate executed by CONTRACTOR
Mo All India Wholesale Price Index for Iron & Steel Commodity released by Office

1.7.5 Annexure V to SCC.doc


Jacobs
HPCL, MUMBAI ANNEXURE V Date: 3-Feb-10
TO
DHT PROJECT SPECIAL CONDITIONS OF CONTRACT Rev. A
44LK 5100 CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 5 of 5

of Economic Advisor to Govt. of India. Ministry of Commerce and Industry (as


published by RBI) on the date of Owners Fax of Acceptance/Letter of
Acceptance/Letter of Intent.
M = All India Wholesale Price Index for Iron & Steel Commodity released by Office
of Economic Advisor to Government of India, Ministry of Commerce and
Industry ( as published by RBI) at the time of placement of Purchase Order to
material supplier

The above price variation shall be applicable only for the material procured and brought at
site during a period equivalent to 75% of the time schedule, reckoned from date of issue
of Fax of Acceptance/Letter of Acceptance/Letter of Intent. If the material is procured &
brought to site beyond this period, the contractor shall be paid for the SOR items as per
rates in the contract without any variation.

NOTE
1. The above progress payments are subject to deductions towards income tax and other
deductions as applicable as per terms of the Contract.

2. Further break up of above payment terms, if deemed necessary for any progressive
payment of individual items may be mutually arrived at by Engineer-in-charge and
CONTRACTOR.

3. Last 5% payment under other work shall be released after issue of completion certificate
by Engineer-in-charge in pursuant to Clause 5.1 of General Terms and Conditions of
Contract.

ATTACHMENT- A

ITEMS QUALIFYING FOR SECURED ADVANCE- Deleted

1.7.5 Annexure V to SCC.doc


HPCL, MUMBAI 44LK 5100
DHT PROJECT

ANNEXURE TO SCC CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 1 of 2

MOBILISATION OF MINIMUM
EQUIPMENTS

[ANNEXURE VI TO SPECIAL CONDITIONS OF CONTRACT]

1.7.6 Annexure VI to SCC.doc


Jacobs
HPCL, MUMBAI ANNEXURE VI Date: 3-Feb-10
TO
DHT PROJECT SPECIAL CONDITIONS OF CONTRACT Rev. A
44LK 5100 CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 2 of 2

ANNEXURE VI TO SPECIAL CONDITIONS OF CONTRACT

MINIMUM EQUIPMENTS TO BE MOBILISED AT FABRICATION SHOP & SITE DURING PEAK


CONSTRUCTION PERIOD

Sl Equipment Description Capacity Minimum Deployment at Peak (in


No Numbers) at
Fabrication Shop Site

1 Crane 75 MT - 2

2 Crane 40 MT - 2

3 Crane (Hydra) 8 12 MT 3 2

4 Total Station - - 1

5 Dumpy Level - - 2

6 JCB - - 2

7 Dumper - - 6

8 Earth Compactor - - 3

9 Boom Placers - - 1

10 Concrete Pump - - 1

11 Welding Machine - 50 15

12 Grinding Machine - 25 15

13 Gas Cutting Sets - 25 25

NOTES

1. The details of minimum critical equipments in good working condition, required to be


mobilized at peak by the CONTRACTOR to complete the work within schedule is given
above. The CONTRACTOR is required to augment the above list with additional
numbers/categories/types of equipments, tools, tackles, as required and/or directed by
Engineer-in-Charge to complete the work within the completion time schedule and quoted
price.

2. The CONTRACTOR to confirm that these equipments available with him for exclusive
deployment on this project site. Alternately, the CONTRACTOR may hire the equipments
from an agency owning such equipments.

3. OWNER/Engineer-in-Charge reserves the right to physically check and verify the


availability of these equipments prior to award of work.

4. The CONTRACTOR shall replace any defective/damaged equipment promptly to


complete the work without any time and cost implication to the OWNER/Engineer-in-
Charge.

1.7.6 Annexure VI to SCC.doc


HPCL, MUMBAI 44LK 5100
DHT PROJECT

ANNEXURE TO SCC CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 1 of 2

DEPLOYMENT OF KEY
CONSTRUCTION MANPOWER

[ANNEXURE VII TO SPECIAL CONDITIONS OF CONTRACT]

1.7.7 Annexure VII to SCC.doc


Jacobs
HPCL, MUMBAI ANNEXURE VII Date: 3-Feb-10
TO
DHT PROJECT SPECIAL CONDITIONS OF CONTRACT Rev. A
44LK 5100 CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 2 of 2

ANNEXURE VII TO SPECIAL CONDITIONS OF CONTRACT

KEY CONSTRUCTION MANPOWER TO BE DEPLOYED

Sl Description At Fabrication At Site (Nos)


No Shop (Nos)
1 Construction Manager 1

2 Field Superintendent 1 1

3 Lead Discipline Engineer

a) Civil - 1

b) Structural 1 1

4 Lead QA / QC Engineer 1 1

5 Lead Planning Engineer 1 1

6 Lead Safety Engineer 1 1

7 Quantity Surveyor 1 1

8 Discipline Engineers

a) Civil - 3

b) Structural 3 2

c) Planning 1 1

d) QA / QC 2 1
e) Safety As per Specification for Field HSE
Activities included in the bidding
document.

NOTES

1. The details of minimum manpower required to be mobilized by the CONTRACTOR at


peak to complete the work within schedule is given above. CONTRACTOR is required to
augment the above list with additional numbers / categories of personnel as required and /
or as directed by Engineer-in-Charge to complete the work within the completion time
schedule and quoted price.

2. The key Construction personnel identified above shall be well qualified and having
adequate relevant experience, as specified in the bidding document. The other manpower
shall also be qualified and experienced with their assigned work.

3. CVs of key persons proposed to be deployed shall be submitted to OWNER / Engineer-in-


Charge prior to their mobilization at site. The mobilization of key personnel shall be done
at site subject to prior approval of their CVs by OWNER/ Engineer-in-Charge.

1.7.7 Annexure VII to SCC.doc


HPCL, MUMBAI 44LK 5100

DHT PROJECT

ANNEXURE TO SCC CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR 1) Page 1 of 1

SPECIFICATION FOR QUALITY


ASSURANCE SYSTEM

[ANNEXURE VIII TO SPECIAL CONDITIONS OF CONTRACT]

1.7.8 Annexure VIII to SCC.doc


Page 1 of 4

STANDARD SPECIFICATION

FOR

QUALITY REQUIREMENTS

DOCUMENT NO. : Z SS 001

PREVIOUS DOCUMENT NO. : BSS-26-06 REV. 2

Rev. No. Issue Date Pages Rev. Description Prepared Checked Approved
By By By

0 25 January 2001 4 Issue for Use CLS AGG TBP

1 2nd August 2001 4 Cover page revised SGR AGG AGG


th
2 6 September 4 Revised to incorporate DM RNK AGG
2007 CC forms

1.7.8 (a) Std Spec for Quality Requirements ZSS001


JACOBS

SPECIFICATION NUMBER: Z SS 001 DATE: 6th September 2007


STANDARD SPECIFICATIONS FOR PAGE: 2 OF 4
QUALITY REQUIREMENTS REVISION NO.: 2

TABLE OF CONTENTS

1.0 PURPOSE

2.0 SCOPE

3.0 DEFINITIONS

4.0 CONTRACTORS QUALITY PLAN (CQP)

5.0 QUALITY

6.0 QUALITY CONTROL (QC)

7.0 DOCUMENTATION

1.7.8 (a) Std Spec for Quality Requirements ZSS001


JACOBS

SPECIFICATION NUMBER: Z SS 001 DATE: 6th September 2007


STANDARD SPECIFICATIONS FOR PAGE: 3 OF 4
QUALITY REQUIREMENTS REVISION NO.: 2

1.0 PURPOSE

The purpose of this procedure is to define the Standard specification for Quality requirements.

Quality requirements form an integral part of the contract and all contractors are required to
comply.

2.0 SCOPE

The scope of Quality requirements is as follows :

i) Preparation of a Quality plan by the Contractor, which is hereafter referred to as


CONTRACTORS QUALITY PLAN or CQP.

ii) Performance of :

a) Quality and

b) Quality Control (QC) activities at site.

iii) Documentation for the above.

3.0 DEFINITIONS

Quality : Quality activities are those activities which are carried out at site for
ensuring that the quality of work within the limits of acceptability are
produced at site.

CC Forms : Construction Checks forms

QC : Quality control

4.0 CONTRACTORS QUALITY PLAN (CQP)

CQP will be prepared by the Contractor and approved by Client/ Jacobs. This Quality plan
shall as a minimum include:

i) Specific allocation of responsibilities of Contractors staff for

a) performing Quality and QC activities at site and

b) documenting the same in Jacobs QC Check sheets/ CC Forms.

ii) Shall establish the governing documents (Drawings, Specifications, Codes, etc.) and
the deliverables (QC Check sheets/ CC Forms, Calibration Certificates, Test
Certificates, etc.) for each activity.

iii) Shall specify the following supplementary information:

a) Agreed Time Schedule

b) Names of QC Engineer, Planning Engineer and Safety Engineer and their


independent responsibilities.

This Quality Plan is submitted by the Contractor before commencement of site activities.

1.7.8 (a) Std Spec for Quality Requirements ZSS001


JACOBS

SPECIFICATION NUMBER: Z SS 001 DATE: 6th September 2007


STANDARD SPECIFICATIONS FOR PAGE: 4 OF 4
QUALITY REQUIREMENTS REVISION NO.: 2

5.0 QUALITY

Quality activities are those activities, which are carried out at site for ensuring that the quality
of work within the limits of acceptability are produced at site.

5.1 These consist of :

i) Effective supervision of work by the Contractor at every stage;

ii) System of effective inspection and checks at every stage to ensure initiation of
appropriate corrective action in case of non-conformities by the Contractor at his own
initiative and

iii) Calibration of all testing and measuring instruments by external/ internal agencies as
appropriate and as approved by Client/Jacobs and as instructed by them at site.

6.0 QUALITY CONTROL (QC)

Quality Control activities are individual activities whereby at every stage the Quality of work is
assessed, wherever necessary corrective action is taken, and the findings, both before and
after corrective action (where required) are taken, are recorded.

7.0 DOCUMENTATION

The QC activities include submission of Test Certificates, Calibration Certificate, etc. to Client/
Jacobs, who check the same for acceptability (authenticity of testing lab / house) and
traceability of the same to National / International laboratory / standards etc. and record their
acceptance. Copy of this approved Test Certificate is also maintained with the Contractor.

7.1 The QC activities are recorded in JACOBS QC Check sheet/ CC Forms only. Sample QC
Check sheets/ CC Forms are enclosed in the Contract Enquiry / Order and are specific for the
Contract for which the Enquiry/ Order Documents are issued. The JACOBS QC Check sheet
/ CC Forms are printed exactly as per format and filled by the Contractor while carrying out the
QC Activity. Unless a QC Activity is carried out and its acceptability recorded, the Contractors
Site Engineer generally refrains from calling the Consultants assigned Field Engineer to
witness the checks, unless the former needs express clarifications / details or help. Only after
he is satisfied regarding the acceptability, the Contractors Site Engineer calls in the Jacobss
assigned Field Engineer /s who witness / check / random check / etc. the test / surveillance
activities partly or fully as part of surveillance activities and record and sign their findings.

7.2 The Contractor should note that he is totally responsible for Quality and QC activities and the
Client / Jacobs surveillance check does not absolve him from any of his responsibilities.

7.3 Project specific / discipline specific QC Check sheets/ CC Forms listed, are only for purposes
of guidance, and the Contractor is responsible for filling up any additional check sheet /s that
may be instructed to be filled up in the interest of or due to exigencies of work. The Contractor
is also responsible for providing as a minimum a copy each to Client and Jacobs at a
maximum specified interval of a fortnight. If due to exigencies of work Client or Jacobs ask for
additional copies at more frequent intervals, the same shall be provided by the Contractor at
no extra cost.

7.4 Sample QC Check sheets/ CC Forms, as described in 7.3 above and sample Contractors
Quality Plan as described in 4 above are enclosed separately in the Contract Enquiry / Order
document as a Project Specific enclosure document.

7.5 For guidelines on using QC Check sheets/ CC Forms Z SS 002 shall be referred.

1.7.8 (a) Std Spec for Quality Requirements ZSS001


Page 1 of 5

STANDARD SPECIFICATION FOR

USING QC CHECKSHEETS / CC FORMS

DOCUMENT NO.: Z SS 002

PREVIOUS DOCUMENT NO.: BSS-26-06 REV. 2

Rev. No. Issue Date Pages Rev. Description Prepared Checked Approved
By By By

0 25 January 2001 5 Issue for use CLS AGG TBP

1 2 August 2004 5 Cover page revised SGR AGG AGG


th
2 6 September 5 Revised for CC forms DM RNK AGG
2007

1.7.8 (b) Std Spec for using QC Checksheets CC forms ZSS002


JACOBS

SPECIFICATION NUMBER: Z SS 002 DATE: 6th September 2007


STANDARD SPECIFICATIONS FOR USING PAGE: 2 OF 5
QC CHECKSHEETS / CC FORMS REVISION NO.: 2

TABLE OF CONTENTS

1.0 PURPOSE

2.0 SCOPE

3.0 DEFINITIONS

3.1 FORMS

3.2 PRINTING OF FORMS

3.3 STIPULATED PERIOD

3.4 COMPLETED FORMS

3.5 IN-PROGRESS FORMS

3.6 CERTIFIED FORMS

3.7 SUBMISSION

4.0 GENERAL INSTRUCTIONS

4.1 PRINTING OF FORMS

4.2 USAGE

4.3 SUBMISSION

5.0 CALIBRATION RECORDS

6.0 OTHER NOTES

1.7.8 (b) Std Spec for using QC Checksheets CC forms ZSS002


JACOBS

DATE: 6th September 2007 SPECIFICATION NUMBER: Z SS 002


PAGE: 3 OF 5 STANDARD SPECIFICATIONS FOR USING
REVISION NO.: 2 QC CHECKSHEETS / CC FORMS

1.0 PURPOSE

The purpose of this procedure is to define the specification for using QC Check sheets/ CC
Forms.

2.0 SCOPE

The following are the guidelines for using the QC Check sheets/ CC Forms by the Contractor.

3.0 DEFINITIONS

3.1 FORMS

Electronic Access is through the sub directory \STD\QS\CC Forms of the Quality system
directory. The Forms that are to be used are as listed separately on a Project Specific and
Discipline Specific basis and shall include any other forms that may be required at site to
cover exigencies of work as decided by Client / Jacobs from time to time.

3.2 PRINTING OF FORMS

Means printing of forms exactly as per specimen (refer 3.1), without alteration of any sort in a
legible and properly presentable manner to the satisfaction of Client / Jacobs.

3.3 STIPULATED PERIOD

Means the stage at which the forms shall be submitted duly authorized. Unless instructed
otherwise at site by Jacobs, the in-progress / completed Forms shall be submitted every 15
days, viz. on the 15th and 30th of every month.

3.4 COMPLETED FORMS

Means the forms which have been filled-up by the Contractor and duly certified for all parts/
sections or stages as a signal that the activity/ activities noted has/ have been completed in all
respects.

3.5 "IN-PROGRESS" FORMS

Means form which has been partly filled-up by the Contractor and certified for only the part/
sections or stages that have been completed; the rest of the parts / stages / sections not being
complete at that time.

3.6 CERTIFIED FORMS

Form which has been filled up by the Contractor and signed by the Client/ Jacobs as required
in the place provided in the forms to certify that the stipulated activity/ activities has/ have been
completed therein.

3.7 SUBMISSION

i) For Completed Forms

- No. of copies required - Original plus two or as instructed per Project Specific
requirement.

- To be submitted to Jacobs only, unless instructed otherwise.

1.7.8 (b) Std Spec for using QC Checksheets CC forms ZSS002


JACOBS

SPECIFICATION NUMBER: Z SS 002 DATE: 6th September 2007


STANDARD SPECIFICATIONS FOR USING PAGE: 4 OF 5
QC CHECKSHEETS / CC FORMS REVISION NO.: 2

ii) For In-progress Forms

The submission will be as above, except that 2 copies will be submitted to Jacobs
instead of Original plus one.

4.0 GENERAL INSTRUCTIONS

4.1 PRINTING OF FORMS

The Contractor shall be responsible for printing of forms, at no extra cost, and shall ensure
that adequate stock of forms for use at Site are available at all times.

4.2 USAGE

The Contractor shall arrange to fill in the CC Forms listed in the Index included in the bidding
document, from time to time, as required at site by Client / Jacobs.

4.3 SUBMISSION

4.3.1 The Contractor shall be responsible for timely submission of duly certified Forms
accompanied with a Covering Letter and Index.

4.3.2 The forms, duly filled-in shall each bear a Number as per an unique numbering system
adopted at site as instructed by the Jacobs.

4.3.3 The forms duly filled-in, shall be presented in a proper folder / file.

5.0 CALIBRATION RECORDS

5.1 Contractor shall submit to Client/ Jacobs, valid Calibration Certificates / records of testing and
measuring equipment used at site, which shall have traceability to national / international
standards. He shall maintain copies of duly authenticated certificates in this record and
provide copies as instructed to Client / Jacobs.

5.2 The Contractor shall submit along with zerox copies of Calibration Certificates, the Originals
for verification, without fail. The Originals will be returned after due verification.

5.3 All testing and measuring equipment shall be uniquely identifiable with reference to Calibration
Certificates / records.

6.0 OTHER NOTES

6.1 Copies of the QC Check sheet / CC Forms duly approved by the Client / Jacobs, shall be
attached to every copy of the Running Account / Final / Pre-final Bill for the period covered in
the bill.

6.2 Certification of the form and attachment of the copy to the bill will be a pre-requisite for
verifying the bill.

6.3 The QC Check sheet / CC Forms should be presented for certification at the time of execution
of the item of work listed in it and at the appropriate stage.

6.4 The Contractor shall maintain systematically all the records with an Index filing system so that
any certified QC Check sheet form can be verified / audited at any given time.

1.7.8 (b) Std Spec for using QC Checksheets CC forms ZSS002


JACOBS

DATE: 6th September 2007 SPECIFICATION NUMBER: Z SS 002


PAGE: 5 OF 5 STANDARD SPECIFICATIONS FOR USING
REVISION NO.: 2 QC CHECKSHEETS / CC FORMS

6.5 The reporting in the QC Check sheet / CC Forms does not absolve the Contractor from any
other report(s) or information required or indicated anywhere in this contract document, its
special / general and site working conditions of contract, technical or other specifications
irrespective of whether the reporting in these QC Check sheet / CC Forms duplicates this
information or not.

1.7.8 (b) Std Spec for using QC Checksheets CC forms ZSS002


HPCL, MUMBAI INDEX OF APPLICABLE CONSTRUCTION CHECK SHEETS Section 1.0

DHT PROJECT CIVIL & STRUCTURAL WORKS FOR PIPE RACKS (PR1 & PR4) Rev. A

44LK 5100 Document No. 44LK-5100-718/K.02/0006/A4 Page 1 of 1

Sr. Form No. Description


No.

1 CC3000 Certificate of Completion Construction


2 CC3001 Construction Completion Report
3 CC4116 Welding Procedure Qualification Record
4 CC4117 Welders Performance Qualification Certificate
5 CC4118 Welding Procedure Specification
6 CC4119 Radiography Procedure Qualification Record
7 CC4121 Material Approval Record
8 CC4204 Register of Welding Procedures

9 CC4206 NDE Record

10 CC4207 QC Check Sheet : Underground Piping Wrapping and Coating

11 CC4600 QC Check Sheet Excavation and Backfill

12 CC4603 QC Check Sheet : Foundations

13 CC4606 QC Check Sheet: Concrete Supply

14 CC4607 QC Check Sheet: Pre-and Post Concrete Checks

15 CC4608 QC Check Sheet : Steel Structures


16 CC4614 Structural Work Fabrication and Erection
17 CC4700 Notice of Permit to Work System
18 CC4701 Excavation Permit
19 CC4702 Confined Space Entry Permit
20 CC4703 Electrical Isolation Permit
21 CC4704 Electrical Energisation Permit
22 CC4705 Hot Work Permit
23 CC4706 Mechanical Isolation Permit
24 CC4707 Induction Checklist
25 CC4709 Site Concession Request
26 CC4710 Risk Assessment Record

1.7.8 (c) Applicable QC Checksheets CC forms Page 1 of 1


JACOBS CONTRACT NO:

SITE:

PLANT:
CERTIFICATE OF COMPLETION CERTIFICATE NO:
CONSTRUCTION

CC3000
DISTRIBUTION This is to certify that as and from ............ hours on ............................. 20.........
the following Plant/Works * or section of Plant/Works * is substantially *
SUB CONTRACTOR
PROCUREMENT complete except for minor details which do not affect the Pre-commissioning
CONSTRUCTION (HO)
Activities. (* Delete as appropriate)
PROJECTS NATURE OF THE WORKS
SITE FILE
DOCUMENT CONTROL
CLIENT (If applicable)

List of outstanding work to be completed (If none state 'NONE').

Written confirmation is required that the work listed has been completed.
It is hereby agreed that the date of Completion of Construction within the
terms of the contract is recorded as .............................................. 20 .............

SIGNATURE & DATE POSITION / ON BEHALF OF


(In Capitals: ) (Client)

(In Capitals: ) (Inspectorate)

(In Capitals: ) (Jacobs)

(In Capitals: ) (Subcontractor)

Form No. CC3000.doc


CONTRACT NO:

SITE:

CONSTRUCTION COMPLETION PLANT:


REPORT
REPORT NO:
DISCIPLINE: ____________________________

CC 3001
APPLICATION: Following the Final Test/Inspection on 200.. by the undersigned, the
Plant or section of Plant detailed below or on the attached CC forms is completely
installed except for minor details which do not affect Pre-commissioning activities.
NATURE OF THE WORKS SUBCONTRACT NO

FORM NO TITLE OF THE FORM

Application is made hereby for the relevant Certificate of Completion of Construction


SIGNATURE AND DATE POSITION AND COMPANY

RESPONSE: The above Application is * NOT ACCEPTED for the reasons given below.
* ACCEPTED subject to the following points being attended
written confirmation that the work is completed:

* A Certificate of Completion of Construction is appended hereto. UNDER NO CIRCUMSTANCES is


further work additional to that required above to be carried out without written instructions from the
Engineer.
* Delete as appropriate
SIGNATURE AND DATE POSITION AND COMPANY
(CLIENT)
(INSPECTORATE)
(JACOBS)
(SUBCONTRACTOR)

Form No. CC3001.doc


CONTRACT NO.

SITE

WELDING PROCEDURE QUALIFICATION RECORD PLANT

CC4116 CERTIFICATE NO.


Name of the Subcontractor: TENSILE TESTS (QW-150)

Procedure Qualification Record No. _____________________________ Date: __________________Rev.No:_______


Specimen Width Thickness Area Ultimate U.T.S. Type of Fallure
Welding Procedure Specification No. ____________________________ Date: __________________Rev.No: _______
No. mm mm mm Total Load & Location
Welding Process (es) _________________________________________ Type: __________________

Date of test: Run sequence and completed weld Welding consumables


dimensions (sketch)
Weld preparation (dimensioned sketch) Test Certificates GUIDED BEND TESTS (QW-160)
Type & Fig.No. Results
Filler Metals: (QW-404)
AWS ____________ SFA ____________
Dimensions of test piece F. No. ___________ A. No. __________
Electrical characteristics (QW 409) Size ____________________________ TOUGHNESS TESTS (QW-170)
Specimen No. Notch Notch Test Impact Average
Amps Make and type: ____________________
Location Type Temp. Values
Joints: Grove Design (QW - 402) Voltage Baking treatment: __________________
Polarity
Backing: Tungsten electrode size Gas (QW 408) FILLET WELD TEST (QW-180)
Result: Satisfactory Yes / No Penetration into parent metal? Yes/ No
Base Metals: (QW-403) Travel speed R.O.L. Shielding Gas ____________________
Macro Result: ___________________
Wire feed speed Composition _____________________
Testing carried out by: Inspection authority:
Spec. Type & Grade: _____________ to Gas flow rate Flow rate ________________________
In accordance with:
Spec. Type & Grade: _____________
P. No. _________ to P. No. __________
Results recorded on: Witnessed by:
Shield Gas Backing __________ %
Certificate No. :
Composition
Purge
Preheat (QW 406)
Manufacturers Welders Name:
Pipe Dia _______ Technique (QW - 410) Preheat:
Representative Mark:
Extent of approval Remarks (if any)
Thickness Pipe/Plate: ______________ Stringer/ Weave ___________________ Interpass temperature: ___________

Material: Thickness: Diam:


Initial / Interface clearing: __________ Post Weld heat treatment (QW 407)
We certify that the statements in this record are correct and that the test weld
Positions (QW-405) Cleaning _________________________ Temperature Range: ______________
specimen were prepared, welded and tested in accordance with the requirements of
Position of Groove: ___________ Multiple/ Single Pass ______________ Method Time: ____________________ Section IX of the ASME Code
Positions of Fillet: ___________ Single / Multi Arc _________________ Control
Welding Progression: ___________ Travel Speed ____________________ Soak temperature
___________ ______________ ___________
Encl.: Test Certificates: ___________ Soak time Performer Jacobs Client

CC4116.doc 4/3/2009 2:35:19 PM


CONTRACT NO. :
PLANT :
LOCATION :
WELDERS PERFORMANCE SUBCONTRACTOR :
QUALIFICATION CERTIFICATE CERTIFICATE NO. :
CC4117
Welder's Name Welder's Identification No.
Approved Welding Procedure No. Date of test
Test piece details Extent of approval
Welding process Welding process(es)
Parent material(s) Materials range
Thickness Thickness range
Joint type Joint type
Pipe outside diameter Pipe outside diameter range
Welding position(s) Welding Position(s)
Test piece position (fixed/rotated) Consumable
Remarks
Welding consumable Weld preparation (dimensioned sketch)
Filler material
Make and type
Composition
Specification
Size(s)
Shielding gas / flux
Make and type
Composition / specification
Test results
State acceptable / non-acceptable (with reasons) or 'not required'

Non-destructive tests
Visual (QW-302.4) Radiography (QW 304 / 305) Ultrasonic

Destructive tests

Macro - examination Root bend Face bend Side bend Fillet Weld fracture

Remarks

The statements in this certificate are correct. The Test weld was prepared, welded and tested in accordance with the
requirements of Section IX of ASME Code

Manufacturer's / Subcontractors representative Inspecting authority witnessed by

Extent of approval: Material: Thickness: Diam:

CC4117.DOC 4/3/2009 2:35:22 PM


CONTRACT NO :

SITE :

PLANT :
WELDING PROCEDURE SPECIFICATION CLIENT :
CC4118
Name of the Subcontractor: ______________________________ PWHT (QW 407) GAS (QW 408)

WPS No & Date : ______________Rev.No :______________ Temp. Range : ___________________ Shielding Gas : ________________________________
Holding Time : ____________________ Gas Flow rate :__________________________________
PQR No & Date : _____________Rev.No :______________ Holding temp. : ____________________ Purity : _________________________________
Rate of Heating : ____________________ Backing :__________________________________
Welding Process(es) : Rate of Cooling : ____________________ Gas Flow Rate :_________________________________
___________________________________ Other : ___________________________ Purity :__________________________________
Type ( s) : ___________________________________
JONTS (QW 402) ELECTRODE CHARACTERISTICS (QW 409)
Joint design :____________ Current : ____________ Polarity : ______________________________________
Backing :____________
Backing Material :____________ Tungsten Electrode size & Type : ________________ 2 % Thoriated __________________
Non-Metallic :____________
Other : _______________________ Joint Detail Amp ( Range) : _____________________ Volts (Range) : ______________________________
BASE METAL (QW 403) TECHNICQUE (QW 410)
P.No.:_____Gr. No.:_____To P.No.: ______Gr.No :______ String or Weaving Bead _________________________________________________________
Spec.Type & Grade _________ To _________________ Interpass Cleaning _________________________________________________________
Thickness Range Groove ___________Fillet___________ Method Of Back Gouging _________________________________________________________
Pipe Dia.Range Groove_____________Fillet___________ Oscillation _________________________________________________________
Other Multi /single Pass _________________________________________________________
Multi /single Electrode _________________________________________________________
Peening __________________________________________________________
FILLER METAL (QW 404) Weld Proces Filler metal Current Voltage Travel Others
Spec.No (SFA) _______________________________________ layers s Range Speed
F.No _____________________________________________ range
AWS No. Class Dia(mm Polarity Amp
F No. _______________________________________________________ Root
A No. _______________________________________________________ run
Size of Filler Metal _________________________________________________
nd
Electrode Flux (Class) ______________________________________________ 2 Run
Flux Trade Name _________________________________________________
Consumable Insert _________________________________________________ Fill up
Other ____________________________________________________________
Cappin
Position (QW 405) Preheat (QW 406) Others: Socket welding shall be performed with at least two layers of weld,
Groove : ________________ Preheat Temp(Min) : ______
Welding Progression __________ Interpass Temp(Max): ____
Fillet ____________________ Preheat Maintain : _______ Subcontractor/Vendor Jacobs
Other ____________________ Other : ________________
CC4118.doc 4/3/2009 2:35:24 PM
REPORT NO.
MATERIAL APPROVAL DATE
RECORD.
CONTRACT NO.

SUBCONTRACTOR
CC4121
UNIT/AREA REFERENCE OF DESCRIPTION DRAWING/(S) NO/(S)

S. INFORMATION REQUIRED DETAILS REVIEW NOTES


No.
1. Material 1 Date of Submission
Description
2. Manufacturers 2 Date of Approval
Name
Address
Tel. : No.
3. Suppliers 3 Name of Certifying
Agency & Address
Name
Address
Tel. : No.
4. Required in Works 4 Detail of Certificate /
Sample
From
To
5. Specifications
IS Codes
JH&G / other Specs.
6. Submissions 5 Whether Acceptable
Test Certificates or not acceptable
Samples
Catalogues
7. Routine Testing.

Important Note :

Approval of this material shall not absolve the Contractor of the responsibility of any defects that may arise during
or after construction. Whether the material has been or has not been used in works.

JACOBS
SIGNATURE
APPROVAL

& DATE

NAME

SUBCONTRACTOR

CLIENT

CC4121.doc 4/3/2009 2:35:26 PM


CONTRACT NO:

SITE:

PLANT:
REGISTER OF
WELDING PROCEDURES CLIENT:

Sheet 1 of 2 CC 4204
SUBCONTRACTOR:
WALL WELDING
THICKNESS DIAMETER CONSUMABLES
PROCEDURE WELDING MATERIALS RANGE RANGE TRADE CLASSIF- Post REMARKS
NUMBER PROCESSES QUALIFIED QUALIFIED NAME ICATION Weld
Heat
Treatmnt

Form No. CC4204.doc


CONTRACT NO:

SITE:

PLANT:
REGISTER OF
WELDING PROCEDURES CLIENT:

Sheet 2 of 2 CC 4204
INDEX OF NDT TECHNIQUES

NDT OPERATORS

NAME: RADIOGRAPHER:

PENETRANT PRACTITIONER

MAGNETIC PARTICLE PRACTITIONER

ULTRASONIC TEST PRACTITIONER

CHECKED BY: _____________________________________Subcontractor DATE:


_______________________

REVIEWED BY: _____________________________________ JACOBS DATE:


_______________________

REVIEWED BY: _____________________________________ DATE:


_______________________

Form No. CC4204.doc


Jacobs

Client / Other

Form No. CC4600.doc


Civil Subcontractor
Area Reference or Description:

PART 1
MATERIAL
Verification of Materials

Selected As-Dug Material


Suitable for Re-Use as

Imported Backfill of Correct


Grading Moisture Content

PART 2a
EXCAVATION

and Date
Signature
Verification of
Workmanship

Dewatering if Necessary
QC CHECK SHEET

Sheetpiling if Necessary
Initial and date box to designate Checked and OK
EXCAVATION AND BACKFILL

Temporary Support to
Excavation

Barriers to Excavation

Formation Level Bearing


capacity Check

Part 2 b
CC4600

BACKFILL
Verification of
Workmanship
SITE:

Backfill Compaction

Backfill Layer Thickness


CONTRACT NO:

CIVIL SUBCONTRACTOR:
CONTRACT NO:

SITE:

PLANT:
QC CHECK SHEET: FOUNDATIONS
SUBCONTRACTOR:
CC4603
Centre-Line Co-ordinates Elevation
Foundn
HD Bolt
Locatns Size Size and Ground
Easting Northing and Type OK type OK Formation
Drawing Found
No Rev Ref No Required Actual Required Actual Required Actual Yes/No Yes/No OK Remarks Initials Date

Civil Subcontractor
Signature
Jacobs
and Date
Client / Other

Form No. CC4603.doc


CONTRACT NO:

SITE:

PLANT:
QC CHECK SHEET: CONCRETE SUPPLY
SUBCONTRACTOR:

Sheet ___ of ___ CC4606


Structural Concreting Data
Component
Drawing Rev Found Ref No Delivered Source & Mix Pump Slump Other Test Extra Air Current Remarks Initials Date
No . Beam mix of Delivery Ref or Test Prelim Cubes Tests * Temp Protect
Column or Grid correct Note No. Skip Tests * * Method
Slab Ref Design
F,B,C or Strength
S

Enter 9, N/A or actual details as appropriate


* Enter N/A or identify refs. and attach details
Civil Subcontractor
Signature
Jacobs
and Date
Client / Other

Form No. CC4606.doc


CONTRACT NO:

SITE:

QC CHECK SHEET: PLANT:

PRE- and POST CONCRETE CHECKS SUBCONTRACTOR:

Sheet 1 of 2 CC4607
PRE-CONCRETE
STRUCTURAL ELEMENT REF
REV.

No
DRAWING

ELEVATION Enter 9 or N/A as appropriate where marked *


Check: Level *
- Design
- Actual
FORM WORK
Check: Position ,Line and Level *
Through Bolts *
Struts and Bracings *
Pockets, Holes, etc. *
Chamfers *
Tightness *
Surface Quality *
Built In Items*
Construction Joints *
Water-Bars *
Clean and Oiled *
Rubbish Removed *
Security of Falsework *
REINFORCEMENT
Check: Firm and Secure *
Min Cover OK *
Correct Diameters/Centres *
Spacer Materials *
BS Compliance *

SIGN & DATE SUBCONTRACTOR


Completion of this
Section gives JACOBS
authority to place
CLIENT / Other

Form No. CC4607


CONTRACT NO:

SITE:

QC CHECK SHEET: PLANT:

PRE- and POST CONCRETE CHECKS SUBCONTRACTOR:

Sheet 2 of 2 CC4607
POST-CONCRETE
STRUCTURAL ELEMENT REF
REV.

ELEVATION No
DRAWING
Enter 9 or N/A as appropriate where marked *
Check: Surface Levels *
- Design
- Actual
CAST CONCRETE
(Checks following formwork strip)
Check:
Dimensional Check
Surface Quality *
Formed faces, Deviation from Line
Pockets etc. *
Built In Items Position/Level*
Blowholes/Honeycombing

REMEDIAL WORK ( if any )


Details:

REMEDIAL WORK completed

SIGN & DATE SUBCONTRACTOR

JACOBS

CLIENT / Other

Form No. CC4607


CONTRACT NO:

SITE:

PLANT:
QC CHECK SHEET:
STEEL STRUCTURES STRUCTURAL
CONTRACTOR:
Sheet ___ of ___ CC4608

Structure Reference or Description:


Drawing No/Revision:
PART 1 Initials Remarks:

Location and Orientation is Correct. See ED.316.

ACCEPTANCE OF Finish Level Elevation is Correct.


FOUNDATIONS
OR SUPPORTS

H/D Bolts Locations and Projections are Correct.

Civil Subcontractor Approval


Struct. Contractor Signature
Jacobs and Date

PART 2 All Detail Materials Supplied are Correct.

INITIAL INSPECTION STRUCTURE IS CLEARED FOR FINAL ASSEMBLY. Supporting Data is Documented and Copies

are Attached Hereto for Items Ticked.


Plumbed, Levelled and Aligned Correctly.
HSFG Bolts Checked to Correct Torque.

NDE of Welded Connections is Satisfactory. If Reqd


STRUCTURE IS RELEASED FOR GROUTING.
Struct. Contractor Approval
Jacobs Signature
and Date

PART 3 All Ladders are Fixed Enter N/A, By Others or Comment as Necessary

FINAL INSPECTION Flooring/Decking is in Place

Stairs and Landings are Correct

Handrailing is Properly Completed


Safety Gates are in Position
Grouting has been Completed
Painting/Galvanising is in Good Order

H/D Bolts are Properly Tightened


Fireproofing is Completed to Specification

STRUCTURE IS COMPLETE

Subcontractor
Signature
Jacobs
and Date
Client / Other

Form No. CC4608.doc


BACK UP SHEET : STRUCTURAL WORK PAGE 1 OF 1
FABRICATION AND ERECTION STRUCTURAL STEEL
DATE :
CC4614

CONTRACT NO. : CLIENT : PLANT :


SITE : STRUCTURAL SUBCONTRACTOR :
STRUCTURE REFERENCE DRAWING NO. / REVISION
OR DESCRIPTION
Notes : ' ' - For Completed Activities ' N/A ' - Wherever Not Applicable ' * ' - Strike off whichever is not applicable

FABRICATION ERECTION
Sr. Nomenclature as Material Dimensional Shop Shop Cleaning Erection Temp. * Alignment Field Bolt Removal Completion Date & Initials
No. per Drawing Drawn Clearance / Fit up Welding and Fit up Supports and Welding Tightening of Temp. * of Erection
Layout Shop / Bracing Leveling Supports Subc Jacobs
Coat ontra
ctor

IMPORTANT NOTE : This Backup sheet is to be / not to be used at the discretion of the Site Manager as required according to Site Locations.

CC4614.doc 4/3/2009 2:36:08 PM


CONTRACT NO:

NOTICE NO:
NOTICE OF PERMIT TO WORK
SYSTEM
DATE:
CC4700

GENERAL
THIS NOTICE IS TO ADVISE YOU THAT A PERMIT-TO-WORK SYSTEM FOR THIS
SITE IS IN OPERATION. STRICT ADHERENCE TO THE REQUIREMENTS OF THE
PERMIT-TO-WORK SYSTEM IS ESSENTIAL TO THE MANAGEMENT OF SITE
SAFETY. ANY INFRINGEMENT OF THE REGULATIONS RENDERS THE OFFENDER
LIABLE TO INSTANT DISMISSAL FROM SITE.
SPECIFIC
THE FOLLOWING SYSTEMS WILL BE ENERGISED AND NO WORK IS TO BE CARRIED OUT ON
THEM WITHOUT A VALID CLEARANCE CERTIFICATE. EFECTIVE FROM:
DATE TIME

THE FOLLOWING AREAS WILL REQUIRE A VALID CLEARANCE CERTIFICATE BEFORE ENTRY
INTO THE AREA/BEFORE WORK IS COMMENCED IN THE AREA. EFFECTIVE FROM:
DATE TIME

SIGNED: _____________________________________ (Site Manager/Senior Commissioning Engineer)


DISTRIBUTION:
CONSTRUCTION/COMMISSIONING
CLIENT
SUBCONTRACTOR: ___________________________________________________
___________________________________________________
___________________________________________________
___________________________________________________
I ACKNOWLEDGE RECEIPT OF THIS NOTICE:

SIGNED:____________________ SUBCONTRACTOR: ______________ DATE: ________________

CC4700.DOC 4/3/2009 2:36:11 PM


CONTRACT NO:

EXCAVATION PERMIT PERMIT NO:


An Excavation Permit is required for all excavations (including
SITE:
all forms of piling)
CC4701
Permit Request should be submitted 7 days (minimum) before estimated start date,
except in the case of emergencies.
ALL WORK UNDER THIS PERMIT REQUIRES A VALID CLEARANCE CERTIFICATE
REQUESTED BY DATE
SUBCONTRACTOR AREA/LOCATION
Description of Work:

Equipment to be Used:

Estimated Start Date: Estimated Finish Date:


CHECK SCHEDULE
Record of Buried Services REMARKS

Date: __________________________

Signature: ______________________
Mechanical Isolation Required: Yes No

Electrical REMARKS

Date: __________________________

Signature: ______________________
Electrical Isolation Required: Yes No

Safety REMARKS - ADDITIONAL PRECAUTIONS

Date: __________________________

Signature: ______________________

Overhead Services REMARKS

Date: __________________________

Signature: ______________________
Mechanical Isolation Required: Yes No
Electrical Isolation Required: Yes No

CC4701.DOC 03/04/2009 14:36:15


CONTRACT NO:

PERMIT NO:
ELECTRICAL ISOLATION PERMIT
To be revalidated before commencement of work each day SITE:
CC4703
ALL WORK UNDER THIS PERMIT REQUIRES A VALID CLEARANCE CERTIFICATE
REQUESTED BY DATE
SUBCONTRACTOR AREA/LOCATION
Description of Work:

Equipment to be Isolated:
(State Plant Item Numbers, where possible)

PRECAUTIONS AND AUTHORISATION


Isolation: (Identify isolations and state whether or not isolators have been padlocked off, Key No ........................, fuses
drawn, etc.)

Warning Notices and Access Control: (State where Caution/Danger Notices have been posted and, if appropriate,
how work areas have been fenced off)

Prove Apparatus Dead: (State what tests have been made, where and with what instruments)

Earthing: (State where apparatus has been earthed and, for Testing, which earths may be removed)

Other Precautions: (Specify if required for special circumstances)

I declare that the above isolations have been made and made known to the competent person in charge of the work. I consider that
the equipment specified is safe to work on/test.
AUTHORISED PERSON TIME (Hrs) DATE
Signature
Signature
Signature

ACCEPTANCE AND RECEIPT


I acknowledge receipt of this permit and understand the isolations described above. I will return this permit to the Authorised Person
for revalidation and when the work/test is complete.
COMPETENT PERSON TIME (Hrs) DATE
Signature

CLEARANCE OF WORK
I declare that the work/test detailed has been completed/stopped and men/gear withdrawn.
COMPETENT PERSON TIME (Hrs) DATE
Signature

CANCELLATION
I declare this permit cancelled. The isolations specified have been removed/retained and all necessary tests carried out for return to
service.
AUTHORISED PERSON TIME (Hrs) DATE
Signature

CC4703.DOC 03/04/2009 14:36:19


CONTRACT NO:

PERMIT NO:
ELECTRICAL ENERGISATION PERMIT SITE:
Valid Day of Issue Only
CC4704
ALL WORK UNDER THIS PERMIT REQUIRES A VALID CLEARANCE CERTIFICATE
REQUESTED BY DATE
SUBCONTRACTOR AREA/LOCATION
Description of Work:

Equipment to be Energised:
(State Plant Item Numbers, where possible)

PRECAUTIONS AND AUTHORISATION


Isolation: (Identify isolations and state whether or not isolators have been padlocked off for other Apparatus, Key No
........................, fuses drawn, rubber mats in place at MCC, etc.)

Warning Notices and Access Control: (State where Caution/Danger Notices have been posted and, if appropriate,
how work areas have been fenced off)

Prove Apparatus Tested or Attach Certificate of Test of Electrical Installation: (State what tests have been made,
where and with what instruments)

Communications: (Authorised Personnel in control room and equipment area notified, radios to be used, etc.)

Other Permits to be Withdrawn: (Identify by Permit No..)

Other Precautions: (Specify if required for special circumstances)

I declare that the above isolations have been made and made known to the competent person in charge of the work. I consider that
the equipment specified is safe to ENERGISE.
AUTHORISED PERSON TIME (Hrs) DATE
Signature

ACCEPTANCE AND RECEIPT


I acknowledge receipt of this permit and understand the isolations described above. Neither I, nor the man under my control, will
work on/test any other electrically dangerous apparantus. I will return this permit to the Authorised Person when the work/test has
been completed.
COMPETENT PERSON TIME (Hrs) DATE
Signature

CLEARANCE OF WORK
I declare that the work/test detailed has been completed/stopped and men/gear withdrawn.
This Apparatus is to remain ENERGISED. Yes No
COMPETENT PERSON TIME (Hrs) DATE
Signature

CANCELLATION
I declare this permit cancelled.
The equipment specified have been DE-ENERGISED AND ISOLATED. Yes No
AUTHORISED PERSON TIME (Hrs) DATE
Signature

CC4704.DOC 03/04/2009 14:36:22


CONTRACT NO:

PERMIT NO:
HOT WORK PERMIT
Valid Day of Issue Only SITE:
CC4705

ALL WORK UNDER THIS PERMIT REQUIRES A VALID CLEARANCE CERTIFICATE


REQUESTED BY DATE
SUBCONTRACTOR AREA/LOCATION
Description of Work:

Equipment to be Used:

FOR INFORMATION
GAS TEST TAKEN BY:

NAME DATE TIME

Continuous Gas Monitoring to be carried out: Yes No


Safety Personnel to be in attendance at all times Yes No
Other:

_______________________________________________________________________________

CONDITIONS OF USE (These must be observed)


Require Not Required
d
Fire Extinguisher to be at Hand. TYPE:
Fire Blankets to be at Hand.
Drains in Area to be Covered and Sanded.
Area Under/Around Work to be Sheeted Out to Contain Sparks.
Sheet Out Scaffold Platforms.
Keep Work Wet/Keep Bit Cool.
For Shot blasting a) Wear Protective Clothing
b) Place Warning Signs
c) Contain Shot
d) Use Wet Head Only
110V Electrical Equipment Only
Oxy/Acetylene Cylinders to be Upright and Secure (Flashback Arresters
must be Fitted and Bottle Keys Attached)
Other Conditions to be Observed:

Signed: ______________________________________________ Date: _________________

CC4705.DOC 03/04/2009 14:36:25


CONTRACT No:

SITE:

PLANT:
SITE CONCESSION REQUEST
SCR No:
CC4709
DATE
Jacobs PO No/Sub Contract No: CONTRACT WORKS: SUBCONTRACTOR:

DESCRIPTION OF CONCESSION AND PROPOSED ALTERNATIVE: ORIGINATOR'S SIGNATURE:


(Subcontractor's Site Manager)

REQUEST VERIFIED:
(Jacobs Site Manager)

JUSTIFICATION FOR PROPOSED CONCESSION: FACTORS AFFECTED


Commercial/Contractual

Safety/Fitness

Function

Code Compliance

CORRECTIVE ACTION PROPOSED TO PRECLUDE RECURRENCE: Performance

Integrity/Reliability

Interchangeability

Interim Life

COMMERCIAL/CONTRACTUAL COMMENTS/INSTRUCTIONS BY SUBCONTRACTORS ENGINEER:

CONDITIONS/LIMITATIONS OF APPROVAL OR APPROVAL SIGNATURE DATE


REASONS FOR REJECTION

YES NO
JACOBS SITE MANAGER
YES NO
JACOBS DESIGN DEPT.
YES NO
JACOBS PROJECTS
MANAGER

THIS SCR IS INVALID UNLESS/UNTIL ALL THREE APPROVALS ARE SIGNED 'YES'
* PROCEED/ DO NOT PROCEED WITH CONCESSION WITHIN CONDITIONS STATED ABOVE
(* Delete as appropriate)

Signature: ....................................................................................................... Date: ........................


JACOBS SITE MANAGER

CC4709.DOC 4/3/2009 2:36:27 PM


CONTRACT NO:

SITE:

RISK ASSESSMENT RECORD REPORT NO:

CC4710 SUBCONTRACTOR:

Assessor: ________________________________________________________ Date: ________________________________

ACTIVITY HAZARD DEGREE OF RISK ACTION ACTION BY RESULT*


HIGH MED LOW

* Key to Result:
T = Trivial Risk A = Adequately Controlled N = Not adequately Controlled U = Unable to Decide Fur = Further Information Required C = Covered by Existing Procedures

CC4710.DOC 03/04/2009 14:36:30


HPCL, MUMBAI 44LK 5100

DHT PROJECT

ANNEXURE TO SCC CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR1) Page 1 of 1

SPECIFICATION FOR HSE


MANAGEMENT

[ANNEXURE IX TO SPECIAL CONDITIONS OF CONTRACT]

1.7.9 Annexure IX to SCC.doc


Page 1 of 58

HINDUSTAN PETROLEUM CORPORATION LIMITED


MUMBAI REFINERY

DHT PROJECT

TITLE: STANDARD SPECIFICATION FOR FIELD HSE ACTIVITIES

DOCUMENT NO.: 44LK-5100-718/K.02/0006/A4

Rev No. Issue Date Pages Rev Description Prepared Checked Approved
By By By
A 07/09/09 58 Issued for Tender DM PN SGR
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 2 of 58

TABLE OF CONTENTS

SECTION DESCRIPTION
NO.

0.0 DEFINITION

1.0 SAFETY PHILOSOPHY

2.0 OBJECTIVES

3.0 PROJECT SAFETY MANAGEMENT

4.0 ROLES & RESPONSIBILITIES

5.0 SITE SAFETY ORGANISATION

6.0 PROACTIVE SAFETY MONITORING

7.0 COMMUNICATION AND COOPERATION

8.0 SAFETY PROMOTIONAL ACTIVITIES

9.0 WELFARE FACILITIES

10.0 FIRST- AID AND HOSPITALS

11.0 INCIDENT / ACCIDENT REPORTING

12.0 SITE EMERGENCY PROCEDURES

13.0 LOCAL LAWS, STATUTORY REGULATIONS

14.0 LABOUR LAWS AND RULES

15.0 CHILD WELFARE

16.0 INFORMATION TO BE PROVIDED BY CONTRACTOR

17.0 SITE SUPERVISION

18.0 TRAINING AND COMPETENCE OF EMPLOYEES

19.0 RISK ASSESSMENTS

20.0 METHOD STATEMENTS

21.0 SAFE PLAN OF ACTION (SPA)

22.0 SAFETY OBSERVATION REPORT (SOR)

23.0 PERMIT TO WORK SYSTEM

24.0 SITE SAFETY COMMITTEE

25.0 PERSONAL PROTECTIVE EQUIPMENT (PPE) AND FACILITIES

26.0 SANITATION AND HYGIENE MEASURES


1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 3 of 58

27.0 RADIOGRAPHY

28.0 WARNING SIGNS, BARRICADES AND SIGNALS

29.0 NOISE

30.0 SUBSTANCES (CONTROL OF SUBSTANCES HAZARDOUS TO HEALTH


REGULATIONS)

31.0 HOUSEKEEPING

32.0 REMOVAL OF WASTE FROM CONSTRUCTION SITES

33.0 FIRE PREVENTION AND CONTROL

34.0 EMERGENCY PROCEDURES

35.0 SITE ACCESS

36.0 SITE SECURITY PROCEDURES

37.0 SAFETY INSPECTIONS

38.0 AUDIT AND MONITORING

39.0 SAFETY AWARDS AND SAFETY COMPETITIONS

40.0 HSE ASSURANCE PLAN

41.0 CONSTRUCTION EQUIPMENT & VEHICLES

42.0 VEHICULAR AND TRAFFIC SAFETY

43.0 HAZARD WARNING

44.0 EXCAVATIONS

45.0 BLASTING AND DEMOLITION

46.0 SCAFFOLDS

47.0 CONSTRUCTION GOODS HOISTS

48.0 LADDERS AND STAIRCASES

49.0 WORK PLATFORMS

50.0 ELECTRICITY

51.0 WELDING SETS

52.0 COMPRESSED GASES & COMBUSTIBLE LIQUIDS

53.0 COMPRESSED AIR

54.0 WELDING & CUTTING

55.0 LIFTING OPERATIONS

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 4 of 58

56.0 CRANE AND RIGGING

57.0 MANUAL HANDLING

58.0 ABRASIVE WHEELS

59.0 WORK IN CONFINED SPACES

60.0 CONTRACTORS TOOLS & EQUIPMENTS

61.0 SUSPENSION OF WORK

62.0 LIQUIDATED DAMAGES

63.0 SPECIAL CONDITIONS

64.0 ATTACHMENTS

A. SITE SAFETY ORGANISATION CHART


B. CHECKLIST CUM SAFETY AUDIT REPORT
C. INCIDENT REPORT I &II
D. HSE ASSURANCE PLAN
E. HSE TRAINING ACTIVITIES
F. MONTHLY HEALTH, SAFETY AND ENVIRONMENT (HSE) REPORT
G. MONTHLY SAFETY STATISTICS
H. INCIDENT INVESTIGATION REPORT
I. LEGAL OBLIGATION / REQUIREMENTS FOR CONSTRUCTION

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 5 of 58

0.0 DEFINITIONS

0.1 OWNER : Hindustan Petroleum Corporation Limited, Mumbai

0.2 CONSULTANT : Jacobs Engineering India Private Limited.

0.3 CONTRACTOR : Person, Firm or Corporation to whom the work will be


awarded by the Owner.

0.4 ENGINEER : Authorized engineer of the Owner/Consultant in charge


of the job.

1.0 SAFETY PHILOSOPHY

The Site Safety Plan and HSE Procedures set forth in this manual are the minimum acceptable
standards for the project execution. The contractors are required to implement these standards
and any additional requirements as per Local Laws and statutory requirements and best
practices in industry whichever are higher. Owner and consultant may issue further changing
requirements from time to time as the work progresses to fit changing site conditions, which will
be binding on the contractor.

The owner is fully committed for providing safe and healthy working conditions for all
employees working on the project and our goal is zero accidents in our operation. Safety is an
overriding value that the operation shall be conducted in such a manner that reasonably
practicable measures are taken to protect people not only in our employment but also others
who may be affected by our activities.

We believe that accidents are caused and eliminating the causes of accident can prevent them.

Safety is the responsibility of every employee but line management is ultimately responsible for
the implementation of safety requirements.

Everyone involved must be committed to achieving high standard of HSE Performance with
proactive approach at all levels in the organization with excellent teamwork.

All activities shall be in compliance with relevant local laws, statutory requirements, codes and
practices pertaining to health & safety of employees

Contractors or other third parties in the refinery shall abide by

The safety regulation of the refinery as mentioned in the fire & safety regulations (Latest
revision)
All requirements under the Factory Act 1948 and the rules framed there under in the
Maharastra Factory Rule 1963 including all the amendments thereto.
All requirements of Worker Compensation Act & ESIS Act including all amendments
thereto.
Applicable Environment Regulation in force and also the systems and procedures in the
refinery related to environment.

All personnel should share a sense of empowerment on safety matters with an effective
communication system to facilitate the flow of HSE information both up and down through the
organization.

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 6 of 58

2.0. OBJECTIVES

2.1 General:

Everyone working on the Project shall be committed to a policy of ensuring that the highest
standards of Health, Safety and Welfare, which are reasonably practicable, are adopted. To this
end, the following objectives have been set for the Project:

Successfully implement the Safety Policy.


Unsafe acts and conditions must be identified and corrected, with action aimed to prevent
recurrences.
Achieve Safe and Healthy Workplace.
The Safety & Health of all employees must receive prime consideration throughout all
phases of work.
Ensure compliance with all applicable laws, statutory requirements, codes of practices and
standards set forth by Owner.
In essence NO SAFETY NO WORK.

2.2 Targets

The following Safety targets apply to the Project:

Lost Time Injuries - Zero


Reportable Injuries - Zero
Occupational Illness - Zero
Environmental Incidents - Zero

2.3 Contractor should have a written statement of policy in respect of safety and health of workers,
copy of the policy should be signed by an authorized signatory.

Contractor shall prepare a comprehensive SAFETY ASSURANCE PLAN in the form of


standard documents for implementation and monitoring of HSE requirements. This shall be
submitted to CONSULTANT / Owner for approval and implementation.

Contractor shall appoint safety personnel as given below for every work shift:

Contractor will not carry any work without having supervisor at site. If it is required to work
simultaneously in more than one location under the same contract, one supervisor must be
put in each of the locations. If a supervisor has to leave his site for any reason, he must stop
his activities for that period of time.

For Hot Work permit the supervisor must have valid Training Certificate from Refinery
Safety Dept.

Contractor must provide at least one full time safety supervisor when the contractor has
engaged manpower in excess 50 in contract activities in the refinery. If the manpower is less
than 50, the on site safety co-ordination responsibility shall be assumed by any one of the
contractors other supervisory staff. In both the cases the contractor must specify in writing
the name of such person to the engineer in charge and manager safety.

The contractors whose safety records are not satisfactory will be viewed seriously and
necessary action (viz. cancellation of registrations/contracts) shall be taken against him.

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 7 of 58

Safety Observer: At all times minimum one observer for workers not exceeding 100 in
numbers. That means contractors are expected to deploy additional
safety observers when number of workers crosses beyond 100 and
thereon.

Safety Supervisor: In addition to above, contractor shall depute one Safety Supervisor for
every 250 workers.

Safety Officer: In addition to above, one safety officer for every 1000 workers.

Safety Manager: Minimum of one Safety Manager at all times required to be at site.

Working hours per shift should not exceed 12 hours per day.

2.4 Qualifications of Safety officer should not be less than as prescribed in local regulations.

2.5 Contractor shall arrange for initial Site orientation/ induction of all Workmen/ Supervising
personnel on Safety practices before commencing work at site. This shall include brief about
project site, safety policy, site safety rules and site facilities.

2.6 Contractor shall conduct toolbox talks for all workers each week about ongoing work activities
and precautions to be taken.

Toolbox Talks

Contractors shall conduct toolbox talks for all employees and workers prior to start of the
job every day/ shift.
Topics should include current issues and precautions to be taken for works in progress.

Contractor shall maintain records of Toolbox Talks and shall forward the same to Consultant on
regular basis.

2.7 Contractor shall ensure participation of his site in-charge and safety officer in the safety
meetings arranged at intervals decided by consultant / owner.

2.8 Contractor shall submit Health & Safety report on monthly basis to Jacobs H&G in the formats
given with this document.

2.9 The safety conditions specified and recommended here are being issued for guidance of the
contractor. It is the primary responsibility of the contractor to ensure that jobs are executed in
absolutely safe manner. These, however, do not absolve the contractor from any obligations or
liabilities he might incur or transfer such obligations or liabilities to his subcontractors or agent
or to the Owner/ Consultant.

2.10 These rules do not exempt the contractor from statutory duties on health and safety but are
intended to assist in attending a high standard of compliance with those duties in order to
provide a safe and healthy working environment.

2.11 The contractor should obtain a Work Permit from Engineer-in-charge before starting any work
in factory premises. These permits are issued to prevent contractors working in unauthorized
area, and will be valid for specific area and for limited period.

2.12 The contractor shall not store construction material, consumable, tools and tackles etc. at any
place other than area allocated by the Engineer-in-charge.

2.13 The contractor shall be responsible and shall indemnify the owner, against all injuries to
persons both his own workmen and others.

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 8 of 58

2.14 The contractor should take all precautions for safeguarding existing structures, equipment and /
or parts of the owners property during construction, erection and commissioning. The
contractor shall repair / reinstate all such damages.

3.0 PROJECT SAFETY MANAGEMENT

3.1 Strategies

The following are some of the important strategies, which must be in place to accomplish the
HSE Plan.

3.1.1 Construction

The contractors should prepare Method statements and Risk Analysis in advance, for the
respective activity.
Monitor compliance with HSE Plan.
Conduct Safety Audits.

3.1.2 Resource Plan

Adequate Resource Planning for quantifying the safety materials / equipments relative to
the quantum of work.
Plan the execution of the fieldwork to avoid conflict between activities.
Ensure the Safety Compatibility of adjacent tasks.
Reduce congestion at worksite areas.
Use appropriate lay down areas.

3.1.3 People

The contractor shall ensure training of all staff and workers, employ competent staff and
workers and ensure the physical fitness of all.

4.0 ROLES & RESPONSIBILITIES

Safety is an integral part of normal activities performed by contractor personnel. Members of


contractors team are accountable for complete fulfillment of responsibilities in his area of work.

Project team shall support this HSE Plan and hold their members of team accountable for the
proper execution of HSE activities.

4.1 Contractor Employees

It is the DUTY of every contractors employee to:

Take reasonable care for the health and safety of himself and other persons who may be
affected by his acts or omissions at work.
Co-operate with his management or others to enable compliance with statutory
requirements.
Report to their immediate supervisor hazardous situations and defects found in premises,
plant and equipment.
Avoid improvisation, which might entail risk.
Consider and suggest means of eliminating hazards.
Co-operate in maintaining a safe and healthy working environment.
Attend safety-training classes as and when organized.
Attend safety meetings if invited.
Participate in safety campaigns when organized.
Never intentionally or recklessly interfere with, or misuse, anything provided in the interests
of health, safety or welfare.
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 9 of 58

Draw to the attention of management / supervision improvements to health and safety


which appear to be necessary or advisable.
Report accident/ near misses to his/her supervisor immediately.
Demonstrate leadership of, and commitment to HSE, setting a personal example at all
times.

4.2 Contractors Construction Manager

Contractors Construction Manager shall provide his workers with a safe and healthy working
environment. He shall be responsible to promote safety and health consciousness among all
his workers at all times. He is responsible to ensure that the HSE Plan duly approved by
consultant / owner is implemented in its entirety and constantly monitored.

He shall:

Familiarize himself and comply with all government, consultant and owners HSE
procedures and practices.
Provide adequate safe construction equipment, tools suitable for the work and personal
protective equipment required for the workmen.
Ensure the construction work is being executed in the safest manner based on approved
Method Statement.
Inspect and maintain the entire work area in safe and healthy condition. Instruct his
supervisors to take immediate corrective actions if he detects discrepancies.

4.3 Contractors Safety Engineer / Safety Officers

He shall:

Assist contractors Construction Manager and coordinate with consultants / Owners Safety
Officer in implementing HSE procedure within their respective work groups.
Familiarize them with all Government; consultant and owners safety and health regulations,
including reporting and work permit procedures.
Inspect the construction area frequently to examine appropriate corrective actions and
prepare reports to their Construction Manager.
Review SPA prepared by line supervisors.
Co-ordinate with supervisors and foremen, participate in safety meetings and lead daily
safety walks of the site.
Participate in toolbox talks, assist in accident investigation and conduct safety-training
classes for the workmen and suggest safety promotional activities.

4.4 Contractors Supervisory Personnel

It is the responsibility of the contractors supervisors / foremen to ensure that their workers
strictly adhere to safety procedures in their specific works and work areas. They shall correct
any unsafe acts and/or conditions promptly when these are recognized during the work.

5.0 SITE SAFETY ORGANISATION

See Attachment - A Site Safety Organization Chart

6.0 PRO-ACTIVE SAFETY MONITORING

A Pro-active Safety Monitoring Programme shall be used on the project.

The following are some of the elements of such programme

Safety Observation Reports


Safety Inspection / Safety Audits (Attachment B)
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 10 of 58

Safe Plan of Action


Method Statements

Suitable formats will be provided for the purpose.

7.0 COMMUNICATION AND CO-OPERATION

Owner / consultant recognize the importance of ensuring that the HSE message is cascaded
throughout all levels of workforce.

To facilitate communication the following elements will be used during the construction phase.

All contractors will attend weekly safety meeting with consultants Site management. At
these meetings previous week Safety performance would be analyzed and the activities
planned for the forthcoming week would be reviewed.
Contractors Safety personnel will attend project safety committee meeting; typically these
shall be held every week or as decided by Site Manager. The purpose of this meeting is to
discuss the alternative safety strategies to be introduced on the project.

8.0 SAFETY PROMOTIONAL ACTIVITIES

In order to develop safety consciousness amongst the employees, the contractor site
management shall organize suitable Safety campaigns, Safety competitions and Safety
rewards.

9.0 WELFARE FACILITIES

The owner may provide certain facilities. However the contractors shall provide required
number of toilet for male and female, Crche for worker children, washing facilities and rest
shelters in suitable locations as per statutory regulations. Drinking water to be arranged by
contractor. And if necessary there should be deployment of portable toilets. There shall be no
sheds within the plant area, other area shelters after F&S clearance.

10.0 FIRST AID AND HOSPITALS

The owner at project site may provide a first-aid center for the treatment of minor injuries and
illness. However all major injuries and sickness cases shall be referred to the Hospitals and
contractor shall make his own arrangement for such treatment as required.

The contractor must have arrangement for rendering necessary first-aid in case of accidental
injuries. Work site must be provided first-aid-box containing items as specified in the Building &
other Construction Workers (Regulation of Employment and Conditions of Service Rules,
1998) and keep the same in a conspicuous place where it is easily accessible.

The contractor shall make arrangements for the emergency care and treatment of all
contractors employees at the nearest (or reasonably nearby) hospital.

11.0 INCIDENT / ACCIDENT REPORTING

Report to HPCL supervisor on the job, any injury sustained by any of his employees or any
near miss or any hazardous / dangerous incident at his worksite within the refinery
premises. Hiding any accident or near miss would be viewed as serious misconduct.
Arrange to provide First-Aid immediately to injured employee.
Keep and maintain proper records of all such incidents in respect of his personal / work
site.
Submit to engineer in chare a first information report within 4 hrs of incident.
Arrange to immediately investigate the incident and furnish within 24 hrs a written
investigation report to refinery safety dept.
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 11 of 58

Any accident that appears to be serious or which entails a person reporting to hospital or
leaving site for treatment shall be reported immediately to consultant / owners representative in
the format attached (Attachment C).

Contractor shall ensure that any accident that occurs is fully investigated to find root cause and
preventive measures are adopted to prevent its reoccurrence. Consultant shall have a right to
conduct independent inquiry of the accident.

12.0 SITE EMERGENCY PROCEDURES

A detailed site emergency procedure shall be worked out and communicated to all employees
at site. Necessary arrangements shall be made to deal with such emergency situations. An
emergency response team will be formed to tackle such situations.

13.0 LOCAL LAWS, STATUTORY REGULATIONS

The contractor shall comply with all local laws and statutory rules particularly the provisions
under Contract Labour (Abolition and Regulation) Act, Building and other Construction Workers
(Regulation of Employment and Conditions of Service) Act 1996 and Building and other
construction workers (Regulation and Conditions of Service) Rules 1998. A list of important
laws applicable to the contractor is enclosed. See Attachment I.

14.0 LABOUR LAWS AND RULES / WELFARE

The contractor shall maintain relevant records and fulfill all conditions and requirements in
accordance with following:

The contractor shall not pay less than what is provided under law to any persons.

Contractors will ensure that a qualified (minimum MBBS) medical practitioner registered
with state medical council, medically examined his workers including supervisors who
would be deployed on the job. Only medically sound persons as certified by the medical
practitioner would be allowed on the job.
Workmen deployed on high risk job like working in confined space, working at height,
working under water etc must also be certified as medically fit for such jobs.
The medical certificate older than a year will not be accepted.
Health assurance certificated submitted by the contractor would be periodically checked at
random by the refinery Doctor.

15.0 CHILD WELFARE

The contractor at his own cost provides Crche facility at site in case more than fifty female
workers are employed. Such facility shall be in accordance with Bldg. & Other Construction
Workers (Regulation of Employment and Conditions of Services) Act, 1996.

No person below the age of 18 (eighteen) years or more than 58 years will be employed for
work in the refinery.

16.0 INFORMATION TO BE PROVIDED BY CONTRACTOR

Health, Safety and Environment policy


A detailed Health, Safety and Environment plan.
Names of the Safety personnel.
Employers liability insurance certificate.
Method statements and Risk Analysis for each work / activity.
Test Certificates for lifting gear, lifting equipment and appliances.
Information relating to hazardous materials used and their MSDS.
Daily labour returns
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 12 of 58

Copies of all Statutory Registers maintained by the contractor when asked for.
Copies of the contractors Safety officers reports of their findings on site inspection.

17.0 SITE SUPERVISION

The contractor must ensure that an employee of suitable seniority and authority with
responsibility for health and safety is always present on site during the course of the work,
to supervise and direct the work and to receive and implement instructions from the
consultants senior representative.
All supervisory staff shall be made aware of their responsibilities for safety.
Contractor skilled workmen like riggers, scaffolds, welders, fitters, crane operators, their
specialized equipment operator like welding machine, power generators etc must have
sufficient past experience and skill on the relevant jobs. The electrician to be deployed
must have valid wireman License.
All supervisory staff and workmen shall be capable of following instructions and shall be
made aware of their responsibilities.

18.0 TRAINING AND COMPETENCE OF EMPLOYEES

Training in Fire & Safety is mandatory for all contractors supervisors.


This program will be conducted by Fire & Safety Dept. at the Fire Station training Hall and
the schedule shall be notified well in advance.
On completion of the program a certificate of attendance will be issued to each participant,
which will be required for the supervision of the Hot Work.
The passing certificate issued to the supervisor will remain valid for one year.
Contractor must ensure that his employees are adequately trained and experienced to
carry out their work safely. Training should continue throughout the project and should
include regular toolbox discussions.
Contractor must also ensure that specific hazards likely to be experienced on the site are
notified to their workforce together with any precautions to be taken and local rules to be
observed.
Where particularly severe or unusual hazards arise, consultant reserves the right at no
additional cost to request contractors employees to attend safety training and instruction
sessions, whether carried out on site or externally.
Each contractor shall participate in the training program to help develop content, introduce
training sessions, conduct training sessions, lead site tours that are part of the safety
training, and other responsibilities that may be appropriate from time to time. The contractor
shall prepare the training calendar for HSE activities and submit to consultants on monthly
basis. (Refer Attachment E).

WORKERS TRAINING

It is obligatory that contractor supervisor who is trained by safety dept. should conduct spot
training for his workers.
Additional contract workmen will have to undergo training on Safety Refinery on the spot.
A record of the workers who attended the training must be maintained and the same must
be submitted to the consultant and a copy is to be submitted to the client.

18.1 Initial site orientation / induction

The number of orientation presented each week shall be organized to the extent possible to
accommodate the contractors need to bring labour on site. The following topics shall be
included in the course, which may be changed during the course of the project to meet
changing site requirements.

Introduction to the site and project, with a brief overview of the project that is being
constructed.
Owner and consultants HSE policy and safety philosophy.
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 13 of 58

Personal Protective Equipment (hard hats, safety glasses, steel-toed boots, etc.)
Housekeeping
Working in and around excavations
Working at height (ladders, scaffolds, free edges and openings, etc.)
The Safe Plan of Action (SPA)
First aid facilities, Accident reporting system
Emergency procedure
Smoking restriction, prohibition of alcohol and drugs.
The contractor shall conduct a site visit for his new employees in groups of less than 25 to
familiarize the new employees with essential services, their work place, and general site
layout.
Gate pass shall be issued only after completing the site orientation / induction and local
statutory regulation formalities.
It is the responsibility of the contractor to familiarize all new personnel to the project on the
actual location of assembly points, fire alarm points, first aid center and other important
locations.
Contractors are responsible for arranging site safety induction for their workmen and they
shall inform consultants Safety representative at least one day in advance.

Besides initial orientation and induction at site, training on following topics should be given:

Scaffolding, Ladders, Safety nets etc., Fall Protection.


Cranes, Hoists and Lifting Equipment
Electrical safety
Gas Cutting and Welding
Hazardous material handling

18.2 Specific hazard training

Specialized training on following topics shall be given to the employees likely to get involved:

Hot work
Material handling
Pressure testing
Heavy equipment lifting & rigging
Work permit system
Lockout & tag out procedures
Entry into confined spaces
Fire prevention and control
Emergency Response Team (ERT) etc.

These courses should provide the time needed to properly address the topic. Completion of
specific hazard training is mandatory before working on such tasks. A list of all trained persons
shall be maintained at site.

19.0 RISK ASSESSMENTS

Contractors would be required to produce risk assessments for all works under their control.
The risk assessment form shall be submitted to the consultants representative before the job
commences. Which would be duly approved by the project manager and the clients
representative. It should include following information:

Identification of all significant risk activities involved in the work.


Details of measures taken to control the risks identified.
Justification for adequacy of control measures taken.
All risk assessments must be communicated to the workforce who will be involved in
undertaking the work.
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 14 of 58

20.0 METHOD STATEMENTS

Contractors shall submit method statements for each work to Consultant well before
commencement of the work. The method statement shall detail:

The job to be undertaken


The individual activities required completing the job.
The individual trades/disciplines involved in each activity.
Plant, equipment, tools to be used in each activity.
Any hazardous substances/chemicals to be used along with their MSDS.
A detailed description of how the work will be done including control measures and
procedures to complete each activity and the overall job safely.

Compliance with the standards detailed on the work method statement and relevancy to
current operations shall be monitored on a daily basis and during safety management
meetings.

21.0 SAFE PLAN OF ACTION

21.1 The SPA is the primary tool used at site to identify and plan to mitigate safety hazards. This
form shall be completed by the employees and their supervisor of each crew before starting a
new activity and kept at the work place for ready reference.

21.2 The SPA has sections for the employees to:

State the task to be performed


Location of the task to be performed
Safety hazards anticipated
Steps to be taken to prevent the risks identified
Equipment, tools, or materials needed for protection against the hazard and to perform the
work safely.
The name(s) of the Supervisor(s) for each activity.
The name of the person in overall charge of the job.
Duration of the job.

21.3 It is the responsibility of the supervisor to ensure that all equipment, tools, or materials needed
to implement the preventions identified by the SPA are obtained and all the steps identified to
prevent the safety hazards are implemented before starting the work task.

22.0 SAFETY OBSERVATION REPORT (SOR)

22.1 The SOR is used as a tool for supervisors to record unsafe acts and the steps taken
(immediately and as follow-up) to correct the unsafe acts and recommendation to prevent its
recurrence.

22.2 The SORs will be submitted to consultant and the data recorded by the SORs shall be
summarized periodically to identify frequently occurring unsafe act / conditions.

23.0 PERMIT TO WORK SYSTEM

23.1 A permit to work system is a safety strategy designed to protect personnel and plant and which
consists of an organized and predefined safety procedure. It forms a clear record of all
foreseeable hazards, which have been considered in advance of the construction operations.
Any activity which is undertaken with in the working area needs a permit to be taken by the
concerned person.

23.2 The identities of the permit Issuing Authority and Permit Acceptor will be dependent on
nature of the activity.
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 15 of 58

23.3 The following is the list of some of the activities, which would require permit, and list may
change depending upon work situation.

Scaffolds
Excavations
Lifting Operations
Hot Work/Naked Flame
Electrical Works
Confined Spaces
Radiography
High Pressure test
Commissioning of equipment

23.4 Written requests for permits must be submitted to consultants representative at least twenty-
four hours in advance.

24.0 SITE SAFETY COMMITTEE

In order to ensure better communication and coordination for realising safety targets, the
project shall establish an independent Safety committee comprising of Owner Representative,
consultants Construction Manager, consultants Safety Manager, consultants Discipline
Heads, Contractors Site Manager, Safety officers.

24.1 Safety Meetings

Safety Committee will form the agenda at all Site meetings


At least once a month a consultants Construction Manager shall convene meeting of all
contractors. Attendees at the meeting shall be contractors Safety Officers, Site Managers
(or their nominee). The frequency of meetings may change depending upon the need.

25.0 PERSONAL PROTECTIVE EQUIPMENT (PPE) AND FACILITIES

The contractor must provide all his employees / workers, required PPEs, which are duly
inspected and approved by the Engineer and should be worn by the personnel. NO PPE
ZONE would be identified separately.

Basic PPE requirement for all the jobs.


Hard hat (Safety Helmet)
Safety shoes / Gum boots (civil works)
Hand Gloves
Safety Goggles

25.1 The contractor shall:

Maintain all personal protective equipment in good working condition.


Periodically check and replace all defective / broken personal protective equipment.

25.2 As a minimum every worker needs to wear safety shoes, safety goggles, safety helmets and
hand gloves at all the times, while on project site. However special equipment may be required
for certain operations depending upon the risks associated with the works, like:

Face mask, dark eyeglasses and face protection


Ear plugs and/or ear muffs
Hand gloves
Equipment and clothing for body protection
Safety harnesses with double lanyards.
Respiratory (breathing) protection. Will be issued by HPCL.

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 16 of 58

25.3 The followings, but not limited to these, are considered to be personal protective facilities:

Barricades
Guardrail, Handrails and Covers
Stairs and Ladders
Safety Nets
Work Platforms
Shoring
Cages, gondola and crane suspended working platforms
Insulating Screens and Barriers

25.4 HEAD PROTECTION

All personnel shall be issued safety helmets, which shall be used at all times by personnel while
on the site. Helmets shall have stickers to identify the contracting company they belong.

25.5 HAND PROTECTION

Workers employed on bar bending, mixing asphalt materials, Cement, Lime mortar and
Concrete shall be provided with protective gloves approved by the Consultant.

In addition to above, gloves shall be used by personnel involved in works with possibility of the
risk from abrasion, cutting, tearing, chemical, or other burn, infection.

25.6 Foot Protection

All personnel shall wear suitable safety footwear with metal toe at all times while on the project
site.

25.7 Ear Protection

Ear protection shall be worn by personnel involved in works in areas of high noise levels, or
when working with equipment that generate high noise levels.

Ear protection can be of an external cup-type defender which fits over the outside of the ear, or
plug-type, usually made of compressible foam, which fits inside the ear.

Whenever practicable, equipment generating high noise should be located at the maximum
possible distance from any work being performed. Sound reducing boxes also should be fitted
to the equipment wherever practicable.

25.8 Eye Protection

25.8.1 Use of safety goggles at the work place is must, to protect eyes from following:

Flying particles,
Dust ingress,
Chemical splash,
Radiation glare,
Hot sparks or metal spatter,
Harmful vapors.

25.8.2 The correct selection of eye protection shall depend on the assessment of the risk, or
combination of risks based on the site situation.

25.9 Respiratory Protection


1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 17 of 58

Respiratory equipment whether stands bottled-type, or self-contained breathing apparatus shall


only be worn by trained and qualified personnel.

25.9.1 Persons with beards shall not be permitted to operate with respiratory equipment.

25.9.2 Self-contained breathing apparatus shall generally be used in emergency situations, while
scheduled works shall utilize the static bottled-type.
Those engaged in mixing or stocking Cement bags or any materials, which are injurious to
eyes, and lungs shall be provided with protective goggles and masks.

25.10 Fall Protection

Full body harness with double lanyards fitted with shock absorbers shall be worn by all
personnel working at height greater than 2.0 M above the ground level. Waist belts would not
be permitted; all would be required to use Full body type safety harness with snap-hooks.

The PPEs shall be of a standard quality and BIS approved.

26.0 SANITATION AND HYGIENE MEASURES

In order to provide adequate sanitary conditions for all personnel at site, following provisions as
a part of the temporary facilities to be provided by the contractor.

Provision for an adequate supply of potable water


Provision for toilets and hand wash basins
Garbage disposal and periodic collection
Proper drainage and sewer disposal
Other special hygienic operations viz. Fumigation, pest controls etc.
Worker's Rest Space:

 Sunshade and/or site canteen


 Smoking hut

27.0 RADIOGRAPHY

Only qualified and trained personnel with required license issued by BARC should be assigned
to install, adjust and operate radiography equipment.

When working in areas with a potential exposure directly or indirectly to any workers/persons,
the relevant statutory required protection shall be made.

Affected areas shall be posted and restricted with standard radiation warning sign, placards,
barricades, and blinkers.

All applicable rules pertaining Radiography shall be complied with regard source movement,
Radiography license etc.

All personnel working on radiography must wear dosimeter / film badges as required by the
BARC norms.

28.0 WARNING SIGNS, BARRICADES AND SIGNALS

All floor openings, cutouts, open edges and excavations shall be properly barricaded, covered
with load bearing planking and shall have proper guardrails and toe boards on all sides, and
warning notices posted.

Site supervision shall make sure that signs, barricades and signals are used, erected and
maintained as required to ensure the safety and health of site personnel.
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 18 of 58

29.0 NOISE

Noise must be kept to a minimum at all times and must not exceed acceptable and/or locally
specified rules and conditions relating to noise imposed by the Contract. Due regard must
always be given to noise levels, permissible duration for noisy work operations and other
restrictions. Any work activity which is likely to expose any employee on site to a noise level of
85 db(A) or above, assessments should be carried out. In such circumstances, the contractor
must keep stocks of ear defenders or other suitable hearing protection and issue to the
workmen who are exposed to the higher levels of noise.

The legal requirements for the protection of workers hearing are contained in the Building &
Other Construction Workers (Regulation of Employment and Conditions of Services) Central
Rules 1998.

General guide is, if one has to raise his voice to be heard, place is too noisy.

Grinders, Cutters, Jack Hammer (pneumatic drills), Engine driven plant and the like, all give off
levels of noise that is harmful.

Earplugs and earmuffs are the commonest form of hearing protection to be used.
If there is a concern that personnel cannot hear warnings, shouts or gas monitor alarms, then a
method statement/ safety system of work should be provided for those operations.

30.0 SUBSTANCES (Control of Substances Hazardous to Health Regulations)

30.1 The Statutory Regulations are to be complied with at all times. Hazardous substances include
any flammable liquid or any substance likely to give rise to toxic, corrosive, irritant or harmful
risk.

30.2 Substances hazardous to health must be identified prior to taking them onto Site and, if they
cannot be substituted or eliminated, assessments stating how the substances will be controlled
and what precautions will be introduced must be carried out and recorded in writing by a
competent person. This assessment must be communicated to and comprehended by the
workforces who are likely to come in contact with the substance(s). A copy of all assessments
should be handed to the consultants Construction Manager.

30.3 Hazardous substances brought to site shall be kept to a minimum and must be stored in
secure, appropriate containers with the contents clearly labeled. The containers must be stored
in a secure area, preferably quarantined for the main stores areas, with suitable warning notices
and signage posted.

30.4 Hazardous materials must not be allowed to discharge into natural watercourses or drainage
systems.

30.5 All hazardous material waste must be kept separate from normal waste and be disposed of in a
specialist disposal facility.

31.0 HOUSEKEEPING

Contractor must ensure highest standard of housekeeping in his areas of work on a day-to-day
basis. All unsatisfactory housekeeping will earn negative rating, which will attract penal action
like cancellation of registration / contract.

Very high standard of housekeeping shall be maintained at all times by the contractor.

Keep the site neat and tidy. Keep adequate number of skips / waste bins.
Keep the access clear of all obstructions.
Remove the nails or bend them down from the wooden scrap and remove them from job
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 19 of 58

site.
Store the material in an orderly manner.

The contractor shall on daily basis keep the premises and surrounding area free from
accumulation of waste materials or rubbish caused by activities.
At the completion of days work contractor shall remove these materials to avoid Slip/ Trip
hazards and provide safe areas for movement of all workers and supervisors.

Contractor should establish regular maintenance program of sweeping and hosing to minimize
accumulation of dirt and dust in such areas.

If the contractor fails to clean up as provided in this document, the owner may do so and cost
thereof shall be charged to the contractor.

On completion of the job the contractor shall remove all his construction material, tools etc. and
demolish all temporary constructions and leave the job site thoroughly cleaned up and ready for
use.

When required contractors have to suspend other operations and do housekeeping.

32.0 REMOVAL OF WASTE FROM CONSTRUCTION SITES

32.1 Waste generated at site shall be controlled and disposed off in accordance with environmental
control regulations and municipality rules; consultant shall be informed of procedure followed by
the contractor before disposal

32.2 Controlled waste is any kind of household industrial or commercial waste. This includes for
example: -

Scrap metal
Building, construction, demolition and excavation waste, including waste from any repair or
renovation.
Clinical waste.
Anything, which is unwanted because it is surplus, broken, worn out, contaminated or
spoiled in some other way.
Where there is any doubt of the composition of excavation spoils, it must be analyzed
before it is removed off-site.

32.3 Waste Disposal

All receptacles shall be constructed of metal or other suitable types of containers of non-
flammable materials.

Cardboard, wooden boxes or crates and similar types of containers shall not be used for the
collection of combustible waste.

The removal of waste shall only be taken in accordance with the rules prescribed by local
Public Health Department.

Separate waste skips should generally be provided for:

Scrap metal
General construction waste

And fully enclosed skips for

Food waste (to deter vermin)


Waste and rags saturated with oil, grease and the like

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 20 of 58

Skips containing combustible waste should be strategically placed to ensure fire does not
spread in the case of combustion within a skip.

33.0 FIRE PREVENTION AND CONTROL

The contractors shall plan and chalk out the measures for the elimination of possible
conditions, which may lead to fire.

The contractors shall provide adequate number of well-maintained DCP type 10kg capacity
extinguishers bearing IS marks. It should upright operate and should be cartridge type. Fire
extinguishers of the same shall be made available at each work area.

FIRE HOSE

The Fire hose should be 63mm / 38mm diameter and minimum 15 Mtr long, seamless canvas /
synthetic fiber woven jacketed, rubberized fabric reinforced rubber line hose bearing IS: 636-
1988 Type A. The fire hose should have Gun mettle instantaneous type 2 .5 Male and 2.5
Female coupling bearing IS: 903 mark. The couplings should be riveted and doubly wounded
with heavy-duty copper wire to the hose at both ends.

NOZZLE

The nozzle to be use with fire hose should be of Branch Pipe, Universal type as IS: 2871
1983. It should be provided with 2.5 Female instantaneous couplings as per IS: 903 (As nozzle
with Ma le coupling will necessitate use of double Female coupling)

The contractor shall ensure that workmen are trained in the use of fire extinguishers,
understands the basics of fire fighting and train the workmen to become familiar with such Fire
Fighting Procedures. A competent person shall periodically inspect all fire extinguishers. Fire
extinguishers should be located in designated areas and clearly identified.

The contractor shall take every precaution and use all reasonable means to prevent an
outbreak of fire and shall tender immediate assistance in case of fire. Any outbreak of fire in or
near the workplace shall immediately be reported to the engineer in-charge of Owner /
Consultants.

Fire drills should be held at intervals to ensure personnel are familiar with the location, of
Assembly Point and response expected of them in case of emergency.

Smoking on site is not permitted, but may be allowed in restricted areas as may be authorized
by the engineer. No smoking boards shall be displayed at prominent location including stores/
storage places.

Care of flammable materials, oily rags, waste etc. must not be left lying around or allowed to
accumulate. Covered metal skips should be used for disposal of flammable waste.

If welding / cutting operations are to be carried out, non-flammable screens and blankets shall
be used to confine sparks hot metal or slag. A fire extinguisher should also be readily available.

Chemicals and other such goods should be stored in stable racks properly labeled. Mutually
reactive chemicals should be kept away from each other. Storage place should have proper
ventilation.

34.0 EMERGENCY PROCEDURES

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 21 of 58

The following will be considered to establish emergency procedures.

Make a list of available emergency services and confirm their communication channels.
Ensure that supervisors clearly understand their responsibility and role in the site emergency
procedures.
Designate first aid and provide medical supplies and other material and equipment that may
be required for emergency use.
Set up emergency response teams.
Determine emergency evacuation routes for work areas and construction site.
Make sure that all personnel clearly understand emergency warning siren signals or other
warning signals used by Owner or other authorities.
Designate a supervisor to conduct a head count and give instructions to evacuees as
necessary.
Post-emergency information for each work area on the site.
Conduct emergency procedure drill periodically.

35.0 SITE ACCESS

35.1 Access to the site must be at all times via recognized roadways and footpaths. Personnel must
not access to construction areas through unauthorized areas. Anyone found disregarding this
rule would be subject to disciplinary action.

35.2 All personnel will be issued with a photo pass, who will be required to enter the site. Passes
must be carried at all times. At the completion of the project, all passes must be returned to the
consultants Construction Manager.

36.0 SITE SECURITY PROCEDURES

Following minimum controls on movement on men and material should be followed.

36.1 Site Entry Control

Site Entry Permit (Personnel) System


Site Entry Permit (Vehicle) / Equipment
Contractors shall abide by Owner Security system.

36.2 Prohibited Items and Activities

Contractor shall closely monitor to ensure that the employees adhere to the following code of
conduct:

Alcoholic beverages will not be consumed, brought onto, or manufactured on the site.
Individuals under the influence of alcohol or drugs will not be permitted entry to the site.
Non-prescription drugs, intoxicants or substances will not be used, brought onto or
manufactured on the site.
Firearms, explosives, knives or other types of weapons will not be allowed on the site.
Gambling or any other form of betting game is prohibited.
Discrimination or intimidation on the basis of race, sex or national origin is prohibited.
Aggressive or abnormal behavior is prohibited.
Violation and / or failure to comply with the above requirements will require a written report
detailing facts and corrective actions taken.

37.0 SAFETY INSPECTIONS

The Jacobs Safety Manager/Officer will visit the Sites and carry out Site safety inspections.
Contractors Safety Personnel shall conduct Safety inspection / Safety Audits and report to
contractors Site In-charge for taking corrective action. A copy of their reports shall be
forwarded to the consultants Construction manager and provide a report of their findings and
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 22 of 58

any necessary corrective action to be undertaken.

38.0 AUDIT AND MONITORING

Consultant may plan to conduct the following two types of audits from time to time during a
project life.

Formal Audit
Regular and Ad-hoc Inspection

38.1 Formal Audit

Formal audit would be a comprehensive assessment of compliance with project program,


procedures and local codes and regulations.

Consultants home office management and/ or HSE specialist / advisor at key points will carry
out this audit during project life cycle by means of pre-determined formats.

The results of formal audit will be reported in a written assessment form and feedback is given
to all relevant parties including consultants top management. Site management and
supervisors should take corrective actions immediately and submit their compliance report.

38.2 Regular and ad-hoc inspection

Regular and ad-hoc inspection is an audit providing regular or special means of checking
compliance with project HSE requirements at key stages of project life.

Regular and ad-hoc inspections will be carried out by site management and/ or site Safety
Officer / Manager.

39.0 SAFETY AWARDS AND SAFETY COMPETITIONS

39.1 Awards and Recognitions


Construction site Safety awards programs may be instituted with focus on remarkable
achievements and contributions towards safety.

39.2 Safety Competitions


The site management and the contractors may plan for various safety competitions to motivate
employees to take active part in safety program.

40.0 HSE ASSURANCE PLAN

The contractor shall submit HSE Assurance Plan in the form of matrix indicating the extent of
checking of various activities enlisted in the plan. The plan shall be approved by consultant and
it shall be used as main tool for HSE surveillance.

A typical plan prepared for the project is attached for guidance Refer Attachment - D.

41.0 CONSTRUCTION EQUIPMENT AND VEHICLES

41.1 Pre-Construction Examination and Inspection

The contractors shall provide a list of equipment and vehicles needed to safely perform the
work. Cranes, hoists, slings, lifting tackles and other lifting equipment shall be selected as per
load carrying capacities.

The contractor must include in his Safety Assurance program, a procedure relating to
construction equipment and vehicle inspection, operation and maintenance plan. It must be
consistent with the manufacturer's recommendations and consultants requirements as
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 23 of 58

contained in the program.

All hoisting and lifting equipment shall be thoroughly examined by a competent person as per
applicable local laws and regulations. A report on the result of examination shall be submitted
(in prescribed form) before equipment is brought into site.

41.2 Scheduled Inspections and Maintenance

Contractor's construction equipment and vehicles are to be periodically inspected and


maintained according to pre-determined schedule. Complete record of all inspection and
maintenance shall be maintained and submit to consultant when called for.

41.3 Equipment Operator Qualification and Training

Consultant through the contractor shall review the qualifications of all crane operators, crane
maintenance personnel and other mobile equipment operators in accordance with the following
procedure:

Possession of valid drivers license and job site authorization card signed by consultants
Safety Officer.
Successful completion of a practical operating examination administered by competent and
authorized personnel.
Training - Operator responsibilities, familiarity and comprehension concerning all crane
safety and O&M requirements, load capacity charts, rigging methods and practices, hand
signals and other requirements will be examined by competent and authorized personnel.

42.0 VEHICULAR AND TRAFFIC SAFETY

The following elements shall be taken care to eliminate traffic accidents.

Suitable traffic signs & warning notices shall be posted at Site.


Drivers and operators shall comply with all traffic safety regulations, traffic controls and
traffic signs.
The maximum speed limit on the construction site is 20-km/ hr. The maximum speed limit
in work areas is 10-km/ hr.
Drivers or operators who violate the site traffic safety regulations will be removed from the
site.
Personnel must not be transported while standing on the bed of trucks or trailers or on
material handling / earth mounting equipment nor they shall be allowed to sit on doors.
Site vehicles should be fitter with horn, mirrors, lights and reversing alarm.
All vehicles coming inside Refinery area must have spark arrestors.
LPG/CNG/Petrol driven vehicle are not allowed in Refinery area.

A trained banks man or guide should be deployed to ensure safe reversing. The banks man
should be a designated person, one of whose tasks is to ensure a reversing area free of
pedestrians and ensure a safe vehicle maneuver.

42.1 Vehicle Maintenance, Inspection.

Vehicles must be frequently inspected and properly maintained. Each vehicle must be
equipped with the required safety features that function properly.

Preventative maintenance shall be performed on all vehicles on a monthly schedule. All


safety features shall be checked and repaired as necessary to ensure proper operation.
Drivers and operators shall perform pre-operational checks of their assigned vehicles and
equipment at the start of each working day.
Each driver shall keep a record of the daily and monthly pre-operational vehicle and
equipment checks.
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 24 of 58

All site vehicles should have following as a minimum:

First Aid kit


Fire extinguishers
Parking brake and brake light

42.2 Motor Vehicle Accident Investigations

All motor vehicles and equipment accidents shall be reported; investigated and remedial
measure shall be taken to prevent recurrence.

43.0 HAZARD WARNING

Hazard warnings come in different forms, which include signs, tags, permits, barriers etc. The
primary factor with any hazard warning is that all personnel; visitors etc. shall be educated as to
the types of warnings and their definition.

43.1 Tags

Various tags may be utilized during the construction and commissioning phases, e.g.

Electrical - to designate that electrical equipment has been taken out of service, or men are
working on the equipment.

Danger - designating a possible hazard such as valve open, do not use, and spade
inserted.

Defective - designating unsafe materials and/or equipment, e.g. out of order, failed safety
check.

43.2 Warning Tapes / Flags

Hazard warning tapes should be utilized to attract the eye to avoidance of hazards or local
services. Tapes, whilst warning of potential hazards, should not be employed as safety barriers
and are considered as a guidance indicator.

44.0 EXCAVATIONS

The planning of excavation works should consider:

Nature of the soil, including the proximity of any make-up ground


Weather and moisture conditions
Method, size and duration of the excavation job
Proximity of other structures, services
Dewatering systems

 Before starting excavation permit should be taken from consultant.


 Electrical clearance is required for excavation permit just in case of any under-ground
cable passing below the are to be excavated.
 All excavations more than 0.60 mtr shall be barricaded. The barricade should be made
of steel pipes of minimum dia 40 mm NB. It should withstand a lateral load of 100 kg.
These barriers should have minimum two horizontal members (Waist rail & Knee rail)
located at 1010mm and 550 mm from the ground and vertical members located at
spacing not more than 1000 mm.
 Excavations less than 600 mm shall be cordoned off and suitable notices/ warning
tapes posted.
 The most appropriate method of stabilising the sides of an excavation can be achieved
by properly designed shoring, which is to be approved by consultant.
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 25 of 58

 Ladders should be provided at intervals of not more than 15 m, depending on the


number of men present.

All excavated materials shall be deposited minimum 1.0 M away from the edge of the
excavation.
Illumination inside the excavations, whether natural or artificial, should be adequate at all
times.
Walkways between trenches should be kept clear of obstruction.

Any openings in barricade that may have been necessary for operational purposes should be
securely closed before the site is left at night.

45.0 BLASTING & DEMOLITION

All activities including but not limited to the storage, transportation and blasting shall be carried
out in accordance with the rules and regulations and as per the instructions of local authorities.

Before any demolition work is commenced and also during the process of the work all roads
and open areas adjacent to the work site shall either be closed or suitably protected.

Whenever making an opening in the existing wall adequate supports to be provided against the
collapse or cracking of the wall portion above.

46.0 SCAFFOLDS

No structure, temporary support, scaffolding to be loaded beyond allowable loads. If there is a


doubt on the structural stability the scaffolding to be tested to two and half times of live load.

Appropriate hand railings and knee rails to be provided on the top of all working platforms.

Scaffolding shall be properly designed and erected, with its intended use in mind, where
additional, anticipated loads are to be applied, the structure shall be redesigned and modified
accordingly. Pre-designed modular scaffolds may be preferred.

Bamboo and wooden scaffolding is prohibited. Only pipe scaffolding is permitted.

It is mandatory that approved and competent scaffolders erect all scaffolding.


During erection, dismantling or modification, scaffolds must be cordoned off and adequate
precautions must be taken to prevent materials falling. People unconnected with the work
should be kept away from the area by the use of signs and barriers.
All materials must be raised and lowered in a controlled manner, and under no
circumstances should components be dropped from heights during dismantling.
Properly positioned and secured ladders must be used for access up or down the
scaffolding. Climbing using the framework is not permitted and this includes scaffolders.
Staging: Scaffolds used for supporting Form Work should be constructed on a firm ground
with a base plate. The staging should as per IS 3636. Staging should be inspected
frequently even after completion of concrete work, or after completion of intended use.

46.1 Scaffold Inspection

Scaffold must be inspected at regular intervals by a competent person


For scaffolds used by several contractors at the same time, it is the responsibility of every
contractor and every employer to ensure that any scaffolding used by their own employees
is safe and complies with the requirements

Scaftag system should be followed and the tags should be placed within easy sight of
users to show the condition, e.g. green for safe, red for do not use when the scaffolding is
still being erected, altered and/or dismantled.
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 26 of 58

46.2 Mobile Tower Scaffolds

For erecting Tower Scaffold, instructions of manufacturers, suppliers for erection must always
be followed and supervised by a competent person. A mobile tower scaffold must be erected on
the leveled ground.

All components must be inspected before use for damage, cracks, broken welds or defects.
Where the assembly is connected by latching hooks or pins they should be inspected to ensure
that the spring and the release trigger are operative.

The height of the working platform in relation to the width of the base is critical.

The normal acceptable ratio is:

MOBILE TOWERS USED INTERNALLY 3.5 TIMES THE MINIMUM BASE DIMENSIONS
MOBILE TOWERS USED EXTERNALLY 3.0 TIMES THE MINIMUM BASE DIMENSION

These recommendations are when all outriggers/ stabilisers are in a supporting position. If the
tower is exposed to movement, from the operations or are exposed to more than light winds
physical ties must be used.

Stabilizers/ outriggers may be used to increase the effective base size.

Towers with stabilizers or outriggers should be moved only after any necessary dismantling
to ensure that the height to platform level, is not more than 2.5 times the effective least
base dimensions.
Mobile tower scaffolds must have wheels fitted at base with a locking device. Tower/ mobile
scaffold should be moved only when empty.

Climbing, using the horizontal members of the frames is not permitted. Access should be
provided by attaching a ladder to narrow side or internally by providing inclined ladder.A level
surface should be provided for mobile towers.

46.3 Tower Scaffolds (Not Access Towers)

Stationery tower scaffolds from tube and fittings should be erected and used on firm
ground, fitted with metal base plates and, unless the foundations are concrete or other solid
material, the load should be spread by timber sole plates.
Bracing should be fitted at ledgers and transoms by right angle couplets, braced either by
Diagonal bracing in zigzag fashion to the full height of the tower on all four sides, or any
other designed method.

Pre-designed modular Tower Scaffolds may be preferred.

47.0 CONSTRUCTION GOODS HOISTS

Construction goods hoists must be installed and tested by a competent person in accordance
with the manufactures instructions.

An enclosure of at least 2metres high must be erected around the hoist way at ground level with
suitable gates giving access to the platform/ cage. Same system shall be used at every level.

Operator hoist must be competent and adequately trained.


All operations are conducted from a position outside the hoist at a point where they have a
clear view of the platform throughout its travel,
All gates are closed and unobstructed when the platform is in motion,
No one travels on the hoist platform,
The hoist is never left unattended with the engine running and the platform must be at
ground level when not in use, and effectively immobilized at the end of normal working
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 27 of 58

hours.
The safe working load must be clearly marked on the platform or cage and must not be loaded
more than safe working load. Proper notices should be displayed for the hoist.

Any loose materials, such as bricks, must be placed in containers.

48.0 LADDERS AND STAIRCASES

Ladders must be of good construction, sound material and made as per standard
specifications. Wooden ladders will not be permitted at site. Ladders shall be checked for
defects such as worn rungs, loose tie rods, and split or frayed feet.
Ladder can be put in use only after inspection and approval.

When a ladder is erected for use it must:

Have a good footing (level)


Be fixed at both top and bottom points of rest
Extend at least 36 above the top landing level

Ladders are a means of access, and they should not be used as working platforms.

Carrying of load while ascending and descending would not be allowed.

Ladders to scaffolding shall be clamped at a minimum of [two (2)] points and shall extend a
minimum of [1.0 m] above the level of the platform it accesses.

All Staircases should have guardrails (Waist and Knee rails) till permanent parapet or railings
are installed.

Rope ladders may be used in special cases along with fall arrestor.

49.0 WORK PLATFORMS

49.1 All works to be carried out at a height greater than [2.0m] above the ground level must be
performed from a properly constructed and maintained working platform.
Safe access to all points of work should be provided in the form of suitable ladders/ stairways
located at appropriate interval, which should not be more than 15 mtr.

49.2 The working platform shall be,

Closely boarded with well-secured and tied m.s. gratings or 2 thk planks.
At least [0.7m] wide if used only as a footing,
If used to store materials the width of the platform should be plus [0.7m] in addition to
existing,
Provided with toe-boards of minimum [0.15m] in height,
Provided with handrails at 1010 mm height and knee rails 550 mm height above the board,
Constructed as close to the structure or building as possible with adequate back ties.

All working platforms shall be kept clean and free from grease, oil, rubble, debris or rubbish to
ensure safe movement for personnel performing the works.

50.0 ELECTRICITY

The contractor shall appoint a competent person with a valid state approved license to the
satisfaction of the engineer, on site who will be responsible for the control of all maintenance
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 28 of 58

and repairs to any electrical switchboard, distribution board, hand tools, etc.

50.1 Power Supply

If the owners supply electricity, it will be provided at one point, which would be determined by
the engineer. The supply would be of 230V, 50Hz, and single phase or of 415/ 433V, 50Hz,
three phase. Power distribution beyond this point shall be through armoured cable only. No
deviation on this would be permitted. The provision of all connections and equipment required
beyond this point shall be responsibility of the contractor.

50.1.1 All power distribution cables should be taken overhead with sufficient headroom.

50.1.2 All switch boards, extension boards, etc. should be protected from rain and water. No water
logging should be allowed around switchboards.

50.1.3 Earth leakage, Circuit breakers should be provided on all distribution boards and main
switchboards. Single switch multiple socket system would not be permitted.

50.1.4 All fuses shall be of good quality and confirm to correct ratings, use of makeshift wires or.
Conductors as fuse wire is strictly prohibited

50.1.5 Electrical maintenance workman must use wooden platforms insulated tools and rubber boots.
Working on energized circuit/ live wires would not be permitted.

50.2 Electrically Operated Hand Tools

All electrically operated hand tools and cables would be periodically inspected by the contractor
and properly earthed prior to their use.

50.2.1 Use of lighting circuits for portable tools shall not be permitted.

50.2.2 Portable tools shall not be used near inflammable vapor or gases.

50.2.3 At no time shall two or more power tools be connected to a single power plug.

50.3 For circuits having voltage over 250 V suitable warning labels should be posted such as
Danger-440V boards also shall be displayed during the repairs / maintenance.

50.4 Connections to/from Owners Power Sources

Before connecting any electrical equipment to any power source or removing / rerouting any
cable, belonging to the Owner approval to be taken from client / consultant engineer.

50.5.1 Care of Cable

50.5.2 Periodic check shall be carried out for defective cables, cracked or perished insulation, loose
joints in conduits, damaged fuse boxes and switchboards, loose pins, faulty sockets and
defective earth wire. Kinking, twisting, binding or crushing of cables shall be avoided all the
time. No electrical equipments shall be left open or unsecured at the end of the days work.

50.5.3 Work at Night

For working at night adequate supervision, lighting shall be ensured by the contractor.
Contractors employees will not be allowed to work on circuits at night unless special
permission to the contrary has been obtained from the engineer.

50.5.4 Work permit and isolation of the electrical system before taking up the work would be
necessary for all works of electrical maintenance.

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 29 of 58

Temporary site supplies and permanent installation should be installed in accordance with The
Indian Electricity Rules and other relevant Indian Standards.
Before work commences, an assessment of the following characteristics of the proposed
installation are :

Purpose, supplies and structure


External influences
Compatibility of equipment
Maintainability of equipment

The inspections and tests required to be done before starting, are listed in IS-732 Part-III and
Part I Section 10 of National Electrical Code (NEC) but the construction site user should satisfy
himself that the tests have been carried out. Written certificates should be completed for these
tests.

The following are general safety rules to be followed:

Low voltage 24V equipment should be used in confined spaces


Electrical equipment used in flammable atmosphere should be of flameproof construction.
Whenever work is to be done on an electrical circuit, the circuit should be isolated.
All temporary electrical cables should be buried to a depth of two feet or laid overhead to a
height of 10 feet.
If electrical wires laid on the surface should be protected from damage due to vehicles
passing on them / mechanical damage.
Proper plugs should be used for tapping power supply. Inserting the leads into the sockets
would not be allowed.
Hand lamps should be provided with guards over the bulb to protect from mechanical
damage.

51.0 WELDING SETS

As far as possible D.C. Generator sets / Rectifiers should be used in preference to A.C.
Transformer sets.

51.1 The contractor shall get welding sets certified by the Owners Elec. Engineer before start of
work and shall obtain a certificate valid for a period of three months renewable after every three
months.

51.2 A copy of the certificate shall be displayed on respective welding sets.

51.3 The length of supply cable to welding set shall not exceed 5 Meters and the body of the welding
set shall be properly earthed.

51.4 Fire extinguisher shall always be carried with each welding set, preferably a dry chemical
powder type.

51.5 Welding DG sets must have spark arrestors fitted on exhaust.

52.0 COMPRESSED GASES AND COMBUSTIBLE LIQUIDS

52.1 Gases

Valve protection caps over the cylinder shall be provided while not in use.
All compressed gas cylinders shall be used, stored and transported in an upright position.
Compressed gas storage facilities shall be positioned at a sufficient distance from work
area, offices and roads in such a manner as not to cause a hazard to employees, facilities
and/or other contractors.
Cylinders should be stored in suitably designed racks, which must have chains so that any
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 30 of 58

number of cylinders can be securely and safely stored.


Signs indicating the contents with separate storage for full or empty shall be displayed.
Warning signs must be posted - DANGER - HIGHLY FLAMMABLE - NO SMOKING OR
NAKED FLAME. Fire extinguisher shall be located within accessible distance.
Oxygen cylinder shall be separated from other combustible gas, oil or grease.
The storage of gas cylinders shall be according to statutory regulations pertaining to the
use of industrial gases and gas cylinder rules.

52.2 Combustible Liquids

Flammable and combustible liquids must be stored in a metal storage cabinet with a
prominent notice - FLAMMABLE - NO NAKED FLAME.
The area should be well ventilated and free from flammable material
Suitable fire extinguishers must be located adjacent to the cabinet.
Code of practice for storage of compressed gases and combustible liquids shall be
followed.
Full cylinders must always be stored in an area away from empty ones, and all cylinders
secured in an upright position.
All cylinders, valves and equipment shall free from oil and grease, secured in an upright
position and when not in use have the valves shut with cap on.
Under no circumstances oxygen cylinders be stored with liquefied petroleum gas cylinders,
or within three meters of an LPG storage area.
Cylinders must be stored in an area, which is under cover to protect them from extreme
wealth, well ventilated, and away from flammable materials, solvents or excessive heat.
Storage in such a position to be easily moved in the event of a fire.
Cylinders should not be subjected to rough treatment, if moved by mechanical means then
a cradle or strip must be used lifting, by the neck or valves is not permitted.

Acetylene Cylinders

Storage precautions are the same as for oxygen cylinders with additional points to observe.

Acetylene should be kept away from copper and alloys containing more than 70% copper.
Must be stored and used in well-ventilated areas due to a narcotic effect if inhaled.

Check the code of practice for storage of gas cylinders.

53.0 COMPRESSED AIR

Air receivers / compressors shall be:


In good condition and properly maintained.
Individually identified and marked with their safe working pressure.
Be accompanied by a valid test certificate.
Fitted with a properly set pressure relief valve.
Examined and the pressure relief valve tested by an independent examiner at yearly
intervals.
A register containing relevant details about the air receivers, compressors shall be
maintained at site such as identification numbers, dates of inspections, pressure ratings
etc.
All compressed air fittings shall be wired and/or restrained to prevent them from whipping
should the coupling separate.
Only hose clamps designed for compressed air service shall be used. Worm drive (jubilee)
clips are not acceptable.

COMPRESSED AIR MUST NEVER BE USED FOR CLEANING CLOTHES

54.0 WELDING AND CUTTING (CHECK IF A PERMIT IS REQUIRED)

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 31 of 58

Safety procedures for welding and cutting have been elaborated below,

Gas cylinders used in cutting and welding shall: (follow all safety procedures mentioned for
oxygen / acetylene gas cylinders).

When handling cylinders, ensure hands, clothes, gloves, etc. are free from oil, dirt, grit and
grease. Under no circumstances oil shall be allowed to contaminate a cylinder containing
oxygen.
All gas and oxygen regulators shall be fitted with flashback arresters, being non-return
valves designed to prevent an explosive mix developing in either cylinder, they are must
before use.
Prior to use, all equipment shall be thoroughly checked to ensure tight connections,
condition of hoses and gauge.
The welders shall wear good quality insulated welding gloves and use proper welding
shields for eye protection and welding holders shall be of insulated type with finger guard.
The helper engaged with the welder should also have proper eye protection. Holding a piece
of broken colored glass is not permitted.
When not in use, power supply to the holder and electrode must be turned off.
Work area beneath or adjacent to fabrication of welding works shall be made free from
combustible materials, and cordoned-off to prevent personnel being injured by weld spatter
or
Molten metal. Placing of cylinders directly beneath the work area shall not be permitted.
Hoses to be protected from damages.
Flashback arrestors and hose check valves should be fitted to both oxygen and fuel gas
regulators and manifolds. Acetylene manifolds must be fitted with an effective flashback
arrestor.

Good ventilation must always be provided during gas welding works.

55.0 LIFTING OPERATIONS

Lifting machine, chains, ropes and lifting tackles used by the contractor on site must conform to
the following,

All parts must be of good construction, sound material, and adequate strength and free from
defects.
Must be properly maintained, thoroughly examined and load tested by the contractors
competent person regularly.
No lifting machine and no chain, rope or lifting tackle should, except for the purpose of test,
be loaded beyond safe working load and this safe working load must be plainly marked on
the gear concerned.
No lifting shall take place during high wind velocities, heavy rains, inadequate lighting.
All lifting / rigging plans must have proper written approval from consultant.

The contractor shall offer his tools and tackles for inspection and approval of owners Engineer/
Supervisor before start of work. Contractor shall produce valid Test- Certificates from Govt.
approved certifying authorities for all of his lifting gear and hoists (Slings, chains, hooks, chain-
pulley blocks, winches, hoists, cranes, etc.) as well as Electrical, Pneumatic and Hydraulic
equipment and appliances.

These certificates shall be retained at the site with the contractors Supervisor/ Site-in-charge
for subsequent spot checks also.

56.0 CRANE & RIGGING

The contractor shall appoint a suitably qualified and experienced person to act as supervisor for
rigging and lifting works. His responsibilities shall include preparation of the rigging plan, and
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 32 of 58

the safe rigging and lifting of the load at work site.

All works involving the use of a crane shall be properly planned in advance and a rigging study
carried out to ensure that,

The crane is capable of lifting the load, given the known working radius, boom length, weight
of the load, etc.
The condition of the ground at the crane location is satisfactory to support the crane and the
load;
The rotation of the cab, and therefore the boom is not restricted
Suitable matting or plates are available to protect underground services and paving
All slings, shackles, hook, etc., of the correct rating are available and in good condition (i.e.
without lapping, knots or artificial extensions).

Crane hooks shall be fitted with properly functioning safety clips to prevent the displacement of
the sling from the hook during the lift.

For wheeled cranes outriggers shall be used for each lift, regardless of the size, shape and load
always be fully extended.

Shackles shall be complete with the original pin and under no circumstances shall a substitute
bolt be fitted.

A trial lift shall be carried out, raising the load a short distance above its pick-up point, to check
the stability of the crane, and the efficiency of the brakes.

Only one person, usually the Supervising Rigger, shall give instructions to the crane operator.

At no time whilst the cranes machinery is running, shall the operator leave the cabin.

At no time whilst a load is suspended shall the cranes engine(s) be intentionally turned off.

At no time whilst a load is suspended, shall personnel perform any works directly beneath.

Particular consideration to the presence of low-level structures such as pipe badges shall be
given where crane is to move about the site.

Consideration shall be given to prevailing weather conditions, and where a greater than normal
risk exists, the lift shall be postponed until more favorable condition develop.

The training, skill and experience of the crane operator and crew is important element of a
properly organised lifting operation. For day-to-day routine crane operations, careful selection
of the most suitable type of crane, plus the establishment of a safe system and method of work
would be essential.

The statutory provisions, which apply to lifting operations during construction operations, are
contained in Building & Other Construction Workers (Regulation of Employment and
Conditions of Service) Act 1996 and Rules, 1998.

Every contract agreement for a Contract Lifting Operation should state the following:

That all work will be carried out in accordance with safe practices, and that the contractor
will appoint one person to have overall control of the Lifting Operation

The following item should be checked before allowing the crane to work:

Certificate of Testing and Examination issued by a competent person as per statutory rules.
Record of the periodic inspections on the crane, signed by a competent person of
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 33 of 58

contracting agency.
That the lifting equipment to be used are suitable for the job and that the test certificates for
such items are available.
The crane hook is provided with safety catch.

Loads should only be moved when the signaler can see the load and communicate with the
driver.

Copies of the sling chart and safe working load tables shall be used.
The counter weight of the crane and boom movement area shall be cordoned off.
No one should ride on load being slung.
Tag lines should be used to control load swinging.
Load shall not be lifted if there are knots / kinks in the slings.

Lifting Gear

The severe usage to which lifting gear is often subjected, may result in failure, it is important
that attention be paid to the correct use and maintenance of such lifting gear. This can best be
achieved by:

Good design and workmanship


Careful testing and inspection after manufacture or repair and regular maintenance.
Detailed planning, correct and careful use of the gear and storage under cover

When U clamps are used on wire rope slings the rounded portion of U clamp shall be on the
free end of the wire rope. Minimum 3 nos of U clamps shall be used for splicing and more
clamps required depending upon the diameter.

The Safe Working Load (SWL) markings on an item of lifting equipment shall be inspected
before it is used. These numbers are normally stamped on to the master eye or ferrule of slings
and the body of eyebolts, shackles, etc. Alternatively, metal tabs, which bear this information,
may be fitted to slings. On web slings the information may be on a label stitched into the sling,
normally at the eye, and they may be additionally color coded to identify SWL.

57.0 MANUAL HANDLING

Building & Other Construction Workers (Regulation of Employment and Conditions of Service)
Act 1996 requires employers to make a suitable and sufficient assessment of the risks to the
health and safety of their employees while at work. Where this general assessment indicates
the possibility of risks to employees from the manual handling of loads the requirements of the
present regulations should be observed, as follows:

Avoid hazardous manual handling operations so far as is reasonably practicable


Assess any hazardous manual handling operations that cannot be avoided, and reduce the
risk of injury so far as is reasonably practicable

Where, load-handling operations are essential, consideration should be given to the use of
mechanical handling, for example by the use of lifting appliances or fork lifts. The contractors
should consider the use
of such mechanical aids at the planning stage of their activities. Capability of employees to
follow the advice in case of material handling should be considered in making assessments.

58.0 ABRASIVE WHEELS

Before any abrasive wheel/disc/cutter/side grinder is mounted on a grinding machine. The


person mounting the wheel shall be fully trained and competent to do the job.
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 34 of 58

Selecting the right abrasive wheel for a particular application is critical. Check for expiry date.

Only reinforced resin-bonded or resin-bonded abrasive wheels must be used with portable
grinding machines. As the most serious injuries involving abrasive wheels occur when wheels
burst and flying fragments strike people in the vicinity.

Grinding machines are marked with the maximum working speeds of their spindles, whilst
abrasive wheels are marked with the maximum speed at which they may be operated. They
should be compatible.

Eye protection shall be worn during all grinding operations. Protection for those not involved in
the operations shall also be protected by the erection of screens, or barriers to keep personnel
out of the danger zone.

59.0 WORK IN CONFINED SPACES

A confined space is any enclosed or partially enclosed area where there is a possibility that the
atmosphere or conditions may become injurious to health and safety of persons entering. The
danger may be as a direct result of a process being undertaken by persons within the confined
space or:

Oxygen enrichment
Oxygen deficiency
Flammable atmosphere
Accumulation of flammable or toxic fumes

All entry into confined spaces shall be controlled by means of a "permit to work". Persons
authorising entry into confined spaces must have the necessary competence to issue any
permits, and to check for contamination and/or dangerous atmospheres.

Entry Requirements:

Safety precautions, restrictions of the operations and personal protection will be identified on
the permit to work. Check if retrieval/harnesses are required. A standby man is required
outside the confined space. Air/ Gas detectors/ monitors will normally be required.

60.0 CONTRACTORS TOOLS & EQUIPMENTS

The following four basic principles shall be applied to and govern the safe use of hand and
power tools and principles are:

Choose the right tool for the job;


Use only tools in good conditions;
Use the tools correctly.

High speed rotating equipment, such as grinders, shall be fitted with protective guards.

Spark arresters shall be fitted to all equipment exhausts where a risk of combustible gases in
the atmosphere exists.

Electrical trip switches must work effectively and must not be removed or bypassed.
Contractors shall provide suitable storage with suitable racks and bins for storing tools and
equipment.
The contractor shall nominate or employ the services of a competent qualified electrician to
inspect and tag electrical power hand tools transformers, distributing boards, extension
cables etc on an at least quarterly basis. The tag shall display name, signature of the
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 35 of 58

individual inspecting the tool, date of inspection.


The contractor shall keep, on site, a register of all electrical power hand tools in use giving
all relevant details about the tool and its inspection.
No electrical powered hand tool shall be used other than it is tagged with a current
INSPECTION tag.
All electrical leads must be connected to the power source through standard industrial
waterproofed plugs and sockets, which shall be in good condition.
While working at higher elevation, adequate precaution to be taken to ensure that they do
not fall down.
Metal body of all tools shall be properly earthed.
For work near flammable material or flammable atmosphere, special tools made of non-
ferrous metals for the purpose shall be used to avoid sparking.

61.0 SUSPENSION OF WORK

If the contractor is found by the engineer not complying and or persisting in non-compliance
with safety requirements or with statutory obligations, the engineer may suspend his work at
any time by notice, in writing, and the work shall not be resumed unless and until the engineer
shall cancel in writing his suspension order. The Engineers decision in this matter shall be final.
No claims arising from such suspension shall be made by contractor.

62.0 LIQUIDATED DAMAGES

The contractor shall take full care to implement provisions of HSE requirements. In case if the
contractor is persisting with non-compliance consultant / Owner would take action against the
contractor after giving a reasonable time to improve. Liquidated Damages in such case would
be up to 10% of Contract value.

63.0 SPECIAL CONDITIONS

63.1 Normal Timings For Work

The normal duty timings for contractor employees shall be between 08:00 Am and 04:30
Pm
Contractor employees would not be allowed to work on Sundays and Refinery Holidays.
Any deviation from above shall be with permission from Engineer-in charge / HPCL
representative.

63.2 Penalties For Non-Compliance Of Safety Systems And Procedures.

To ensure the compliance of Safety procedures by the contractor work force deployed
penalty will be levied if any non-compliance / deviations to permit conditions / safety rules is
found. The job will be stopped, Gate pass / work permit from the contractor supervisor will
be taken.
After ensuring compliance to requirement, job engineer / location in-charge will return the
permit to the contractor and advice him to start the job. The job engineer will ensure that
the amount is recovered from the contractor. Contractor pays the amount to the Refinery
cashier on the same day or next day, obtains cash receipt and hands over to the job
engineer in charge. Code will be : 48000001.582040

Penalties for non-compliance of safety system and procedures

 Non-usage of safety Helmets / Safety shoes / goggles : Rs.100/-

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 36 of 58

 Non-usage of safety belts : Rs.200/-

 Non-provision of basic safety requirements such as ELCB, Usage of more than 24V
Power/uncertified tools : Rs.200/-

 Non-provision of fire-fighting systems : Rs.200/-

 Non-barricading of area while rigging, digging etc. : Rs.100/-

 Working without valid work permit : Rs.300/-

 Unauthorized road closure / blockage : Rs.200/-

63.3 Non- Police Verification.

Contractor who engages laborers for his jobs in the refinery must submit police Verification
of antecedents of labors engaged by him.

63.4 Guidelines For Determining The Medical Fitness For Contractor Employees.

Medical examination will be conducted by the doctor having qualification included in


schedule to Indian Medical Degree Act of 1916 or n the schedules to the Indian Medical Act
1956 and Registered with Maharastra Medical Council.

Norms and standards for medical fitness.

 Good mental and bodily health and a fit constitution

 Free from physical defect or abnormality, congenital, or acquired, likely to interfere with
the efficient performance of duties.

 No evidence of mal-development- physical or mental.

 Joints and loco motor functions are within normal limits.

 Height And Weight: Standard for height and weight, so long as relaxation does not
impede the performance of the job.

 Chest: Acceptable chest measurement at full expiration will be 79cms (relaxable by


5cms) and minimum expansion of 4cms. This is not applicable for female candidates.

 The candidates eyes will be tested and the result of the tests recorded. The candidates
eyes will be subject to a general examination directed to detect any disease or
abnormality. The candidate will be rejected if he / she suffers from morbid condition of
eyes, eyelids of contiguous structures of such a nature as would render him / her unfit
for service at the time of appointment or in a future date.

 Color blindness, not permissible: Color blindness for the following jobs like employment
in manufacturing, maintenance, Technical services, Chemist, draughtsman, crane
operator, drivers of all category, Nurse, nursing assistance, fireman, security, doctor,
materials management etc. and the jobs where perception of color is considered
essential.

 Ear / nose / throat: The candidate should be free from signs or systems of ear / nose/
throat diseases.

 Blood Pressure (BP): The normal limit of blood pressure will be assessed as
1.7.9.1 9/30/2009 10:41 AM
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 37 of 58

normotension <140 SBP and < 90 DBP. Candidate diagnosed, as a case of


hypertension will be declared unfit.

 Skin disease: Candidate suffering from leprosy or chronic inveterate skin condition will
be declared unfit. Vitiligo cases are acceptable.

 Venereal diseases: Candidates who have suffered or are suffering from venereal
diseases will not be declared fit unless detailed examination of urethral smear and
serological test proves negative,

 Fits: Candidate suffering from epilepsy (seizure disorder) will be declared unfit.

 Pregnancy: If at any time of medical examination a candidate is pregnant, she will be


declared temporarily unfit until she has completed six weeks after confinement /
miscarriage and the candidate will be required to undergo medical examination of
fitness.

 Signs of mental retardation will render candidate unfit for employment.

 Defects: Congenital or acquired defects, if any / noticed, will be recorded on the


medical examination forms, with a clear opinion as to whether it is likely to interfere with
the effacement performance of the duties for which the candidate is under
consideration for employment.

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION Rev. A
FOR
DHT PROJECT FIELD HSE ACTVITIES Date: 7-Sep-09
44 LK 5100 SPECIFICATION NO. 44LK 5100 718/K.02/0006/A4 Page 38 of 58

64.0 ATTACHMENTS

A. Site Safety Organization Chart Page No. 39


B. Checklist Cum Safety Audit Report Page No. 42 to 43
C. Incident Report I & II Page No. 44 to 45
D. HSE Assurance Plan Page No. 47 to 50
E. HSE Training Activities Page No. 51
F. Monthly Health, Safety And Environment (HSE) Report Page No. 52
G. Monthly Safety Statistics Page No. 53
H. Incident Investigation Report Page No. 54 to 56
I. Legal obligations/Requirements for Construction Page No. 57 to 58

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI PART I
STANDARD SPECIFICATION FOR FIELD HSE ACTIVITIES
LEPCC SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 39 of 58

ATTACHMENT A

SITE SAFETY ORGANISATION CHART


OWNER
OWNER OWNER

JACOBS
PROJECT
MANAGER

CONSTRUCTION CONSTRUCTION
MANAGER SITE
SAFETY CONTROL SAFETY
SECTION SAFETY COMMITTEE
PERSONNEL

CONSTRUCTION
SUPERVISION
SECTION

CONTRACTORS
CONSTRUCTION
MANAGER

SAFETY CONTROL
SECTION SAFETY
PERSONNEL
CONSTRUCTION
SUPERVISION
SECTION

CONSTRUCTION
WORKFORCE
Jacobs
HPCL, MUMBAI PART I
STANDARD SPECIFICATION FOR FIELD HSE ACTIVITIES
LEPCC SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 40 of 58
ATTACHMENT B

CHECK LIST CUM SAFETY AUDIT REPORT

PROJECT SITE : OWNER :


PROJECT NO. : CONTRACTOR :
PLANT / BLDG. :

OBSERVER :

SIGNATURE :

ITEM LOCATION YES/ NO ACTION REQUIRED

HOUSE KEEPING
 OVERALL AREA CLEANED
 PASSAGE / WALKWAY CLEAR OF
OBSTRUCTIONS
USE OF PPE
 SAFETY SHOES
 SAFETY HELMETS
 SAFETY HARNESS
 SAFETY GOGGLES
 EAR PLUGS
 HAND GLOVES
 OTHERS

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI PART I
STANDARD SPECIFICATION FOR FIELD HSE ACTIVITIES
LEPCC SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 41 of 58

ATTACHMENT B

CHECK LIST CUM SAFETY AUDIT REPORT

ITEM LOCATION YES/ NO ACTION REQUIRED

EXCAVATIONS
 BARRICADES
 SHORING
 LIGHTING REQUIREMENT FOR NIGHT
 OTHERS
CUT OUTS/ OPENINGS
 PROPERLY COVERED
 PROPERLY GUARDED
 LIGHTING REQUIREMENT AT NIGHT
SCAFFOLDS
 RESTING ON FIRM GROUND
 ALIGNMENT AND BACK TIES IN LOCATION
 RAILINGS ADEQUATE
 TOE GUARDS PROVIDED
 SAFE ACCESS AVAILABLE
 ARE PLATFORMS CLEAR OF SLIP/TRIP HAZARDS
 OTHERS
LADDERS
 ARE STRONG AND SECURED
 IS INCLINATION PROPER
 ARE RUNGS FIRM AND EQUALLY SPACED
 DOES LADDER EXTEND 1.0 MTR.
BEYOND LANDING LEVEL
 DOES IT HAVE SPLICES/ LAP JOINTS
 OTHER

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI PART I
STANDARD SPECIFICATION FOR FIELD HSE ACTIVITIES
LEPCC SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 42 of 58
ATTACHMENT B

CHECK LIST CUM SAFETY AUDIT REPORT

ITEM LOCATION YES/ NO ACTION REQUIRED

TEMP. CONSTRUCTION POWER


 DOES CABLING PROVIDE PROPER HEAD
ROOM
 DOES CABLE IS POSING TRIP HAZARDS
 WHETHER INSULATION DAMAGED
 ARE CIRCUIT BREAKERS/FUSES PROVIDED
 IS EARTHING ADEQUATE
 ARE THERE ANY LOOSE CONTACTS
 ARE JOINTS/CONNECTORS UNPROTECTED
 WHETHER PROPER PLUG SOCKETS /
PINS USED
WELDING / CUTTING
 WHETHER SCREENS/ SHIELDS USED
 WHETHER FLASH BACK ARRESTER
USED FOR GAS CYLINDERS
 ARE CABLE AND HOSES OBSTRUCTING
MOVEMENT
 WHETHER GAS CYLINDERS KEPT UP- RIGHT
AND TIED
 ANY FLAMABLE MATERIALS AROUND
 ARE FIRE EXTINGUISHERS ACCESSIBLE

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI PART I
STANDARD SPECIFICATION FOR FIELD HSE ACTIVITIES
LEPCC SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 43 of 58

ATTACHMENT B

CHECK LIST CUM SAFETY AUDIT REPORT

ITEM LOCATION YES/ NO ACTION REQUIRED

EQUIPMENTS, TOOLS AND TACKLES


 CABLES/ CORDS/ SWITCHES IN GOOD
CONDITION
 INSPECTION AND MAINTENANCE LOG
MAINTAINED
 OTHERS
HYGIENE AND HEALTH CONDITIONS
 PROPER ACCESS TO LABOUR CAMPS
 PROPER SANITATION AT SITE AND
LABOUR CAMPS
 PROPER LIGHTING IN LABOUR CAMPS
 FACILITY OF DRINKING WATER
 FIRST AID FACILITY
 ARRANGEMENTS OF MEDICAL FACILITY
 AVAILABILITY OF CRETCHES FOR
CHILDREN

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION PART I
FOR
LEPCC FIELD HSE ACTVITIES SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 44 of 58

ATTACHMENT C

INCIDENT REPORT-- I

Project:

Name of Contractor: Name of Work:

INCIDENT REPORT--I

A. Date of Incident: ..................................................................................................

B. Time of Incident: ..................................................................................................

C. Plant/ Building/ ..................................................................................................


Area of Incident: ..................................................................................................

Type of Injury: Recordable Lost Time Fatal

D. Persons injured (Nos.): ......... ......... ........

E. First Aid given to (Nos.): ......... ......... ........

F. Shifted to Hospital (Nos.): ......... ......... ........

G. Hospital Name/ Location: ..................................................................................................


..................................................................................................

H. Details of Items/ Eqpt. Damaged: ..........................................................................................


...........................................................................................
I. Reasons of accident: ..........................................................................................................
........................................................................................................................................................
................................................................................................................................. ......
................................................................................................................................................
J. Name, Age and Address of the injured person.

Safety Officer Site Manager

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION PART I
FOR
LEPCC FIELD HSE ACTVITIES SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 45 of 58

ATTACHMENT C

INCIDENT REPORT-- II

Project:

Name of Contractor: Name of Work:

INCIDENT REPORT-- II

All dangerous occurrences, incidents and damage to equipment and / or property to be recorded below,

Details of Incident:

Damages to the property / equipment:

Reasons :

Were Personnel involved? - .............................................................................

Personal injury report completed? - .............................................................................

Date & Time of incident - .............................................................................

Exact location - .............................................................................

To whom reported - .............................................................................

Reported by - .............................................................................

Names & Addresses of witnesses: 1. .............................................................................

.............................................................................

2. .............................................................................

.............................................................................
Statement of Supervisors

Safety Officer Site Manager

Date:

1.7.9.1 9/30/2009 10:41 AM


Jacobs
HPCL, MUMBAI PART I
STANDARD SPECIFICATION FOR FIELD HSE ACTIVITIES
LEPCC SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 47 of 58

ATTACHMENT D

HSE ASSURANCE PLAN

Frequency Extent of Checking


Sr. Activity Operating Checking Contractors Consultant Owner Remarks
No Area Safety Safety
Engineer Supervis Officer
or
1 HSE Policy Communicate to Once in the As applicable Review Contractor
all working at beginning. imple- to submit.
Project site. mentation
system
2 Safety committee Through meetings To be formed consisting Owner, consultant, Contractor and Representatives of
at predefined workers.
interval.
3 Training (Induction and For everyone As per Training Matrix Entry
Periodic) passes to
be issued
only after
induction.

4 Reporting
4.1 Safety Statistics Monthly Monthly NA NA Monthly Monthly
4.2 Weekly First Aid and Illness Weekly Weekly DC Weekly Once a RAN
Reports Week
4.3 Labour Report with Workhours Daily Daily Daily Daily Daily RAN
4.4 Accident Reports NB As applicable

4.5 Investigation Report NB As applicable

1.7.9.1
Jacobs
HPCL, MUMBAI PART I
STANDARD SPECIFICATION FOR FIELD HSE ACTIVITIES
LEPCC SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 48 of 58

ATTACHMENT D

HSE ASSURANCE PLAN

Frequency Extent of Checking


Sr. Activity Operating Checking Contractors Consultant Owner Remarks
No Area Safety Safety
Engineer Supervis Officer
or
5 Statutory requirements Regular Once in 3 NA NA Monthly Once in
(Registration, Records of months Quarter
Payment, Licenses)
6 Facilities
i First Aid Regular RAN N.A Daily RAN Once in a
Month

ii Emergency care services Advance RAN N.A Daily Periodic N.B. Once in a
(Doctor, Ambulance) arrangement. Month

iii Medical examination (Pre & Regular Periodic N.A N.A Periodic N.B. Once in a
Periodic) Month

iv Temporary accommodation In the beginning. RAN N.A RAN RAN RAN

v Drinking Water tank Filling everyday, Through RAN N.A RAN N.B
cleaning once a Records
week.

vi Urinals & Latrines Daily sweeping RAN N.A RAN RAN RAN If applicable
arrangement.

vii Septic tank / Disposal system In the beginning. NB N.A RAN RAN RAN If applicable

1.7.9.1
Jacobs
HPCL, MUMBAI PART I
STANDARD SPECIFICATION FOR FIELD HSE ACTIVITIES
LEPCC SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 49 of 58

ATTACHMENT D
HSE ASSURANCE PLAN

Frequency Extent of Checking


Sr. Activity Operating Checking Contractors Consultant Owner Remarks
No Area Safety Safety
Engineer Supervis Officer
or
viii Mosquito control Once a week, Through N.A RAN RAN RAN If applicable
disinfecting records
arrangement

ix Crches for Children below 6 Required if 50 or RAN N.A Daily Monthly RAN
yrs. more females
employed at site

x Canteen Required if more RAN N.A Daily Monthly RAN If applicable


than 250 workers
are employed.

xi Waste disposal Daily RAN N.A Daily Monthly RAN

7 Fire fighting system NB Once in a N.A RAN RAN RAN


month

8 Traffic rules Daily Daily N.A DC RAN RAN

9 Use of PPE Daily Daily By all, regular basis.

10 Work permit system NB DC DC RAN RAN As applicable

11 Safety publicity Continuous Periodic N.A N.A DC RAN

12 Excavation NB NB DC DC RAN RAN NB

13 Cutouts / openings NB NB DC DC RAN RAN NB

1.7.9.1
Jacobs
HPCL, MUMBAI PART I
STANDARD SPECIFICATION FOR FIELD HSE ACTIVITIES
LEPCC SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 50 of 58
ATTACHMENT D
HSE ASSURANCE PLAN

Frequency Extent of Checking


Sr. Activity Operating Checking Contractors Consultant Owner Remarks
No Area Safety Safety
Engineer Supervis Officer
or
14 Barricading NB Daily DC DC RAN RAN

15 Scaffolds NB Regularly DC DC DTC RAN

16 Ladders NB Regularly RAN RAN RAN RAN

17 Welding / Cutting M/C. NB Once in 3 DC DC DC RAN NB


months

18 Elect. Hand tools & NB ---- DC DC RAN RAN NB


Distribution Boards.

19 Mechanical Equipment NB Once in 6 DC DC DTC RAN NB


months

20 Load tests For Heavy lifts. DC N.A DTC DTC Formal procedure
Required for heavy
Lifts

Note: 1. Contractors would be required to maintain records of inspection.


2. Contractor will comply with any additional checks asked by consultant during execution of work from time to time.
3. Consultant / Owner will have right to increase extent of checks.

Legends DC : Detail checking (100%),


DTC : Check in detail for critical items,
RAN : Random verification,
NB : Need based (involving co-ordination with Owner).
NA : Not applicable

1.7.9.1
Jacobs
HPCL, MUMBAI PART I
STANDARD SPECIFICATION FOR FIELD HSE ACTIVITIES
LEPCC SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 51 of 58

ATTACHMENT E

HSE TRAINING ACTIVITIES

Sr. Activity Training Hours Month-wise Remarks


No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1 Induction Daily

2 Toolbox Talks Daily

3 Fire Fighting Four times over


Project period
4 First Aid Two times

5 Emergency Every Quarter


Response
6 Risk Analysis For every new
activity
7 Safe Plan of Action For all activities

N.B. : Contractors to conduct for Labour as well as Supervisor / Engineer.

1.7.9.1
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION PART I
FOR
LEPCC FIELD HSE ACTIVITIES SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 52 of 58

ATTACHMENT F

MONTHLY HEALTH, SAFETY & ENVIRONMENT (HSE) REPORT.

(To be submitted by each Contractor)

Date of Starting Work: For the month of:

Project :

Name of Contractor: Name of Work:

Sr.
Item This Month Cumulative
No.
1 Total Strength (Staff + Workmen)

2 Number of HSE meetings organized at


site
3 Whether workmen compensation policy
taken
4 Whether workmen compensation policy is
valid
5 Whether workmen registered under ESI
Act
6 Number of Fatal Accidents

7 Number of Lost Time Accidents (other


than Fatal)
8 Other accidents (Non Lost Time)

9 Total No. of Accidents

10 Total work-hours worked

11 Accidents without Injury (Dangerous


occurrences)
12 Compensation cases raised with
Insurance
13 Compensation cases resolved and paid to
workmen

Remarks :

Please mark : Yes or No in Item No. 3, 4 & 5.

Safety Officer Site Manager

1.7.9.1
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION PART I
FOR
LEPCC FIELD HSE ACTIVITIES SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 53 of 58

ATTACHMENT G

MONTHLY SAFETY STATISTICS

Project: Period:

Name of Contractor: Name of Work:

Number of Personnel on Site: Total Hours Worked:

SUMMARY

Number of Fatalities

Number of Recordable Incidents

Number of Lost Time Incidents

Number of First aid Cases

CLASSIFICATION OF CAUSE I* R* LT* F*

1. Falls of Persons -

2. Falls of Materials -

3. Trench Collapses -

4. Transport including Mobile Cranes -

5. Handling Materials -

6. Stepping on or striking objects -

7. Hand Tools (other than power driven) -

8. Mechanical Equipment including


power tools -

9. Electricity -

10. Toxic or harmful substances -

11. Fire or Burns -

12. Other causes (specify as appropriate) -


Total
*
I : Safety Incident R = Recordable
LT : Lost time F = Fatal

Safety Officer Site Manager

1.7.9.1
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION PART I
FOR
LEPCC FIELD HSE ACTIVITIES SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 54 of 58

ATTACHMENT H

INCIDENT INVESTIGATION REPORT

GENERAL DATA:

1. Date of incident:

2. Time of incident:

3. Place of incident (area & location)

4. Classification of incident (Fatal, LT,


RI, potentially major)

5. Type of incident? (Fall from height,


electric shock etc.)

6. Was anyone injured?

7. If so, please give following details (if


several people injured, attach a
separate sheet for each)
a) Name:
b) Company:
c) Gate pass no.:
d) Date of entry at site:
e) Age:
f) Sex:
8. Was any property damaged?

9. If, yes please give details

10. Were there any witnesses?


a) Name:

b) Activity at the time of the incident:

11. Who is the responsible area


supervisor?

1.7.9.1
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION PART I
FOR
LEPCC FIELD HSE ACTIVITIES SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 55 of 58

ATTACHMENT H

INCIDENT INVESTIGATION REPORT Contd...

RESPONSE AT THE POINT OF INCIDENT

12. Who saw the incident first?

13. Who else was present? (name)

14. What was the response at the point of


the incident?

15. Was the area secured?

16. Was the nurse called?


a) Who called the nurse?
b) When was the nurse called?
c) When did the nurse arrive at the
point of the incident?
17. Did the nurse proceed directly to the
point of the incident?
18. Did the nurse bring the first aid kit?
19. Was treatment administered at the
point of the incident?
a) By whom?
20. Was the person giving treatment first
aid qualified?
21. Was the person taken to the first aid
center?
22. How was the injured person
transported to the first aid center?
23. Was a path cleared to evacuate the
injured person?

24. Was the ambulance used?


a) Who called the ambulance?

b) When was the ambulance called?


c ) When did the ambulance arrive?
d) Were the ambulance and driver
ready when called?
e) Were clear directions given to
direct the ambulance to the point
called?
f) Was a path cleared for the
ambulance?
g) Did the ambulance proceed directly
to the injured person?

1.7.9.1
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION PART I
FOR
LEPCC FIELD HSE ACTIVITIES SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 56 of 58

ATTACHMENT H

INCIDENT INVESTIGATION REPORT Contd...

FIRST AID CENTRE TREATMENT

25. Was treatment given in the first aid


center?
26. What treatment was given?

27. Was the nurse able to treat the injured


person?
28. Was the first aid center properly
equipped?

OFFSITE TREATMENT

29. Was treatment given offsite?


30. Where was treatment given offsite?
31. How was the injured person
transported to the offsite location?
32. Was the ambulance used?
a) Who called the ambulance?
b) When was the ambulance called?
c) When did the ambulance arrive?
d) Were the ambulance and driver
ready when called?
e) Were clear directions given to
direct the ambulance to the point
called?
f) Was a path cleared for the
ambulance?
g) Did the ambulance proceed directly
to the point of offsite treatment?
33. When did the injured person leave for
the offsite treatment location?
34. When did the injured person arrive at
the offsite treatment location?
35. What treatment was given?

1.7.9.1
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION PART I
FOR
LEPCC FIELD HSE ACTIVITIES SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 57 of 58

ATTACHMENT I

LEGAL OBLIGATIONS / REQUIREMENTS FOR CONSTRUCTION

 Building and other Construction Workers Act, 1996.

 Buildings & other Construction Workers Welfare Cess Act, 1996.

 Contract Labour Act, 1970.

 Employees Provident Fund & Miscellaneous Provisions Act, 1952.

 Employees State Insurance Act, 1948.

 Fatal Accidents Act, 1855.

 Labour Laws Act, 1988.

 Minimum Wages Act, 1948.

 Payment of Bonus Act, 1965.

 Personal Injuries (Compensation Insurance) Act, 1963.

 Public Liability Insurance Act, 1991.

 Weekly Holidays Act, 1942.

 Workmen Compensation Act, 1923.

 Environment (Protection) Act, 1986.

 Employers Liability Act, 1938.

 The Factories Act - 1948 also applies in part.

1.7.9.1
Jacobs
HPCL, MUMBAI STANDARD SPECIFICATION PART I
FOR
LEPCC FIELD HSE ACTIVITIES SECTION 6.0
44 LK 5100 SPECIFICATION NO. 44LK 5100 701/K.02/0004/A4 Page 58 of 58

ATTACHMENT I

IS CODES FOR PPE

 IS : 1179 - 1967 Equipment for eye and face protection during


welding.

 IS : 1989 -1986 (Part - I & III) Leather safety boots and shoes.

 IS : 2925 -1984 Industrial Safety Helmets.

 IS : 3521 - 1983 Industrial Safety belts and harness.

 IS : 3778 -1975 Rubber knee boots.

 IS : 4770 -1968 Rubber gloves for electrical purposes.

 IS : 5424 - 1969 Rubber mats for electrical purposes.

 IS : 5557 -1969 Industrial and Safety rubber knee boots.

 IS : 5983 -1978 Eye protectors.

 IS : 6519 -1971 Code of practice for selections, care and repair


of Safety footwear.

 IS : 6994 -1973 (Part - I) Industrial Safety Gloves.

 IS : 8519 - 1977 Guide for selection of industrial safety equipment


for body protection.

 IS : 8520 - 1977 Guide for selection of industrial safety equipment


for eye, face and ear protection.

 IS : 8990 - 1978 Code of practice for maintenance and care of


industrial safety clothing.

 IS : 9167 - 1979 Eye protectors.

 IS : 9623 - 1980 Recommendations for the selection, use and


maintenance of respiratory protective devices.

 IS : 10667 - 1983 Guide for selection of industrial safety equipment


for protection of fool and leg.

 IS : 11226 -1985 Leather Safety footwear having direct moulding


sole.

1.7.9.1
DHT PROJECT

OF

HINDUSTAN PETROLEUM
CORPORATION LIMITED
AT

MUMBAI

SECTION. 1.8

PRICING SCHEDULE
HPCL, MUMBAI PREAMBLE TO SCHEDULE OF RATES Section 1.8.1
DHT PROJECT CIVIL & STRUCTURAL WORKS FOR PIPE RACK (PR1) Rev. A
44LK 5100 Document No. 44LK-5100-718/K.02/0007/A4 Page 1 of 1

1.0 The Schedule of Rate shall be read with all the other sections of this bidding document.

2.0 The bidder is deemed to have studied the drawings, specifications and the details of work
to be done within the time schedule and should have acquainted himself with the
conditions prevailing at site.

3.0 The OWNER reserves the right to interpolate or extrapolate the rates for any new items
of work not covered in the schedule of price from the similar items already available in
the schedule of rates. All the works shall be measured upon completion and paid for at
the rate quoted and accepted in the Schedule of Price. In case any activity though
specifically not covered in schedule of rates descriptions but the same is covered under
scope of work/scope of supply/specification drawings etc. no extra claim on this account
shall be entertained, since schedule of price is to be read in conjunction with all other
documents forming part of the contract.

3.1 The Bidder to quote for all items and for all the quantities.

3.2 If the Bidder does not quote for any of the items, the highest rate quoted by any other
bidder will be applicable for evaluation, but lowest rate quoted by any other bidder shall
be considered for payment in case the job is awarded to the bidder.

4.0 All items of work mentioned in the Schedule of Rates shall be carried out as per the
specifications, drawings and instructions of OWNER/Engineer-in-Charge and the rates
are deemed to be inclusive of material, consumable, labour, supervision, tools and
tackles and detailing of construction/fabrication drawings, wherever required as called for
in the detail specification and conditions of the Contract.

5.0 OWNER reserve the right to cancel/delete/curtail any item or group of work if necessary.
Such a step shall not be construed as reason for changing the rates.

6.0 Amount to be quoted in the nearest Rupees only.

7.0 The drawings included in the bidding document are for reference and general
understanding of the scope of work. Any variation in dimension, levels and details in
working drawing shall not be reason by any means for change in quoted rates.

Stamp of Bidder Signature of Bidder


Section 1.8 NOTE FOR SCHEDULE OF PRICES HPCL, Mumbai Refinery
Civil & Structural Work for Pipe Rack-PR1
Sheet 1 of 2 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100

NOTE:

1 This is an item rate tender and quantities are tentative. The Contractor's unit rates quoted shall not change for any variation in
quantities

2 Contractor to visit the site prior to quoting if not already visited.

3 The schedule of items shall be read with all other sections of this bidding document.

4 The contractor is deemed to have studied the drawings, specifications & details of work to be done within the time schedule &
should have acquainted himself with the conditions prevailing at site.

5 The quantities shown against the items are only approximate & may vary to any extent individually. No claim shall be entertained
during the currency of this contract towards any items due to the above.

6 The Owner reserves the right to interpolate or extrapolate the rates for any new items of work not covered in the schedule of items
from the similar items already available in the schedule of items.

7 All items of work mentioned in the schedule of items shall be carried out as per the drawings, specifications & instructions of
Owner/engineer in charge & the rates are deemed to be inclusive of material , consumable, labour, supervision, tools & tackles &
detailing of construction/fabrication drawings, wherever required as called for in the detail specification & conditions of contract.

8 Material shall be of good quality & purchased from approved source; got approved from engineer in charge prior to usage.

9 Work shall be carried out as per latest construction drawings, specifications & carried out to the satisfaction of engineer-in-charge.
Construction drawings Shall be supplied by JE.

10 Fabrication drawings for structural steel work shall be prepared by contractor and Two copies of such drawings shall
simultaneously be submitted to JE office for Information only. It is contactor responsibility to correctness/ soundness of the
drawings and sees to it that all the structural requirements as per the construction (IFC) drawings issued by us are met.

11 Bar bending schedule drawings shall be prepared by contractor.


Section 1.8 NOTE FOR SCHEDULE OF PRICES HPCL, Mumbai Refinery
Civil & Structural Work for Pipe Rack-PR1
Sheet 2 of 2 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100

Scope of work includes Construction of Pipe rack & related miscellaneous work
12
13 Painting of structure items shall be carried out as per painting specification attached in the bid document.

14 Barricading structure shall be provided prior to construction.

15 Contractor to take care of safety of his / surrounding men / machinery.

16 Ready mix concrete shall be used for concrete grade M-20 and above.

17 Contractor to submit the design mix for approval prior to use in concreting

18 Location of pipe rack may be changed as per site conditions.

19 Contractor shall supply the steel sections as per construction drawing.


Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SUPPLIES Civil / Structural Work for Pipe Rack PR1
Sheet 1 of 2 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-1 (Rev. 0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM CORPORATION
LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

SCHEDULE OF PRICE - SUPPLIES PORTION


Ln LN Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in figures
Type No. measure in Figs
-ment
J 1 Supplying Fusion bonded Epoxy coated High yield strength
deformed bars TMT Fe500 conforming to IS: 1786 of
Tisco/S.A.I.L. /R.I.N.L. (V.S.P.)/IISCO make. Fusion bonded MT 430
epoxy coated as per IS 13620 & PSL limited manufacturers
specification.

J 2 Supplying structural steel conforming to Grade A (killed) MT


of IS 2062:2006 E 250 (Fe 410 W) (Carbon 0.23% max.) / 3205
Grade B (killed) of IS 2062:2006 E 250 (Fe 410 W)
(Carbon 0.22% max.) of SAIL / R.I.N.L / TATA /TISCO ,
Jindal steel conforming to IS 12778 or approved equivalent
as approved by Owner / Consultant.
Total for supply of Materials

1.0 CENTRAL SALES TAX AS APPLICABLE

2.0 VALUE ADDED TAX (VAT) AS APPLICABLE

3.0 OCTROI (ENTRY TAX)

4.0 Input Tax credit against VAT (WCT), if any

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SUPPLIES Civil / Structural Work for Pipe Rack PR1
Sheet 2 of 2 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM : SP-1 (Rev. 0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM CORPORATION
LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Notes:

1. Taxes and duties indicated above shall be reimbursed at actual, subject to above limits on submission of original documents.

2. In the event the CONTRACTOR submits incomplete/incorrect documentation by which the OWNER is not able to get above
CENVAT benefits, the value of such incorrect documents shall be deducted from CONTRACTORS Bills. At the end of the
Contract, if the CONTRACTOR fails to provide documents as declared above, the OWNER shall deduct such shortfall from the
Contractors final Bill.

3. The rate for J1 shall not be more than 5 times the rate at J36 in SP-2 Form, and the rate for J2 shall not be more than 3 times the
rate of J60 in SP-2 Form.

4. The Rates/Amounts indicated above shall include all taxes and duties except Central Sales Tax, Value Added Tax and Octroi as
applicable which shall be reimbursed against documentary evidence. (Refer Clause 13.0 of SCC)

SIGNATURE & SEAL OF BIDDER

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES--COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 1 of 16 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev. 0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment
A- CIVIL WORKS
T 1 EARTHWORK

T 2 Excavation
T 3 Excavation in all sorts of soil, including hard murrum
and soft rock , sludge , but excluding hard rock, using
excavators, pick axe for manual digging if necessary and
including back filling, shoring, strutting, bailing, removal of
vegetation, shrubs, if any while excavating, pumping out of water,
Including disposal of surplus earth to designated / approved
place outside refinery premises. All BMC's approval, charges
and duties etc. shall be in scope of contractor. etc., complete as
per drawings, specifications & as directed by Owner/consultant.
Note: - Contractor shall select the location for dumping of surplus
earth in BMC approved area.
J 4 Depth from 0.0m to 1.5m Cu. m 6365
J 5 Depth from 1.5m up to 3.0m Cu. m 6110
J 6 Depth from 3.0m up to 4.5 m Cu. m 305

T 7 Excavation in hard rock etc with the help of mechanical


drilling machine pneumatic/hydraulic etc., including shoring,
strutting, bailing, removal of vegetation, shrubs, pumping of water
Including backfilling & disposal of surplus debris / broken rock to
designated / approved place outside refinery premises . All
BMCs approval, charges and duties etc. shall be in scope of
contractor. etc., complete as per drawings, specifications and as
directed by Owner/consultant. (Blasting shall not be permitted)

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 2 of 16 BIDDING DOCUMENT NO. 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev. 0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment
Note: - Contractor shall select the location for dumping of
surplus earth in BMC approved area.
J 8 Depth from 0.0m to 1.5m Cu. m 2725
J 9 Depth from 1.5m up to 3.0m Cu. m 2615
J 10 Depth from 3.0m up to 4.5 m Cu. m 130

T 11 Filling
J 12 Providing & filling, for all depth and height, in plinth & Cu. m 25
other areas with approved quality of soil / murrum
brought from outside and laid in layers not exceeding
200mm thickness (compacted) including spreading,
leveling, watering, rolling, ramming, consolidation at the
optimum moisture content with mechanical rollers/rammers
to obtain 95% max. Dry density and testing etc complete as
per drawings, specifications & as directed by
Owner/Consultant. (Indicative quantity)

J 13 Providing & filling approved quality of sand for joint filling Cu. m 5
etc. Quality of sand shall be of zone II / III as per IS: 383;
including watering spreading, leveling, ramming etc
complete as per drawings, specifications & as directed by
Owner/Consultant. (Indicative quantity)

T 14 Soling

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 3 of 16 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev.0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment
J 15 Providing & laying dry rubble soling 230mm thick Sq. m 5
(compacted) with 230mm and down graded metal, under
foundations etc., including filling recesses by grit, stone
chips & approved murrum, watering, dressing, compacting
by rolling/ramming etc., complete as per drawings,
specifications and as directed by Owner/Consultant
(Indicative quantity)
T 16 CONCRETE - P.C.C & R.C.C

J 17 Providing, mixing and laying blinding layer of PCC 1:2:4 Cu. m 285
nominal mix using 40mm and downgraded coarse
aggregate for any thickness below footings, retaining wall,
drains, beams etc. using 43 / 53 grade ordinary Portland
cement of Ultratech or approved equivalent make,
including curing etc., complete, as per drawings,
specifications and as directed by Owner/consultant.
(Shuttering will not be paid for the blinding course upto 100
mm height, but will be paid if more than 100 mm under
shuttering item separately).

J 18 Providing, mixing and laying PCC 1:2:4 for Paving Cu. m 235
nominal mix using 20mm and downgraded coarse
aggregate for any thickness using 43 / 53 grade ordinary
Portland cement of Ultratech or approved equivalent make,
including curing etc., complete, as per drawings,
specifications and as directed by Owner/consultant.

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 4 of 16 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev.0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment
J 19 Providing, mixing and placing in position P.C.C / R.C.C.( Cu. m 5
Ready mix concrete )conforming to Grade M20 of IS
456 : 2000 using 43 / 53 grade ordinary Portland Cement
of Ultratech or approved equivalent make with 20mm and
down graded coarse aggregates in paving etc. including
tamping,screeding to achieve a smooth surface & proper
slope without additional finish, vibrating, pond curing ,etc.
complete as per drawings, specifications and as directed
by Owner/Consultant. (Reinforcement to be paid
separately for this item of work). (Indicative quantity)
T 20 Providing, mixing and placing in position R.C.C. (Ready
mix concrete) conforming to Grade M-35 of IS 456 :
2000 using 43/ 53 grade ordinary Portland Cement of
Ultratech or other approved equivalent make with 20mm
and down graded coarse aggregates in foundations,
pedestal , retaining walls ,drains, beams and other cast-in-
situ works including ,transportation, vibrating, curing,
additive compound ( if any ) etc., complete as per
drawings, specifications and as directed by
Owner/Consultant. (Reinforcement to be paid separately
for this item of work).
T 21 Depth Below Finished ground
J 22 From 0.00 m to 5.0m Cu. m 3765
T 23 Above Finished ground
J 24 From 0.0 m to 5.0 m Cu. m 545
J 25 From 5.0 m to 10.0 m (Indicative quantity) Cu. m 5

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 5 of 16 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev.0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment
J 26 Providing plum concrete 1:4:8 using 75 mm down Cu. m 50
aggregate & 43 grade Ordinary Portland cement of
Ultratech or other approved equivalent make for filling
below foundation, as protection layer etc., complete as
per drawings, specification & as directed by Engineer-in-
charge. (Indicative Quantity)
T 27 SHUTTERING

T 28 Providing and fixing Plywood Shuttering/ Steel Plate


Shuttering for PCC/RCC work in foundations, pedestal
, retaining walls ,drains, beams and other cast-in-situ
works etc., wherever necessary, including strutting,
scaffolding, bracing, application of mould releasing agents
of SIKA make or approved equivalent, etc., keeping the
same in position during concreting and removing
afterwards as per specifications & as directed by
Owner/Consultant.
T 29 Depth Below Finished ground
J 30 From 0.00 m to 5.0m Sq. m 4315
T 31 Above Finished ground
J 32 From 0.0 m to 5.0 m Sq. m 2260
J 33 From 5.0 m to 10.0 m (Indicative quantity) Sq. m 25

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 6 of 16 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev. 0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment
T 34 REINFORCEMENT

T 35 Straightening, cleaning, cutting, bending, placing & tying


in position Reinforcement as per drawing and
specification. Bar bending schedule should be done by
contractor. (The rates shall be applicable to any height and
depth & inclusive of PVC coated G.I. binding wires)

J 36 Fusion bonded Epoxy coated High yield strength deformed M.T. 430
bars TMT Fe500 conforming to IS: 1786 of Tisco/S.A.I.L.
/R.I.N.L. (V.S.P.)/ IISCO make. Fusion bonded epoxy
coated as per IS 13620 & PSL limited manufacturers
specification.
J 37 Supplying reinforcement Straightening, cleaning, cutting, M.T. 0.5
bending, placing & tying in position Reinforcement as
per drawing and specification. Bar bending schedule
should be done by contractor. (The rates shall be
applicable to any height and depth & inclusive of PVC
coated G.I. binding wires) Fusion bonded Epoxy coated
Round Plain steel bars conforming to IS 2062 / IS 432 Part
1 (Indicative Quantity) Fusion bonded Epoxy coated Round
Plain steel bars conforming to IS 2062 / IS 432 Part 1
(Indicative Quantity)

T 38 INSERT PLATES & EMBEDDED ANGLES / ROLLED


SECTIONS, BOLTS, SLEEVES, POCKETS &
GROUTING
1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 7 of 16 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev. 0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment
J 39 Providing and fixing M.S. Steel insert plates 6mm to Kg. 10
16mm thick with holdfasts as shown in drawing
including fabrication, one coat of primer 30 microns DFT
and 2 coats of approved anti-corrosive paint 20 microns
DFT each coat on the exposed surface only, complete as
per drawing and specification and direction of Owner /
Consultant. (Indicative quantity)
J 40 Providing and fixing of M.S. Anchor bolts , material MT 25
conforming to Grade B of IS 2062:2006 E 250 (Fe 410 W)
(Carbon 0.22 % max) of SAIL / R.I.N.L / TATA / IISCO or
approved equivalent in position including supply and fixing
of template etc. complete , as per drawing and
specification and direction of owner / consultant.

J 41 Providing and laying Non-shrinking Cementitious Cu. m 5


grout Shrinkomp of ACE make / Conbextra GP2 of
Fosroc make or approved equivalent under base plates of
steel columns, etc., for grouts of thickness shown in
drawings and filling of pockets of foundations & curing,
cleaning out pockets, etc., complete and as per the
specifications and drawings. The non- shrinking grout shall
be laid as per manufacturer's specifications.(minimum
strength 40 N/mm2)

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 8 of 16 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev. 0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment
J 42 Providing, straightening, fabricating Embedded Kg 5
angle/rolled sections as per drawing including Tor steel /
flat with holdfasts welded to angles/rolled sections and
fixing, painting with one coat of anticorrosive primer
complete as per drawings and specifications. (Indicative
quantity)

T 43 DEMOLITION (Note :- All BMC's approval, charges and


duties etc. for loading & unloading of unwanted
material shall be in scope of contractor.)
J 44 Dismantling & removing lime or plain cement concrete Cu m 5
of all grade and carting away unserviceable material
outside Refinery premises as directed by Owner/
Consultant (Indicative Quantity)
J 45 Dismantling of RCC work below & above ground level Cu m 5
at all levels including cutting of reinforcement ,necessary
propping wherever required & sorting out the materials
such as steel etc., as directed including stacking
serviceable materials properly with all leads and lifts and
carting away unserviceable material outside Refinery
premises as directed by Owner/Consultant. Note:-Usable
Steel rod shall be handed over to Owner. (Indicative
quantity)

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 9 of 16 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev.0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment
J 46 Dismantling of existing stone masonry in lime or Cu m 65
cement mortar including stacking serviceable materials
properly with all leads & lifts to stores & carting away
unserviceable material outside Refinery premises as
directed by Owner/consultant
J 47 Dismantling of existing structural steel members, MT 0.5
including necessary propping wherever required and
stacking serviceable materials properly with all leads and
lifts to stores and carting away unserviceable material
outside Refinery premises as directed by
Owner/Consultant. (Indicative Quantity)

T 48 MISCELLANEOUS
T 49 Providing & Installation of Temporary Barricading using
plain G.I. Sheets of Jindal / Uttam Steel sheets including
necessary structural steel framing & concrete foundation &
as directed by owner/consultant. Note: - 1. Barricading
structure shall be removed by contractor after execution of
work & later shall be the property of the contractor.2.
Barricading foundation shall be removed by the contractor
& disposed outside the refinery premises at BMC approved
location. (Indicative quantity)

J 50 For Height upto 3.5 m RM 200


J 51 For Height above 3.5 m upto 10 m RM 25

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 10 of 16 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev. 0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment
J 52 Providing Rock Anchor by drilling 75mm dia. hole in rock Each 5
to a depth of 5m in hard rock ; and grouting with non-
shrink grout to length of 5 m grout of strength 6 kg/cm2 ;
using 32mm Tor bar total length of bar 7m long . Top
length of 2 m will be fusion bonded epoxy coated which will
be embedded in concrete . For minimum number of Pull
out test& procedure IS 11309 shall be followed.
( Indicative Quantity)
T 53 Supplying & spraying vermiculate based fireproofing
coating minimum thickness 38 mm of Fendolite MII of
Mandoval coatings - Newkem or approved equivalent
make for protection to structural steel sections against
Hydro carbon & cellulosic type of fire & atmospheric
changes; exterior application including necessary fixing
arrangements all complete as per manufacturer's
specification, drawing & as directed by Owner / Consultant.
( Note:- Contractor to state the thickness & the product
name assumed while quoting )
J 54 Fire protection upto 2 Hour duration.-upto 300 mm depth sq.m. 870
structural steel sections
J 55 Fire protection upto 2 Hour duration.-above 300 mm depth sq.m. 6265
structural steel sections
J 56 Extra for compatible top coat of primer & exterior paint over sq.m. 7130
fireproof coat

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 11 of 16 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev.0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment
J 57 Extra for application of appropriate primer on structural sq.m. 7130
steel surface which is to be fireproofed

J 58 Providing and constructing random rubble stone Cum 5


masonry in C.M. (1:5) in substructure & superstructure
including curing etc., complete as per specifications,
drawings and as directed by Owner/Consultant.

B - STRUCTURAL STEEL WORKS

T 59 Transporting, Straitening, cleaning , fabricating Structural


Steel and erecting various structures like piperack, pipe
bridge cable supports ,staircase, ladder to line and level,
welded/bolted structural steel including supply of
Galvanised bolts of Unbrako ( Grade Class I) or approved
equivalent make, and weld fillers, shim plates, including
making templates, welding, bolting, erection bolts, erection
cleats, splicings, strengthening of members,
etc.,Preparation of fabrication drawings shall be in scope of
contractor.

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 12 of 16 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev. 0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment

J 60 For heights upto 15.00m from top of concrete pedestal M.T. 2080
J 61 For heights above 15.00 m from top of concrete M.T. 1125
pedestal
T 62 GRATINGS
T 63 Providing, transporting and fabricating as per the
specifications, Top coated G.I. grating & treads of the
approved design and pattern and erecting & fixing of
fabricated grating on stair landings & treads, etc.,
including supply of all fixtures like edge plates for treads,
clips, studs, bolts, etc, including nosing for the treads
etc., complete, as per drawings, specifications & as directed
by Owner/Consultant. (Layout drawing to be submitted by
Contractor) (Structural steel to be supplied by Contractor)
(weight basis = 50 Kg/m2 for grating other than heavy
duty))All gratings, nut and bolts shall be galvanized as per
specification .
Top coated hot dipped galvanized grating shall be of M.S.
Steel. Galvanization shall be done in accordance with IS
2629 & tested as per IS 2633 & IS 6745. Quality of zinc
coating shall be minimum 900 g/sq.m of surface area
.Fixing of gratings shall be by welding. Touch up repairs
shall be done to portions of surface where galvanizing is
damaged. After galvanizing grating shall be applied with
epoxy paint as per the following painting system.

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 13 of 16 BIDDING DOCUMENT NO. 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev. 0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment
Apply one coat of epoxy etch primer / wash primer @ 8-10
microns DFT per coat . Each primer/wash primer shall be 2
pack poly-vinyl butyal resin medium cured with phosphoric
acid solution pigmented with zinc tetroxy chromate.Apply
one coat of epoxy zinc phosphate primer @ 60 microns
DFT per coat . Epoxy zinc phosphate primer shall be based
on Poly amide cured 2 pack epoxy with a minimum of 20 %
zinc phosphate by weight in the dry film. Apply one finish
coat of poly-urethane paint @ 50 microns DFT per coat
based on acrylic modified 2 pack poly urethane . Total DFT
of paint shall be min. 118 microns above the zinc coating.
J 64 25mm thick Sq. m 2965
J 65 30mm thick (Indicative quantity) Sq. m 5
T 66 HANDRAILING
T 67 Supplying, fabricating, erecting M.S. pipe hand railing
with top rail and verticals as 40 NB & midrail as 32mm
NB Medium duty pipes, including bends, posts, etc.,
complete as per specifications, drawing & as directed by
Owner/Consultant. (Spacing of hand railing post not
exceeding 1.5m)
J 68 Height of railing 925mm (Indicative quantity) Rm 5
J 69 Height of railing 1050mm Rm 7270
J 70 Extra for welding 100 x 6 mm thk. toe plate in addition at Rm 7270
bottom
T 71 STRUCTURAL STEEL PAINTING & SHOT BLASTING

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 14 of 16 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev. 0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment
T 72 Supplying & applying Paint to structural steel upto 15 m
height (from top of concrete pedestal) for structural
steel & handrailing. Work comprises of surface
preparation by Shot blasting to Sa 2 1/2 Swedish standard
SIS-05-5900 & Painting with one coat 50 micron DFT of
zinc rich epoxy(stripe coat of epoxy HB MIO) with one coat
100 DFT Midcoat of MIO 2 pack epoxy (stripe coat of HB
epoxy) with one coat 100 DFT inter coat of High build 2
pack epoxy (stripe coat of acrylic aliphatic PU) with one
coat 50 DFT finish coat of Acrylic Modified 2 Pack PU
(Recoatable)as per specifications and drawing and as
directed by the Owner/Consultant including cleaning the
surface of dust and loose particles, touching up of damaged
primer coat, all labour, scaffolding, tools, consumables,
etc. complete.
J 73 To surface of structural steel fabricated out of RSJ M.T. 2080
angles, channels, builtup sections, etc.,
J 74 To Handrailing Rm 2900
J 75 For ladder ,cage ladder M.T. 10
T 76 Supplying & applying Paint to structural steel above 15 m
height (from top of concrete pedestal) for structural
steel & handrailing. Work comprises of surface
preparation by power tool cleaning ST3 & Painting with one
coat 125 micron DFT of self priming epoxy aluminium
(stripe coat of self priming epoxy ) with one coat 100 DFT
Midcoat of MIO 2 pack epoxy (stripe coat of MIO 2 pack
epoxy ) with one coat 100 DFT inter coat of High build 2
pack epoxy with one coat 50 DFT finish coat of Acrylic
1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 15 of 16 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev. 0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Ln LN No. Description Unit of Quantity Rate (INR) Rate (INR) in words Amount in
Type measure- in Figs figures
ment
Modified 2 Pack Polyurethane (Recoatable)as per
specifications and drawing and as directed by the
Owner/Consultant including cleaning the surface of dust
and loose particles, touching up of damaged primer coat,
all labour, scaffolding, tools, consumables, etc. complete.

J 77 To surface of structural steel fabricated out of RSJ M.T. 1125


angles, channels, builtup sections, etc.,
J 78 To Handrailing Rm 4360
J 79 For ladder ,cage ladder M.T. 10

Total amount in figures

Total amount in words


J 80 Value added Tax (WCT)

J 81 Service Tax

J 82 Input Tax credit against VAT (WCT), if any

J 83 Cenvatable service Tax

1_8_SP_FORM PR1
Section 1.8 SCHEDULE OF PRICES HPCL, Mumbai Refinery
FOR SERVICES_COMPOSITE ITEMS Civil / Structural Work for Pipe Rack PR1
Sheet 16 of 16 BIDDING DOCUMENT NO. : 44LK5100ER-550003-026 44LK-5100
FORM: SP-2 (Rev. 0)
NAME OF WORK : CIVIL / STRUCTURAL WORKS FOR PIPERACK PR1 FOR DHT PROJECT OF M/S. HINDUSTAN PETROLEUM
CORPORATION LIMITED AT MUMBAI REFINERY (MAHARASHTRA)

Notes:

1. Taxes and duties indicated above shall be reimbursed at actual, subject to above limits on submission of original documents.

2. The Rates/Amounts indicated above shall INCLUDE ALL TAXES AND DUTIES EXCEPT Service Tax and Edu cess thereon and Value added
Tax (WCT) as applicable which shall be re-imbursed against documentary evidence. ( Refer Clause 13.0 of SCC)

3. Contractor shall register this contract under Works Contract Service" as per sub clause (zzzza) of section 65(105) of the Finance Act.1994 as
amended by Finance Act, 2007. Contractor shall exercise the option of payment of service tax either under "Works Contract (Composition
Scheme for payment of service tax) Rules, 2007" or payment of service tax based on the Valuation under Rule 2A of the "Service tax
(Determination of Value) Rules, 2006 ", whichever results in lower incidence of service tax to the Owner.

4. In the event the CONTRACTOR submits incomplete/incorrect documentation by which the OWNER is not able to get any CENVAT benefit,
the value of such incorrect documents shall be deducted from CONTRACTORS Bills. At the end of the Contract, if the CONTRACTOR fails
to provide documents as declared above, the OWNER shall deduct such shortfall from the Contractors final Bill.

SIGNATURE OF TENDERER NAME & SEAL OF TENDERER

1_8_SP_FORM PR1
DHT PROJECT

OF

HINDUSTAN PETROLEUM
CORPORATION LIMITED
AT

MUMBAI

SECTION. 2.0
SUPPLEMENTARY
DOCUMENTATION
DHT PROJECT

OF

HINDUSTAN PETROLEUM
CORPORATION LIMITED
AT

MUMBAI

SECTION. 3.0
TECHNICAL DOCUMENTATION
Page 1 of 7

HINDUSTAN PETROLEUM CORPORATION LIMITED


MUMBAI REFINERY

DHT PROJECT OSBL FACILITIES

TITLE : SPECIFICATIONS FOR EARTHWORK

DOCUMENT NO. : 44LK-5100-00/C.02/1101/A4

Rev No. Issue Date Pages Rev Description Prepared Checked Approved
By By By
A 25/10/2008 7 ISSUED FOR TENDER DK SSP MBR

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Earthwork_1101.doc


Jacobs
Pages 2 of 7 Specification for Earthwork HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/C.02/1101/A4

TABLE OF CONTENTS
1.0 PURPOSE

2.0 SCOPE

3.0 TECHNICAL REQUIREMENTS

3.1 CLASSIFICATION OF SOIL

3.1.1 Soft / Loose Soil


3.1.2 Hard / Dense Soil
3.1.3 Soft / Disintegrated Rock
3.1.4 Hard Rock ( General Blasting Permitted)
3.1.5 Hard Rock (Old Controlled Blasting Permitted)
3.1.6 Hard Rock (Blasting Prohibited)

3.2 MATERIAL FOR BACKFILLING

3.3 SETTING OUT

3.4 EARTHWORK IN EXCAVATION

3.5 BLASTING IN HARD ROCK

3.6 SHORING AND STRUTTING

3.6.1 General

3.7 BACKFILLING IN PLINTHS AND AROUND FOUNDATIONS

3.7.1 General

3.8 DISPOSAL OF SURPLUS EARTH

3.8.1 General

3.9 SANDFILLING IN PLINTHS AND FOUNDATIONS

3.9.1 General

3.10 HARD CORE / RUBBLE SOLING

3.10.1 General

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Earthwork_1101.doc


Jacobs
HPCL, Mumbai Specification for Earthwork Pages 3 of 7
44LK5100 Standard Specification
Doc.no.44LK-5100-00/C.02/1101/A4

1.0 PURPOSE

The purpose of this standard is to define specifications to be followed for Earthwork.

2.0 SCOPE

This Specification establishes the classification of soils, constructional and performance


requirements for earthwork in excavation and filling. In case of conflict between the clauses of
this specification and those in the Indian Standards, this specification shall govern.

3.0 TECHNICAL REQUIREMENTS

3.1 CLASSIFICATION OF SOIL

The various types of soil shall be classified as follows:

3.1.1 Soft / Loose Soil

This shall be all those soils, which yield to the ordinary application of, pick and shovel, rake or any
other ordinary digging implement. Soils such as gravel, sand, silt, loam, clay, peat, vegetable or
organic soil, turf etc. are included in this classification.

3.1.2 Hard / Dense Soil

This shall include soils, which require the close application of pick, jumper or scarifier to loosen
them. Stiff clays, gravels and cobble stones are included in such soils.

3.1.3 Soft / Disintegrated Rock

This classification shall include laterite and hard conglomerate. Rocks or boulders than can be
quarried or split with a crowbar shall also be included.

3.1.4 Hard Rock (General Blasting Permitted)

This classification shall include Rocks and Boulders that require blasting for excavation.

3.1.5 Hard Rock (Old Controlled Blasting Permitted)

Hard rocks that require blasting, but for the excavation of which general blasting is prohibited for
any reason, shall be included in this category. The method of controlled blasting shall be subject
to the approval of Owner / Consultant.

3.1.6 Hard Rock (Blasting Prohibited)

This shall include hard rocks that require blasting for excavation (i.e. as in category included at
3.1.5) but where blasting is prohibited due to any reason and hence excavation has to be carried
out by chiseling, wedging or any other approved method.

3.2 MATERIAL FOR BACKFILLING

Material used in the backfilling of excavation in foundations, trenches and elsewhere shall consist
of any one of the following materials in each location.

a) Soil
b) Stone / gravel
c) Sand
d) Lean Concrete
e) Selected earth from heaps or brought from borrows areas

\\nmumfil01\project\wip\4401-5100\4401-5100_civil\osbl facilities\std. specification s(tender)\specifications for earthwork_1101.doc


Jacobs
Pages 4 of 7 Specification for Earthwork HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/C.02/1101/A4

The material shall be free of roots, hard lumps, rubbish or any foreign organic material.

All material shall be used only after the approval of Owner / Consultant.

3.3 SETTING OUT

The contractor shall be responsible for the accurate and proper setting out of the work with
regard to lines and levels of reference, and with regard to the correctness of dimensions,
alignments and levels of the work. The contractor shall, at his own cost, provide all necessary
instruments, labour, material and equipment for this purpose. Should any error be discovered, at
any time, during the progress of work or thereafter, in the dimensions, alignment or level of part
or all of work, the contractor shall at his own expense rectify the errors to the satisfaction of the
Owner / Consultant. Any checking of line or level by the Owner / Consultant shall in no way
relieve the contractor of his responsibilities.

The contractor shall prior to start of work layout one or more permanent bench marks at a central
location from which all levels for the earthwork shall be set. All labour and materials for setting
levels shall be at contractor's cost. Permanent benchmarks shall be made up of masonry pillars
with a neatly plastered top and leveled as per the directions of Owner / Consultant. The
benchmarks shall be well connected with a triangular grid system or other bench marks and the
entire arrangement approved by the Owner / Consultant.

3.4 EARTHWORK IN EXCAVATION

Excavation shall be carried out to the lines and levels shown on drawing and the excavated
material shall be removed to soil heaps on site or transported for use in filing on the site or
otherwise stacked for reuse as directed.

The sides of the excavation may, depending upon the site conditions pertaining at that time, be
cut vertical, sloping or shored and strutted to hold the face of the earth as approved and directed
by Owner / Consultant.

The contractor shall remove all vegetation etc. obtained during excavation.

Excavated material shall not be deposited closer than 1.5 M from the top edge of the excavation.

Foundation pits / trenches shall be excavated to a depth 150 mm short of the full depth. The final
150mm shall be excavated just prior to concreting. Alternately and at the discretion of the Owner
/ Consultant the full depth may be excavated and the bed covered with a 75 mm thick layer of
lean concrete of 1:5:10 nominal mix. (Or of such thickness and mix as are specified on drawings)
after compacting the sub base.

If the bottom of the excavation, has in the opinion of the Owner / Consultant, deteriorated due to
exposure to water or atmosphere, the contractor shall remove the deteriorated material to such
depth and width as directed by the Owner / Consultant and shall replace the same with lean
concrete of 1:5:10 mix. The costs of all such excavation and concreting shall be borne by
contractor.

In case contractor excavates to a depth greater than the depth required, the contractor shall at his
own expense fill upto required level with lean concrete 1:5:10 mix or as directed by the Owner /
Consultant.

The contractor shall at his own cost provide suitable drainage arrangement to prevent surface
water from any source, from entering the excavation.

The contractor shall at his own cost make all arrangements necessary for dewatering the
accumulated / seeping water, from any source, in the excavated pits, trenches etc. for
maintaining the pit dry for carrying out the works.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Earthwork_1101.doc


Jacobs
HPCL, Mumbai Specification for Earthwork Pages 5 of 7
44LK5100 Standard Specification
Doc.no.44LK-5100-00/C.02/1101/A4

In case of excavation to be carried out adjacent and below the foundation level of adjoining
structures, precautionary measures as directed by Owner / Consultant, such as pinning, shoring
and strutting shall be carried out, prior to commencing excavations.

In case the bottom of excavation at the required level is in the opinion of the Owner / Consultant
unsuitable due to being soft or loose soil, the excavation shall be continued to a firm and suitable
ground and the difference in levels made up with lean concrete of grade 1:5:10.

In case where during excavation the sides collapse due to a reason not attributable to the
contractor, the Owner / Consultant shall at his discretion admit payment for any additional
resultant excavation.

Any obstacles such as buried pipes, cables etc. met with during excavation shall be reported to
the Owner / Consultant who shall give directions regarding protection / removal of the same.

The contractor at his own expense shall take all measures necessary to prevent accidents on
account of open excavations such as fencing, lighting and other suitable preventive measures.
Concreting in foundations shall not commence prior to the excavations being approved by the
Owner / Consultant.

For excavation in rock the specification of earthwork shall apply. Special care shall be taken to
prevent excavations beyond the width / depth required when excavating in rock. Any additional
depth excavated shall be compensated by filling with lean concrete 1:5:10 at no additional cost to
the owner.

3.5 BLASTING IN HARD ROCK

Where hard rock requiring blasting is encountered the contractor shall inform the owner /
consultant and seek his approval. The contractor shall obtain a license from the District
Authorities for obtaining, storing the explosives and for carrying out blasting operations as per
Explosives Rules 1940 and as amended till date. The contractor shall buy all explosives, fuses,
and detonators from licensed dealers only. Prior to the use of such explosives, the contractor
shall be liable for their secure custody and accounting. The Owner / Consultant shall be provided
access to check the contractors stock and accounts. The contractor shall be solely responsible
for any accident or mishap to workmen, life or property due to blasting operations.

Blasting shall not be done within 200m of an existing (previously constructed or under
construction) structure without the specific approval of the Owner / Consultant for such close
proximity operation.

All blasting shall be carried out by trained personnel under the supervision of a responsible
authorised agent of the contractor, who is conversant with all the rules for blasting. Blasting shall
be carried out during specified hours only.
Proper precautions shall be taken to ensure safety during such operations such as providing red
flags prominently displayed around the area to be blasted and securing the withdrawal of all
personnel, apart from these lighting the fuse, to a safe distance of not less than 200 meters from
the blast.

Blasting shall be carried out using gunpowder. Gelatine or dynamite or any other high explosive
shall only be used in special cases and with the approval of Owner / Consultant.

3.6 SHORING AND STRUTTING

3.6.1 General

Shoring and strutting of the sides to hold the vertical / inclined faces of the pits and trenches shall
only be done when so approved and directed by Owner / Consultant.

\\nmumfil01\project\wip\4401-5100\4401-5100_civil\osbl facilities\std. specification s(tender)\specifications for earthwork_1101.doc


Jacobs
Pages 6 of 7 Specification for Earthwork HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/C.02/1101/A4

The shoring shall be of close or open timbering type based on the site conditions and subject to
the approval of the Owner / Consultant.

The strutting shall not be spaced more than 1.5 m apart and the shoring planks shall be held tight
by means of wedges.
The arrangements of shoring and strutting shall be got approved from the Owner / Consultant
prior to start of work. The arrangement shall be sound and safe and any approval obtained from
Owner / Consultant shall not reduce the responsibility of the contractor in any manner.

The shoring and strutting shall be kept in position until all the work involving the excavation is
completed and approved by the Owner / Consultant.

3.7 BACKFILLING IN PLINTHS AND AROUND FOUNDATIONS / FILLING

3.7.1 General

Backfilling around completed foundations, pits, structures, trenches and in plinth shall be carried
out to the levels and lines shown on the drawings, including any trimming of the surface where
required.

The backfilling shall be carried out with selected and approved excavated material or in case the
excavated earth does not yield sufficient quantity of suitable material, suitable earth from other
sources shall be imported upon the instruction of the Owner / Consultant.

The filling shall be done in layers of 200 mm (maximum) compacted thickness. Each layer shall
be watered, rolled and rammed using manual methods or mechanical compactors to obtain 90%
Proctor density.

Filling under slabs / paving / roads / tanks etc shall be done as per the compaction requirements
specified for the item.

Backfilling around liquid retaining structures shall be undertaken only after satisfactory completion
and approval of hydrotest. Backfilling around pipes shall be done only after the Owner /
Consultant has approved the results of testing against leakage.

Backfilling work around structures shall be taken up only after obtaining permission of Owner /
Consultant.

3.8 DISPOSAL OF SURPLUS EARTH

3.8.1 General

Surplus earth and soil from excavation shall be removed from the construction area to the area
out side the refinery premises in BMC approved land as directed by the Owner / Consultant.

3.9 SANDFILLING IN PLINTHS AND FOUNDATIONS

3.9.1 General

The sand used for filling shall be clean, hard and free from organic, deleterious matter and dust
and shall be approved by Owner / Consultant.

Filling shall be carried out in layers of maximum thickness 200 mm compacted and shall be
compacted either mechanically or by saturation to obtain 95% Modified Proctor maximum dry
density to the specified level. Compaction by flooding may be permitted at the discretion of the
Owner / Consultant provided the required compaction is achieved.

Filling in and around any work shall commence only after obtaining the permission of Owner /
Consultant.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Earthwork_1101.doc


Jacobs
HPCL, Mumbai Specification for Earthwork Pages 7 of 7
44LK5100 Standard Specification
Doc.no.44LK-5100-00/C.02/1101/A4

3.10 HARD CORE / RUBBLE SOLING

3.10.1 General

Hard core shall be of broken stones, which are sound, hard and free from dust, flakes and other
impurities.

Hard core shall be laid by placing broken stones of required height vertically. Interspaces shall be
hand packed with smaller sized stones followed by blinding with approved quality murrum / sand.
Consolidation shall be done with a rammer / roller in conjunction with watering. The hard core
shall be dressed to the specified grade, level and thickness.

\\nmumfil01\project\wip\4401-5100\4401-5100_civil\osbl facilities\std. specification s(tender)\specifications for earthwork_1101.doc


Page 1 of 18

HINDUSTAN PETROLEUM CORPORATION LIMITED


MUMBAI REFINERY

DHT PROJECT OSBL FACILITIES

TITLE : SPECIFICATIONS FOR PLAIN AND


REINFORCED CEMENT CONCRETE

DOCUMENT NO. : 44LK-5100-00/S.02/1102/A4

Rev No. Issue Date Pages Rev Description Prepared Checked Approved

By By By

A 25/10/2008 18 ISSUED FOR TENDER DK SSP MBR

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
Pages 2 of 18 Specification for Plain & Reinforced Cement Concrete HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1102/A4

TABLE OF CONTENTS

1.0 PURPOSE

2.0 SCOPE

3.0 TECHNICAL REQUIREMENTS

3.1 MATERIALS
3.2 TYPES AND GRADES
3.3 PROPORTIONING
3.4 MIXING
3.5 REINFORCEMENT : CUTTING, BENDING, PLACING AND FIXING
3.6 TRANSPORTATION AND PLACING
3.7 COMPACTION
3.8 EMBEDDED ITEMS IN CONCRETE
3.9 CONSTRUCTION JOINTS
3.10 CURING
3.11 PROTECTION OF IMMATURE CONCRETE
3.12 CUBE TESTING FOR STRENGTH OF CONCRETE
3.13 TESTING OF STRUCTURES
3.14 FINISHING TO CONCRETE
3.15 MINOR REPAIR OF DEFECTIVE CONCRETE
3.16 GROUTING
3.17 FORMWORK
3.18 STAGING / SCAFFOLDING
3.19 PRECAST CONCRETE

4.0 RELATED DOCUMENTATION

5.0 ATTACHMENTS

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
HPCL, Mumbai Specification for Plain & Reinforced Cement Concrete Pages 3 of 18
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1102/A4

1.0 PURPOSE

The purpose of this document is to state the requirements of material, workmanship and
construction procedure to be followed during the execution of plain and reinforced cement
concrete works.

2.0 SCOPE

This specification establishes the requirements of materials, mixing, placing, curing etc. of all
types of concrete, cast-in-situ as well as precast, used in various structures, at any locations such
as foundations, floors, roofs, tanks, etc., both above ground and underground. Any special
requirements as shown or noted on the drawings shall govern over the provisions of this
specification.

2.1 The construction of plain and reinforced concrete works shall also be in accordance with IS:456
and the other codes mentioned therein. In case of conflict between the clauses of this
specification and those in the IS:456, this specification shall govern.

3.0 TECHNICAL REQUIREMENTS

3.1 MATERIALS

3.1.1 Aggregate

a. General

Coarse and fine aggregate for concrete shall conform to IS:383. Aggregates shall consist of sand,
gravel, stones, either crushed or uncrushed, or a suitable combination of them. Aggregates shall
be obtained from a source known to produce aggregates satisfactory for concrete. The source of
the aggregate shall be approved by the Owner / Consultant. The aggregates shall be chemically
inert, strong, hard, dense, durable, clean and free of adherent coatings, vegetable matter,
injurious amounts of alkalis and other deleterious substances. Elongated and flaky pieces shall
not be used.

When directed by the Owner / Consultant, the aggregates shall be washed by the contractor
before use in the works. Washing of aggregates shall be done away from the project site.

b. Deleterious Materials

The aggregates shall not contain harmful materials that affect the strength or durability of
concrete or cause corrosion of the reinforcement. Materials that could have such adverse effects
are iron, pyrites, coal, lignite, mica, shale or similar laminated material, clay, soft fragments,
sulphates, chlorides, sea shells, organic impurity etc. Further aggregates that react with the
alkalis of cement shall not be used. Materials that pass 75 micron IS sieve shall also be classified
as deleterious.

The total of all deleterious materials present in coarse aggregate, crushed or uncrushed, and in
uncrushed fine aggregate shall not exceed five percent by weight, whereas for crushed fine
aggregates it shall not exceed two percent by weight. The quantities of deleterious materials in
the aggregates shall be determined in accordance with IS:2386 (Part II) - Methods of test for
aggregates for concrete. The maximum quantities shall not exceed the limits defined in Table 1 of
IS:383.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
Pages 4 of 18 Specification for Plain & Reinforced Cement Concrete HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1102/A4

c. Fine Aggregates

Fine aggregate is the aggregate which passes 4.75 mm IS sieve, but of which only a maximum of
10% passes through 150 micron I.S. sieve. The fine aggregate shall conform to the requirements
of grading Zones I, II and III given in table 4 of IS 383. Fine aggregates conforming to grading
Zone IV shall not normally be used, unless tests have been made by the contractor to determine
the suitability of the aggregate with the proposed mix proportions and are duly approved by the
Owner / Consultant. The grading of fine aggregates shall be determined in accordance with IS-
2386 (Pt.1).

Fine aggregates shall consist of natural sand obtained due to the natural disintegration of rock
and which is deposited by rivers, streams or glacial agencies, or crushed stone sand or crushed
gravel sand. the use of sea sand shall not be allowed. The source of sand shall also be free from
the tidal effects of backwaters of sea.

The volume of sand used in nominal mixes shall be adjusted to cater for the effects of bulking
when measurement is by loose volume.

The percentage bulking shall be determined by laboratory tests as and when directed by the
Owner / Consultant.

d. Coarse Aggregate

Coarse aggregate is aggregate, most of which is retained on 4.75 mm I.S. sieve. It shall have a
specific gravity (saturated surface dry basis) of not less than 2.6 coarse aggregates shall consist
of crushed or uncrushed stone or gravel conforming to above mentioned clauses. They may be
supplied as single sized or as graded aggregates conforming to table 1 of IS:383. The use of "All-
in-Aggregates" may be permitted by the Owner / Consultant provided they meet the requirements
of IS:383. Rounded aggregates such as gravel, shall be preferred over angular varieties.

e. Sampling and Testing

The Owner / Consultant may require the contractor to carry out tests at the contractors expense,
in accordance with IS-2386 - Methods of test for aggregates of concrete. Sampling shall be
carried out as per IS-2430.

f. Storage of Aggregates

The contractor shall at all times maintain sufficient quantities of fine and coarse aggregates so as
to permit placement at the required rate. The aggregate shall be stored on hard, firm ground
having sufficient slope to provide adequate drainage to water. All necessary care shall be taken to
prevent the intrusion of foreign matter. Aggregate shall be stored at site in such a manner so as
to obtain segregation based on type, grade and source.

Any aggregate becoming wet at site due to rain or other means, or delivered wet shall not be
used for at least twenty four hours to obtain adequate drainage. Alternately, the water content of
the mix shall be suitably adjusted and the same approved by the Owner / Consultant.

3.1.2 Cement

a. General

Cement shall be ordinary Portland cement conforming to IS:269-1989 for grade 33 cement,
IS:8112-1989 for grade 43 cement, IS 12269 for grade 53 cement, hydrophobic cement
conforming to IS:8043, Portland Slag cement conforming to IS:455 or Sulphate Resistant cement
conforming to IS:12330, as specified, or as directed by the Owner / Consultant. Portland
Pozzolana cement, when permitted by Owner / consultant shall conform to IS:1489. High Alumina

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
HPCL, Mumbai Specification for Plain & Reinforced Cement Concrete Pages 5 of 18
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1102/A4

cement, conforming to IS:6452 shall be used only if specified and in accordance with
manufacturer's recommendations.
Grade 53 cement shall be used with caution with due consideration to higher heat of hydration
and cracks on concrete surface. If used proper curing to be done.
Grade 53 cement shall not be used in concrete for water retaining structures.

b. Storage at Site

The cement shall be stored in a dry, weather-tight building which is well ventilated. It shall be
stacked in such a manner so as to prevent deterioration due to moisture, or warehouse
deterioration as also permit access for routine inspection. Stacks shall be segregated on the
basis of type and brand. stacks shall not be more than twelve bags high.

All approved and accepted cement shall be stored in batches with date of receipt prominently
displayed. the cement shall be used in the same sequence as of receipt. For any individual
structure only one brand per type of cement shall be used. The contractor shall maintain a daily
register logging the type, date of receipt source as also the daily consumption and balance. This
register shall be available to the Owner / consultant for verification.

The capacity of the contractors cement go down shall be commensurate with the requirements of
the construction schedule. Storage and stacking of construction materials and components at site
shall conform to IS:4082.

c. Testing

The Owner / Consultant may at his discretion require each consignment of cement (supplied by
Client or by contractor) to be tested for any or all of the tests required by the relevant IS codes.
The costs of all such tests shall be borne by the contractor. However, cement required for testing
can be considered in preparation of reconciliation statement in case supply is by Client.

d. Rejection

The Owner / Consultant may reject any cement, not withstanding the manufacturers certificate,
on account of test results, or deteriorated cement on account of ingress of moisture or foreign
matter, or cement reclaimed from leaking containers or by cleaning bags. Such defective and
rejected cement shall be promptly removed from the site by the contractor, at his own expense.

3.1.3 Reinforcement

All reinforcement shall conform to one of the following:

1. IS:1786 Epoxy coated high Strength deformed bars TMT Fe-500 for concrete
reinforcement
2. IS:432 Part 1 Mild steel round bars.

3. IS:1566 Hard drawn steel wire fabric.

Bending of steel reinforcement shall be in accordance with IS:2502. Reinforcement steel shall be
free from scales, dust, rust, paint, oil, grout or any other coating that affect bond with concrete.

Welded mesh fabric shall be made of hard drawn steel wire, the wires being electrically cross
welded at every intersection such that a homogenous wire mat is obtained.

3.1.4 Water

Water used for cement concrete, curing, grout, mortar, plaster and for washing of coarse
aggregate shall be clear and free from harmful amounts of oils, acids, alkalis, organic matter,
sugar, vegetable matter and any other harmful substance in such amount that may reduce the

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
Pages 6 of 18 Specification for Plain & Reinforced Cement Concrete HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1102/A4

strength and durability of the structure / work. Potable water shall generally be considered
acceptable for mixing and curing of concrete, mortar and plaster.

Owner / Consultant may require that the contractor prove at his own cost, that the concrete
prepared with the water proposed to be used shall have a 28 day compressive strength not less
than 90% of the strength of concrete prepared using distilled water as also that the water used is
free from harmful chemicals mentioned above. Solid limits should be as per Table 1 of IS
456:2000

Owner / Consultant may require that the contractor prove at his own cost, that the concrete
prepared with the water proposed to be used shall have initial setting time not differing by 30
min from initial setting time of control test block prepared with the same cement and distilled
water.

3.1.5 Admixtures

Admixtures shall be chloride free and conform to IS 9103 and their use shall generally be
governed by the requirements of IS 456. Accelerators, retarders ( excluding retarding action of
water reducers ) and air entraining agents shall be used with the prior approval of Owner /
Consultant. Water proofing compounds shall conform to IS:2645 and shall be used appropriately
so as not to impair concrete strength.

Water reducers / plasticisers shall be used in correct doses, as recommended by the


manufacturer and shall be composed of sulphonated melamine or napthalene formaldehyde
condensate

3.2 TYPES AND GRADES

Unless otherwise specified or mentioned in drawings, all plain concrete for blinding, levelling,
bedding and encasing shall be of nominal mix type of following minimum grades :-

 Levelling / blinding concrete under water - M15


retaining structures, sumps, pits, chambers

 Levelling / blinding concrete elsewhere - M15

 Pipe encasing concrete - M20

Note : The M number is a mix designation and does not relate directly to the strength of the concrete in
the above.

Unless otherwise specified or mentioned in drawings, reinforced concrete in foundation, including


piles, and superstructure shall be of design mix type of following minimum grades :-

Structural concrete - M35


Fireproofing concrete - M20

Note : The M number is the characteristic crushing strength of 150 mm cubes at 28 days (ref.
IS:456) in the above.

3.3 PROPORTIONING

3.3.1 Constituent Proportions

Water, cement and aggregates shall be mixed together in appropriate proportions to meet the
requirements of strength, durability and workability.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
HPCL, Mumbai Specification for Plain & Reinforced Cement Concrete Pages 7 of 18
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1102/A4

Nominal Mix Concrete shall be prepared without preliminary test by adopting the proportions of
materials as specified in the table below. Only graded coarse aggregates shall be used.
All the requirements of IS:456 for nominal mix concrete shall also apply.

Concrete Grade Maximum qty of Maximum qty of dry Ratio of fine to coarse
water per 50 Kg of aggregates by weight aggregate (by weight)
cement (litres) (the sum of weights of
fine and coarse
aggregate) (Kilogram)
per 50 Kg of cement

(M7.5) 45 625 See Note

(M10) 34 480

(M15) 32 330

(M20) 30 250

Note:
The ratio of fine to coarse aggregate shall generally be 1:2, but subject to a lower limit of 1:2.5 and an
upper limit of 1:1.5. As the grading of the fine aggregates become finer and the maximum size of the
coarse aggregate becomes larger, the ratio should be adjusted from the upper limit to the lower limit.

Design Mix Concrete shall be designed to achieve requisite workability and characteristic strength
not less than the specified strength according to procedure given in Indian Standard
Recommended Guidelines for concrete mix design IS : 10262.
Preliminary mix design shall be established well ahead of start of work. The Owner / Consultant
shall sanction the use of the concrete mix based on verification of the strength of concrete as also
the workability for the particular placement condition. Such a sanction shall in no way absolve the
contractor of his responsibility of providing concrete of the prescribed strength. If subsequent
routine cube tests during execution show strengths lower than permitted, the Owner / Consultant
shall order fresh trial mixes to be made by the contractor. Such changes in mix design shall not
constitute grounds / basis for any alteration in LSTK price.

3.3.2 Water Cement Ratio

After the design mix has been approved by the Owner / Consultant, the prescribed water -
cement ratio shall be maintained. The contractor shall at frequent intervals determine the water
content of the aggregates and thus adjust the amount of mixing water so as to maintain the
specified water - cement ratio.

Water cement ratio shall not exceed 0.5 for structural concrete.

3.3.3 Workability

The design mix concrete proportions shall be determined such that adequate workability is
available for the placing condition and the compaction means available. Plasticisers shall be
used as required, but not exceeding limits specified in IS:456.

3.3.4 Batching

For the purpose of proportioning the various constituents of concrete, the quantity of both cement,
coarse and fine aggregates shall be determined by weight. The cement should preferably be
weighed at site and not in bags. In case the weight of cement is determined on the basis of
weight of cement in a bag, with the bag forming the unit of measurement, a sufficient number of
bags should be weighed periodically to assess the net weight of cement per bag. Solid

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
Pages 8 of 18 Specification for Plain & Reinforced Cement Concrete HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1102/A4

admixtures, if used, shall be measured by weight and liquid or paste admixtures shall be
measured by volume or weight. Water may be measured by weight or by volume in calibrated
tanks. All measuring devices shall be maintained in a clean serviceable condition and their
calibration checked periodically. Batching plant, conforming to IS:4925, shall preferably be used.

The grading of coarse and fine aggregates shall be checked at frequent intervals to ensure that
the grading meets the requirements of the mix design. The grading of aggregates shall be
obtained by blending aggregates of different sizes in the right proportions.

The quantity of water to be added shall be adjusted on account of variations in the moisture
content in both fine and coarse aggregates as given in IS:2386 Pt.III. Similarly the weights of
aggregates shall also be adjusted due to variation in moisture contents. Ice shall be added
during hot weather concreting.

No substitution of materials or change in the established mix proportions (excepting those made
to account for the variation in moisture content) shall be permitted without additional tests to
prove to the satisfaction of the Owner / Consultant the adequacy of concrete strength and quality.

3.3.5 Cement Content

Minimum cement content shall be as per IS:456. Cement content more than 350 Kg/m3 shall be
allowed only with prior approval of Owner / Consultant.

3.4 MIXING

Concrete shall be mixed in an approved type of mechanical concrete mixer till such time that
there is an uniform distribution of the materials and the mass is homogenous and uniform in
colour and consistency. In case of segregation after unloading from the mixer, the concrete shall
be re-mixed. Hand mixing shall not be accepted.

3.4.1 Equipment

The mixers shall comply with IS : 1791 and shall be maintained in satisfactory operating
condition. All care shall be taken to keep the mixer drum free of hardened concrete. The blades
shall be replaced when they are worn down by more than 10% of their depth. Should any mixers
performance be unsatisfactory on account of waste of material, leakage of mortar or inadequate
mixing in specified time, the mixer shall be removed from operation until it is repaired to the
satisfaction of the Owner / Consultant.

3.4.2 Mixing Time

The minimum Mixing time shall be as indicated below.

Mixer Capacity Minimum Mixing Time

2 m3 & less 1.5 min.


3
3m 2.5 min.
5 m3 3 min.

Mixing time shall be computed from the time when all solid materials have been poured into the
revolving drum with the further provision that the entire mixing water shall be added prior to the
elapse of one-fourth the mixing time. Excessive mixing shall not be permitted.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
HPCL, Mumbai Specification for Plain & Reinforced Cement Concrete Pages 9 of 18
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1102/A4

3.5 REINFORCEMENT : CUTTING, BENDING, PLACING AND FIXING

Cold twisted deformed bars shall be bent cold. Plain bars of size 25 mm and above may be bent
hot if approved by the Owner / Consultant. Bars bent hot shall not be heated beyond cherry red
colour (850C) and shall be allowed to cool slowly without quenching after being bent. Bars that
develop cracks or splits due to the process of bending shall be rejected. Bars bent incorrectly
shall not be allowed to be re-bent and shall be rejected. When bars are temporarily bent at
construction joints, care shall be taken to provide the minimum stipulated radius for the bend.
Further, when the bar is bent back into position, care shall be taken that no concrete is damaged.

Prior to placing reinforcement it shall if necessary be cleaned of all loose rust, scales, oil, grease,
paint etc. the reinforcement shall be placed in position as shown in drawings. Bars crossing each
other shall be securely tied at such points with two strands of 16 SWG black soft annealed
binding wire. Crossing bars shall not be tack welded.

Specified covers for beams and slabs shall be provided by means of precast covers blocks
having the same cement and sand ratio as the concrete mix of size 40 mm x 40 mm and having a
thickness equal to the specified cover and shall be securely placed between the bar and the form.
In case of successive layers of bars, the distance between two such layers shall be maintained by
the provision of M.S.Spacer bar at such intervals that the bars do not sag, but in no case further
than 1 to 1.2 M centres.
In case of deep rafts and pile caps suitable chairs shall be provided to maintain distances and
levels.

As far as possible only full lengths of bars shall be used but in case this is not feasible the bars
shall be lapped at points where the bending moment is minimum as also shear force is not
maximum. The laps shall have sufficient length to transfer the full stress. The overlapping bars
shall be tied with two strands of 16 SWG black soft annealed binding wire. Laps shall be
staggered along the span / height of the member.

Welding of reinforcement shall be carried out only after obtaining the approval of the Owner /
Consultant. In such cases the welding shall conform to the provisions of IS:2751 and IS: 9417.
Tests to prove that the welds transmit the full strength of a bar shall be conducted. Not more
than 50% of bars to be lapped at any cross section.

Tolerances for placement of reinforcement are as follows:

1. Cover + 3mm; - 0 mm
2. Position in elements having
a) Effective depth of 200 mm & less + 10 mm
b) Effective depth greater than 200 mm + 15 mm

3.6 TRANSPORTATION AND PLACING

3.6.1 Approval for Pouring

Prior to pouring concrete, the programme for placing, with a detailed stepwise scheme of
transporting and placing the concrete, mentioning equipment being deployed, location, procedure
and methods shall be submitted to the Owner / Consultant for approval, at least 48 hours prior to
concreting.

3.6.2 Transportation

Concrete shall be transported from the mixer to the pouring location as rapidly as practicable
taking all care to avoid segregation and loss of constituents, and maintenance of the required
workability, before initial setting time of cement. Buckets, hoists, containers or conveyors which
are mortar leak-proof shall be employed for this purpose. Truck mounted transit mixers shall be
used where the distance between batching plant and placement location is large. All equipment

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
Pages 10 of 18 Specification for Plain & Reinforced Cement Concrete HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1102/A4

shall be maintained in a good and clean condition by thoroughly clearing them after each period
of placement. During hot or cold weather, care shall be taken to avoid evaporation loss of water
or loss of heat by suitable means.

3.6.3 Placing

a.) Chutes

Open troughs and chutes shall be equipped with baffles and be of short lengths to prevent
segregation. The slope of the chute shall not be less than 1 vertical to 3 horizontal, nor more than
1 vertical to 2 horizontal. Chutes shall be designed such that the concrete at the lower end
passes through a funnel shaped pipe or drop chute thus causing a certain degree of re-mixing.
Alternately they should discharge into a hopper from which concrete is further conveyed in wheel
barrows. In case drop chutes are used the maximum lateral flow of the discharged concrete shall
be limited to one meter. When drop chutes are swung from the vertical, the bottom two segments
must be vertical in order to prevent segregation. No water shall be added at any point of the chute
system to facilitate movement of concrete. Concrete shall not be permitted to fall freely for a
height of more than 1.5 m nor to strike the forms at an angle. all chutes, troughs and pipes shall
be flushed with water at the end of each run to keep them clean and free from coatings of
hardened concrete. Water used for flushing shall be discharged well away from the structure.

The use of long troughs, chutes and pipes shall be permitted only with the specific written
approval of Owner / Consultant. In case the conveying arrangement produces unsatisfactory
results, the Owner / Consultant may withdraw the permission for their use.

b.) Pouring

Prior to placing concrete in foundation, all the soil surfaces upon which or against which the
concrete is to be placed, shall be thoroughly compacted. The excavation shall be free from all
water and debris. Soft or yielding soils shall be removed and replaced with appropriate selected
soils or lean concrete compacted to the desired density. When concrete comes in direct contact
with absorptive soil, the surface of the soil shall be thoroughly moistened prior to placing
concrete.

No concrete shall be placed prior to the inspection and approval by Owner / Consultant of the
formwork, scaffolding, placement of reinforcement and embedded items etc. any water collected
over formwork or bedding surfaces shall be removed.
Concrete shall be discharged by means of vertical drop only. The drop height shall not exceed
1.5 m in any stage of delivery until the concrete comes to reset in the forms.
To avoid re-handling of concrete, it should be deposited as near as possible to its final position.
Concrete shall be placed in horizontal layers of thickness not exceeding 300 mm. Individual units
of deposit such as bucket loads shall be spotted at regular intervals over the layer to aid in the
spreading of a layer of uniform thickness and consistency. In case any tendency to segregation is
noticed, it shall be corrected by shovelling aggregate into mortar and not mortar over aggregate.
All care shall be taken to prevent the formation of stone pockets or mortar accumulations in
corners of formwork. In case they are formed they shall be removed and refilled ensuring
bondage with the earlier concrete.

Concrete shall be deposited in such manner so as to cause no disturbance to reinforcement or


formwork. All temporary bracings for the formwork within the area to be concreted shall be
removed once the level of concrete within the form ensures stability of the form. Under no
circumstances should the temporary bracing be left within the concrete.

Once concreting has begun it shall be carried out in a single continuous operation until the
completion of all the work for that particular section or between construction joints has been
completed. The location of construction joints, other than those shown on drawing shall be
previously approved by the Owner / Consultant.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
HPCL, Mumbai Specification for Plain & Reinforced Cement Concrete Pages 11 of 18
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1102/A4

When concrete is to be placed in roof slabs, the entire slab and beams (or portion between
expansion joints for large roofs) shall be covered in one single operation without joints or breaks.

Concreting in extreme temperatures, above 40C or below 5C shall be carried out as per
procedure given in IS : 7861.

Pumps shall be employed where required.

c. Concreting Under Water

Prior to start of work, the contractor shall submit to the Owner / Consultant for his approval, the
proposed method, equipment, materials and proportions of mix.

The concrete mix shall have a ratio of fine to coarse aggregate varying between 1:1.5 of 1:2 and
the additional cement content over that required for dry placement shall be a minimum of 10
percent. The concrete shall have a slump of not less than 100mm and not more than 180mm.

Concrete shall be deposited continuously until it reaches the required height. Concrete shall
deposited either by tremie, drop bottom bucket or by grouting as indicated in clauses 14.2.4 (a),
(b) and (d) of IS : 456.

3.7 COMPACTION

3.7.1 Vibrators

No concrete work shall commence prior to ensuring that adequate number of vibrators are
available. Each layer of concrete shall be compacted with immersion type mechanical vibrating
equipment with an operational frequency between 8000 to 12000 cpm.

The use of form vibrators shall be permitted at the sole discretion of Owner / Consultant. The use
of surface vibrators such as beam type or screed board type may be permitted by Owner /
Consultant for slabs & sections of thickness less than 200 mm. Vibrators shall in no case be
used for the transport of concrete within forms.

3.7.2 Method of Compaction

Each layer of concrete shall be compacted using the mechanical vibrators in conjunction with
hand spading and tamping. Immersion type vibrators shall be inserted at intervals of around
600 mm, the spacing adjusted to provide overlap with the area vibrated through insertions. The
exact spacing shall depend upon the mix proportions and performance of equipment. The
duration of vibration shall be limited to the time necessary to produce satisfactory consolidation
2
without causing segregation. Minimum vibration time shall be 20 seconds per 0.1m of exposed
surface. The concrete shall be worked around reinforcement, embedded items and into corners
of formwork.

The vibrator shall penetrate the layer being placed as also the layer below while it is still plastic so
as to avoid a cold joint between layers and ensure homogeneity and a good bond. Care shall also
be taken while the layer is advancing horizontally to ensure bond and homogeneity between
successive batches by means of vibrators. The vibrators shall not come in contact with either the
formwork or the reinforcing steel.

3.8 EMBEDDED ITEMS IN CONCRETE

The contractor shall fabricate and / or fix all the M.S. inserts, anchor bolts, anchor plates, pipe
sleeves, pipe spouts, electrical conduits, junction boxes, pockets, holes for grouting etc. as per
relevant drawings at locations and elevations as shown on drawings. In case laying if electrical
conduits etc. is within the scope of a separate agency, the contractor shall fully co-ordinate with

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
Pages 12 of 18 Specification for Plain & Reinforced Cement Concrete HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1102/A4

such agencies extending the facilities required. Pockets to be provided as per drawing for
foundation.

3.9 CONSTRUCTION JOINTS

3.9.1 General

Construction joints shall be minimum in number and provided only at locations shown on
approved drawings. Any additional construction joint required due to constraints of equipment,
time etc. shall be provided only after obtaining the approval of Owner / Consultant. The joints
where provided, should be at right angles to the direction of main reinforcement. Provisions of Cl.
13.4 of IS:456 shall be followed.

The preferred location for joints in columns shall be at an elevation of 100 to 150 mm below the
soffit of the deepest beam framing there. Joints shall be avoided for slabs and beams. If found
unavoidable the joint shall be vertical and at a location approved by Owner / Consultant.

Vertical joints shall be obtained through the use of a stop board having slots for the longitudinal
reinforcement. A trapezoidal or triangular fillet shall be nailed to the board to form a key. Any
concrete which has flowed through the stop board shall be cleaned immediately after the initial
set.

Construction of grade slabs and paving shall be in chess board pattern, i.e. alternate panels
(size approx. 7.5 m X 7.5 m) in each direction should be cast and cured and then remaining
panels are to be cast after curing of the previously cast panels.

When concreting is taken up at surface which has not fully hardened, the wet surface shall be
scrubbed with wire brushes to remove all laitance, care being taken to avoid disturbance of
aggregates. The surface shall then be thoroughly wetted, with all free water on the forms being
completely removed. The surface shall now be coated with neat cement slurry and a layer of
concrete of 150 mm thickness shall then be placed and well rammed against the old concrete,
care being taken to fill corners and other areas having small clearances. This shall be followed by
concrete placement and compaction in the regular fashion.

When concreting is taken up against a surface which has hardened, the surface shall be
roughened using wire brushes and compressed air so as to expose the coarse aggregate. The
surface shall then be swept clean, wetted, and the excess water removed from the form. Vertical
joints shall receive a coat of neat cement slurry whereas horizontal joints shall be covered with a
10mm to 15 mm cement sand mortar having the same proportions as the cement and sand in the
concrete mix. Concreting in the normal fashion shall immediately follow.

Reinforcing rods shall be extended a minimum of 50 diameters beyond the construction joint. In
the case of columns the portion of columns between the stopping off level and the top of slab
shall be concreted with the beam. A minimum period of two hours must elapse after depositing
concrete in columns before placing of concrete in beams, girders or slabs thereon. Beams,
girders, brackets, column capitals and branches shall be considered as part of the floor system
and shall be monolithically placed.

3.9.2 Expansion Joint

Pre-moulded bituminous filler board (Shalitex of STP or approved equivalent make) is to be


provided in construction joints which are also expansion joints. Top of joint shall be sealed with
an approved flexible joint sealing compound.

3.10 CURING

All concrete shall be cured by covering with a layer of sacking, canvass, hessian or other similar
material which will hold moisture for long periods. The covering should not stain or disfigure the

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
HPCL, Mumbai Specification for Plain & Reinforced Cement Concrete Pages 13 of 18
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1102/A4

concrete. The covering layer shall be kept continuously wet, starting 8 hours after placement (4
hours in hot weather) for a minimum period of 7 days. For concrete using low heat cement,
supersulphated or high alumina cements, the period shall be modified as per manufacturers
specifications.

For the curing of flat surfaces, the curing for the first 24 hours shall be with a covering as
mentioned above followed by ponding for the balance period. A minimum water depth of 25mm
shall be maintained continuously.

In special cases curing compounds of approved make may be used in place of moist curing if so
permitted by Owner / Consultant. The compounds shall be applied to the surface of the concrete
soon after the concrete has set.

3.11 PROTECTION OF IMMATURE CONCRETE

Approved means shall be adopted to prevent immature concrete from damage due to debris,
backfilling, vibrations, floatation, loading abrasion, deleterious matter or any other influence that
may impair the strength and durability of concrete. Concrete placed below ground level shall be
protected from falling earth. The concrete shall be prevented from coming in contact with the
earth or ground water for the first three days after placement. The ground water level shall be
lowered to an approved level by suitable means to prevent floatation or flooding.

3.12 CUBE TESTING FOR STRENGTH OF CONCRETE

Samples shall be drawn as per IS 1199 and cubes made as per IS 516. The drawing of samples
should be spread over the entire period of concreting as also over the various mixing units. The
minimum frequency of sampling shall be as follows, but at least one sample shall be drawn per
shift.

Volume of concrete in the work (m3) Minimum number of samples

1-5 1
6 - 15 2
16 - 30 3
31 - 50 4
50 and over 4 plus
3
one per additional unit of 50 m

A minimum of six cubes shall be prepared from each sample, three for testing after 28 days and
three for testing after 7 days. Additional cubes should be taken if so advised by the Owner /
Consultant for carrying out compressive strength check on concrete cured by accelerated
methods as laid down in IS 9013.

The specimens shall be tested as per IS 516. The 28 days compressive strength specified in IS
456 Table 2 shall be the criteria for acceptance or rejection of concrete. In case the concrete is
rejected the contractor shall be required to dismantle all such defective portion of work along with
the other work structurally connected with the same. The Owner / Consultant shall solely decide
the quantity of work or the part of structure to be dismantled.

The test strength of the sample shall be the average of the strength of three specimens. With the
individual strengths of specimens not varying by more than + 15 percent of the average.

Standard deviation shall be calculated as per IS 456.

3.13 TESTING OF STRUCTURES

Should the 28 days cube strengths results be such that the concrete does not conform to the
limits set by the acceptance criteria, or should the Owner / Consultant have other doubts about

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
Pages 14 of 18 Specification for Plain & Reinforced Cement Concrete HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1102/A4

the adequacy of the strength of the structure due to poor workmanship, honeycombing,
inadequate cover, premature removal of forms, improper curing, etc., the Owner / consultant may
ask the contractor to perform either in-situ testing of concrete or a load test on the structure. In-
situ tests may comprise all or one of the following. Rebound hammer test, ultrasonic test, removal
of cores or any other test specified by Owner / Consultant. The necessity for the tests and their
number be at the sole discretion of Owner / Consultant.

3.14 FINISHING TO CONCRETE

The face of concrete intended to be rendered shall be left with a rough finish so as to form a key.
The top surface of slab which is not intended to be covered with other materials, shall be levelled
and floated to a smooth finish to the levels and falls shown on the drawing. The floating shall not
be done in such a manner which would bring excess fines to the surface. Any other surface not in
contact with the shutters shall also be smoothed with a wooden float.

Surfaces which are not to be plastered nor receive any other treatment may be provided one coat
of cement wash if so directed by Owner / Consultant.

3.15 MINOR REPAIR OF DEFECTIVE CONCRETE

After the striking of the formwork, all concrete work shall be inspected for defects. The Owner /
Consultant shall at his discretion permit repair of such defective work or reject it. No extra
payment shall be permitted for the rectification, dismantling and reconstruction of structures or
part thereof.
Rectification of burrs and uneven faces shall be achieved by rubbing them smooth with a
carborundum stone. This and other repair work shall be performed as soon as possible after the
striking of forms so that the concrete has not hardened completely. Areas of segregation, stone
pockets and other damaged areas shall be chipped and all loose material removed with
compressed air or by washing, taking care to remove all water from the concrete. For larger
repairs concrete shall be chipped out to a depth of 100-150mm. Loose mortar shall be scrubbed
out using wire brushes. Based on the assessment of Owner / Consultant additional reinforcement
shall be spliced onto existing reinforcement.

Bonding of old concrete with the repair material shall be achieved by wetting the chipped out
surface and either sprinkling dry cement on the wet surface or by brushing in a coat of rich
cement grout (1 cement = 1 sand) followed by the patch mortar for surface repairs, or patch
concrete for larger repairs. Epoxy bondage of such repairs may also be permitted by Owner /
Consultant. In such cases the epoxy shall be applied strictly in accordance with the
manufacturers instructions.

The cement mortar / concrete shall have the same proportions as those of the parent concrete.
The source of cement should be the same as that used in the parent concrete. The appropriate
shade of concrete / mortar shall be obtained by blending with white Portland cement. The water
cement ratio shall be as low as practicable and the cavity shall be filled and well compacted.

The repaired area shall be cured by covering with a wet saturated material, for a period of 24
hours. The subsequent curing of the repair by sprinkling water shall continue for at least 10 days.

3.16 GROUTING

Grouting should be as per document no. 44LK-5100-00/S.02/1119/A4

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
HPCL, Mumbai Specification for Plain & Reinforced Cement Concrete Pages 15 of 18
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1102/A4

3.17 FORMWORK

3.17.1 General

Formwork shall be of plywood or steel with smooth inner surfaces giving a finish quality such that
plastering to finished concrete is not required except as in 3.14 above. Rough timber formwork
shall not be used.

3.17.2 Formwork Requirements

The Owner / Client may require the contractor to prepare designs and drawings for formwork and
submit them for approval. It shall be the responsibility of the contractor to design and provide the
formwork such that it is rigidly constructed, of approved material, is true to shape and dimensions
shown on drawings, has a smooth and even surface and is capable of carrying without excessive
deflections, the loads on account of the dead-weight of concrete, working loads of men and
equipment, weight of curing water, wind load and the side pressure due to the green concrete.
For horizontal forms, the operating load over and above the dead weight of all material and
2
equipment shall be 200 kg / m minimum. The forms should be provided with adequate vertical
and diagonal bracing. Formwork shall withstand the effects of vibrations without distortions.

Tolerances for formwork shall be as follows.

Dimensions of components Max. Deviation

1) Cross section of columns and beams - 6mm


+12mm

2) Footing dimensions in plan -12mm


+50mm

3) Thickness of footing +0.05 times


specified thickness

4) Eccentricity of footing 0.02 times the width of footing in the


direction of the deviation subject to
maximum 50 mm.

Joints in formwork shall be sufficiently tight to prevent the leakage of cement slurry. Faulty joints
shall be caulked with good clay and jute or other approved means.
The preferred system of holding the forms together shall be by way of clamps. Where nails are
used, they should be left partly projecting to aid in their easy withdrawal. In the case of tie rods
and bolts the cavities caused in concrete shall be made good.

Shuttering shall be provided for the top surfaces of sloping concrete and anchored to prevent
flotation when the slope exceeds 30. Formwork shall be cambered as described below unless
otherwise specified.

Forms for beams and slabs having a span of 6 m and more shall be provided with a camber of 1
in 500. Cantilevers shall have a camber of 1 in 100 of the projected length.

3.17.3 Inspection of Forms

Prior to placing reinforcement bars the contractor shall get his formwork approved by the Owner /
Consultant. The Owner / Consultant shall inspect the forms to ensure that they are properly
placed, sufficiently rigid, water-tight, clean and free of foreign matter and properly treated. In case
the forms are found not satisfactory either before or during the pour, all concreting shall cease
until the defects are corrected to the satisfaction of Owner / Consultant. In the case of walls and
columns, temporary openings shall be provided at the base to facilitate cleaning and inspections.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
Pages 16 of 18 Specification for Plain & Reinforced Cement Concrete HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1102/A4

3.17.4 Treatment of Forms

Single coat of approved mould releasing agents of SIKA or approved equivalent make shall be
applied to the faces of shuttering after it is cleaned properly. Concrete to be poured only after the
coat has dried.

3.17.5 Reuse of Forms

Prior to reuse of forms they shall be scraped, cleaned, repaired and retreated. The Owner /
Consultant may debar reuse of forms after inspection in case they are found unserviceable.

3.17.6 Removal / Stripping Time of Forms / Staging

No forms shall be removed or staging struck without the approval of the Owner / Consultant. All
formwork shall be removed without shock or vibration and without damaging the new concrete.
The side forms should have been so fixed that while removing them the supporting forms and
posts are not disturbed. Under no circumstances should the supporting forms be struck until the
concrete reaches a strength of at least twice the stress in the concrete at the time of striking.

While determining the time of removal of forms, the character and location of structure and
adjoining construction / work processes, the weather and the mix and type of cement should be
considered.

For normal structures in ordinary Portland cement the time of removal of forms shall be as
specified in IS 456. For cantilever construction the formwork shall remain till counter acting or
bearing down structures have been erected and have attained sufficient strength (Minimum 14
days).

For other types of cements the stripping time shall be modified as per manufacturers literature /
owners directions. The number of props left under shall be sufficient to cater for the dead weight
of concrete as also further construction / curing loads. Formwork at re-entrant angles shall be
removed as soon as practicable to avoid shrinkage cracks due to restraint provided.

3.18 STAGING / SCAFFOLDING

All staging / scaffolding shall be designed by contractor and submitted to the Owner / Consultant
for review. Double scaffolding having two set of vertical supports shall be provided. In case two
sets of vertical supports are not feasible due to site constraints, the horizontal member of the
scaffolding shall be provided support by making a hole in the adjoining masonry wall in the
header course only. Only one header shall be removed per member to be supported and Owner /
Consultants shall be consulted to ensure that such openings do not occur at critical locations
endangering masonry in any way. Such holes shall be filled up immediately on removal of the
scaffolding / staging.

The scaffolding / staging should have sufficient underpinning and be provided with adjustable
bases to cater for uneven ground. Diagonal braces should be provided at regular intervals
between adjacent rows of uprights from top to bottom. Similarly a system of horizontal bracings
shall be provided to resist rocking.

The scaffolding / staging shall be regularly checked for plumbness. All nuts and bolts
shall be fully tightened and in case of steel tube staging clamps and coupling shall be
fully tight.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
HPCL, Mumbai Specification for Plain & Reinforced Cement Concrete Pages 17 of 18
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1102/A4

3.19 PRECAST CONCRETE

3.19.1 General

Precast concrete shall comply generally with specification for reinforced concrete works. In
addition to that, the following requirements shall be met with :

The casting yard or platform shall have firm foundation and the surface levelled and nicely
finished.

Suitable serial number and date of casting shall be impressed on each unit.
No precast unit shall be erected before 21 days from the date of casting.
The units shall be stored, transported and placed in such a manner that they are not
overstressed.
Coarse aggregates shall not be larger than 20 mm size and graded downwards to 6mm.

The reinforcement and lifting hooks as shown on the drawings shall be provided for each panel.
The reinforcing steel shall conform strictly to relevant Indian Standard Specifications. The use of
welded wire fabric in place of reinforcement, shall be allowed with prior approval of the Owner /
Consultant.

The mix of concrete for the panels shall comply with the requirements indicated on the drawings
and in no case shall be less than M35.

3.19.2 Construction

All precast panels shall be cast in steel or plywood formwork in order to provide a smooth finish.
Forms shall be treated with mould releasing of SIKA or approved equivalent make to prevent
adhesion to concrete. All inserts shall be properly laid, checked and shall be approved by Owner /
Consultant before any concreting work is started. Concrete shall be mechanically mixed.
Concrete shall be placed in one operation per each panel. Under no circumstances, shall the
work be interrupted before completion of an entire panel. Concrete shall be properly vibrated
preferably by form type vibrator. It shall be the responsibility of the contractor to see that all
inserts remain in position while concreting is being done. The panels shall be of uniform thickness
as shown in the drawings. The panels, which do not conform to the size and shape as shown in
the drawing shall be rejected. No panel shall be removed from the mould until sufficiently matured
to ensure that no damage is done.

3.19.3 Curing

All panels shall be cured for 7 days in a water tank. Thereafter, they shall be stored in a shed and
allowed to dry out for a minimum period of 28 days.

3.19.4 Erection

All panels shall be erected using the lifting hooks provided for purpose of erection. During
erection, care shall be exercised to see that no damage is done to the panel. After the panels are
placed in position, all joints shall be grouted by 1:1 cement grout to form a flush surface. In case
the design requires continuity of reinforcement, this shall be achieved by lapping of bars, grouting
of reinforcement in aperture, sleeving threading of reinforcement or by welding. Other types of
connections such as joints with structural steel inserts or resin adhesives may also be used.

The top surface of precast concrete units shall be marked suitably to aid correct erection. Unless
otherwise specified, the exposed surfaces of precast members shall be finished smooth with
1 cement : 3 sand mortar. However, surfaces used as walkways shall be given a non-skid finish.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Jacobs
Pages 18 of 18 Specification for Plain & Reinforced Cement Concrete HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1102/A4

4.0 RELATED DOCUMENTATION

44LK-5100-00/C.02/1112/A4 Specifications for Concrete paving


44LK-5100-00/S.02/1104/A4 Specifications for Reinforced Cement Concrete in liquid
retaining structures
44LK-5100-00/S.02/1119/A4 Specifications for Structural Steelwork

5.0 ATTACHMENTS

Nil

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Plain and Reinforced Cement


Concrete_1102.doc
Page 1 of 7

HINDUSTAN PETROLEUM CORPORATION LIMITED


MUMBAI REFINERY

DHT PROJECT OSBL FACILITIES

TITLE : SPECIFICATIONS FOR READY MIX CONCRETE

DOCUMENT NO. : 44LK-5100-00/S.02/1103/A4

Rev No. Issue Date Pages Rev Description Prepared Checked Approved
By By By
A 25/10/2008 7 ISSUED FOR TENDER DK SSP MBR

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Ready mix concrete_1103.doc


Jacobs
Pages 2 of 7 Specification for Ready Mixed Concrete HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1103/A4

TABLE OF CONTENTS

1.0 SCOPE

2.0 READY-MIXED CONCRETE

3.0 MATERIALS

4.0 CONCRETE TYPE AND GRADE

5.0 MEASURMENT AND STORAGE OF MATERIALS

6.0 PLANT AND MACHINERY

7.0 BASIS OF SUPPLY

8.0 TEMPRATURE

9.0 SAMPLING AND TESTING

10.0 MANUFACTURERS RECORDS AND CERTIFICATE

11.0 COMPACTION

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Ready mix concrete_1103.doc


Jacobs
HPCL, Mumbai Specification for Ready Mixed Concrete Pages 3 of 7
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1103/A4

1.0 SCOPE

This specification establishes the materials, mixing, placing, curing etc. of ready mixed
concrete used in various structures, at any locations such as foundations, floors, roofs, tanks,
etc., both above ground and underground. Any special requirements as shown or noted on the
drawings shall govern over the provisions of this specification .This specification shall be
applicable for concrete grade above M-20

2.0 READY- MIXED CONCRETE

Ready - mixed concrete refers to the concrete manufactured and delivered to the site in a plastic
condition and requiring no further treatment before being placed in the position in which it is to set
and harden.
The specification given herein covers the requirements only for the manufacture and
transportation of ready-mixed concrete . For placing, compaction, curing , protection of concrete
after delivery, construction joint, expansion joint , form work etc. the same specification as for
Plain and reinforced cement concrete (44LK-5100-00/S.02/1102 ) shall apply.
The ready-mixed concrete shall conform generally to IS:4926 .Where IS code does not provide
for any clause, International code (ASTM C-94 ) shall be referred to. In addition to these
requirements, the ready-mixed concrete shall generally comply with the requirements of IS:456.
Unless specified otherwise, the min. quantity of cement and the details regarding proportioning
and works control shall be in accordance with IS:456.

2.1 TYPES

Ready-mixed concrete shall be mixed and delivered to the point designated by the Owner /
Consultant by means of one of the following combinations of operations:

i) Centrally-Mixed Concrete
ii) Truck-Mixed Concrete
iii) Shrink-Mixed Concrete

The Mixers and Agitators shall be operated within the limits of capacity and speed of rotation
designated by the manufacturer of the equipment.

2.2 Centrally-Mixed Concrete :

The concrete produced by completely mixing cement, aggregates, admixtures, if any and water
at a stationary central mixing plant and transported to the point of delivery either in a truck
agitator, or a truck mixer operating at agitating speed, or in non agitating equipment approved by
the Owner / Consultant and meeting the requirements as per clause 9.3.4.

The concrete shall conform to the following:

The mixing time shall be counted from the time all the solid materials are in the drum.

The batch shall be so charged into the mixer that some water will enter in advance of the cement
and aggregate, and all water shall be in the drum by the end of the first one fourth of the specified
mixing time.

When a truck mixer or truck agitator is used for transporting concrete that has been completely
mixed in a stationary mixer, any turning during transportation shall be at the speed designated by
the manufacturer of the equipment as agitating speed.

2.3 Truck-Mixed Concrete:

The concrete produced by placing cement, aggregates and admixtures, if any, other than those
to be added with mixing water, in a truck mixer at the batching plant and then adding water
(along with admixtures, if any, to be added with mixing water) . The mixing is carried out entirely

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Ready mix concrete_1103.doc


Jacobs
Pages 4 of 7 Specification for Ready Mixed Concrete HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1103/A4

in the truck mixer either during the journey or on arrival at the site of delivery. No water shall
be added to the aggregate and cement until the mixing of cement commences.

When a truck mixer or agitator is approved for mixing or delivery of concrete, no water from the
truck water system or elsewhere shall be added after the initial introduction of mixing water for the
batch except when on arrival at site, the slump of the concrete is less than that specified. Such
additional water to bring the slump within required limits shall be injected into the mixer under
such pressure and direction of flow that the requirements for uniformity are met with. The drum or
blades shall be turned an additional 30 revolutions or more if necessary, at mixing speed, until the
uniformity of the concrete is within these limits. Water shall not be added to the batch at any later
time.

Unless otherwise agreed to by the Owner / Consultant, when a truck mixer or agitator is used for
transporting concrete, the concrete shall be delivered to the site of work and discharge shall be
0
completed within 11/2 hrs ( when prevailing temperature is above 20 C) and within 2hrs ( when
0
prevailing temperature is at or below 20 C ) of adding the mixing water to the dry mix of cement
and aggregate or of adding the cement to the aggregate , whichever is earlier.

2.4 Shrink-Mixed Concrete:

The concrete produced by first mixing partially in a stationary mixer and then mixing completely
in a truck mixer. Initial mixing is done to shrink concrete to reduce volume in truck
The concrete shall conform to the following:
The time of partial mixing shall be minimum required to intermingle the ingredients. After transfer
to a truck mixer the amount of mixing at the designated mixing speed will be that necessary to
meet the requirements for uniformity of concrete. Additional turning of the mixer, if any, shall be at
designated agitating speed.

3.0 MATERIALS

3.1 Cement (Refer doc No. 44LK-5100-00/S.02/1102)

3.2 Aggregates (Refer doc No. 44LK-5100-00/S.02/1102)

3.3 Reinforcement (Refer doc No. 44LK-5100-00/S.02/1102)

3.4 Water (Refer doc No. 44LK-5100-00/S.02/1102)

3.5 Admixtures (Refer doc No. 44LK-5100-00/S.02/1102)

4.0 CONCRETE TYPE AND GRADES

Ready mix Concrete grade above M-20 (Refer doc No. 44LK-5100-00/S.02/1102)

4.1 Water cement ratio (Refer doc No. 44LK-5100-00/S.02/1102)

5.0 MEASUREMENT AND STORAGE OF MATERIALS

Measurement and storage of materials shall be done in accordance with the requirements of
IS:456

6.0 PLANT AND MACHINERY

6.1 Batching Plant :

Bins with adequate separate compartments shall be provided in the batching plant for fine and for
each required size of coarse aggregate. Each bin compartment shall be designed and operated
so as to discharge efficiently and freely , with minimum segregation, into the weighing hopper.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Ready mix concrete_1103.doc


Jacobs
HPCL, Mumbai Specification for Ready Mixed Concrete Pages 5 of 7
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1103/A4

Precision control shall be established for discharging the desired quantity of ingredients as well as
mixing water for making the concrete..

6.2 Mixers and Agitators :

Mixers may be stationery mixers or truck mixers . Agitators may be truck mixers or truck
agitators.

The capacity of the drum of container in terms of the volume of mixed concrete and the mixing
speeds of the drum or paddles shall be displayed on the mixers / agitators. When the concrete is
Truck mixed or Shrink mixed, the volume of mixed concrete shall not exceed 63% of the total
volume of the drum or container. When the concrete is central mixed , the volume of concrete in
the truck mixer or agitator shall not exceed 80% of the total volume of the drum or container.

All stationery and truck mixers shall be capable of combining the ingredients of the concrete
within the specified time or the number of revolutions into a thoroughly mixed and uniform mass
and of discharging the concrete so that the uniformity requirements are met with.

The agitator shall be capable of maintaining the mixed concrete in a thoroughly mixed and
uniform mass and of discharging the concrete meeting the uniformity requirements.

Mixers and agitators shall be examined or weighed routinely to detect changes in condition due to
accumulation of hardened concrete or mortar and examined to detect wear of blades and
corrective action as required shall be taken.

6.3 Pumps :

Concrete Pumps shall be provided by the manufacturer so that the concrete can be pumped in a
horizontal or vertical direction as required by the Owner / Consultant.

6.4 Non agitating Equipment :

If approved by the Owner / Consultant, Central-Mixed concrete may be transported in suitable


non agitating equipment subject to the following limitations:

i) Bodies of non agitating equipment shall be smooth, watertight, metal containers equipped
with gates that will permit control of the discharge of the concrete. Covers shall be
provided for protection against the weather when required by the Owner / Consultant.

ii) The concrete shall be delivered to site of the work in a thoroughly mixed and uniform
mass and discharged meeting the uniformity requirements.

7.0 BASIS OF SUPPLY

The Ready-Mixed Concrete shall be manufactured and supplied on either of the following basis
as approved by the Owner / Consultant :

i) Specified strength based on 28-day compressive strength of 15-cm cubes tested in


accordance with IS:456.(Under special circumstances and with the prior approval of
Owner / Consultant, 28-day or 7-day flexural strength of concrete may be considered
instead of the compressive strength as specified above)

ii) Specified mix proportion

7.1 Concrete manufactured and supplied on the basis of specified strength

In this case, the responsibility for the design of mix shall be that of the manufacturer and the
concrete shall be manufactured conforming to the specifications furnished by the Owner /

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Ready mix concrete_1103.doc


Jacobs
Pages 6 of 7 Specification for Ready Mixed Concrete HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1103/A4

Consultant regarding type of cement, type and size of aggregates, admixtures to be used,
acceptable strength of supplied concrete, required slump or compacting factor , testing
requirements etc.

Tolerances-

The applicable tolerances shall be as follows:

i) Consistency or Workability :- The slump shall not differ from the specified value by
+/- 10 mm for a specified slump of 75 mm or less and +/- 25 mm when the specified
slump is greater than 75 mm. Ref. may be made to clause 7.2.1 of IS:4926.
ii) Aggregates :- Ref. may be made to clause 7.2.2 of IS:4926

7.2 Concrete manufactured and supplied on the basis of mix proportion

In this case, the responsibility for the design of mix shall be that of the Owner / Consultant and
the concrete shall be manufactured conforming to the specifications furnished by the Owner /
Consultant regarding type of cement, type and size of aggregates, admixtures to be used,
proportions of the mix including max. water cement ratio, min. mixing time after addition of water
etc.

Tolerances-

The applicable tolerances shall be as follows:

i) Cement Content : The cement content ,as shown by the samples taken, shall not be less
than 95% of that specified.
ii) Ratio of coarse to fine aggregates : The ratio of coarse to fine aggregates, as indicated
by the samples taken, shall neither exceed nor fall below the ratio specified by more
than 10 %.
iii) Water / Cement Ratio : +/- 5% of the specified value.

iv) Consistency or Workability : The slump shall not differ from the specified value by
+/- 10 mm for a specified slump of 75 mm or less and +/- 25 mm when the specified
slump is greater than 75 mm. Ref. may be made to clause 8.2.4 of IS:4926.

8.0 TEMPERATURE

The temperature of the concrete at the time and place of delivery shall be not less than 50 C. No
0
concrete shall be delivered ,when the site temperature is less than 2.5 C and the thermometer
reading is falling, unless otherwise instructed by Owner / Consultant.
0
The temperature of the concrete shall not exceed 5 C above the prevailing shade temperature,
when the shade temperature is over 200 C. The temperature of concrete mass on delivery shall
0
not exceed 40 C.

9.0 SAMPLING AND TESTING

Adequate facilities shall be provided by the manufacturer so that the Owner / Consultant can
inspect the materials used, the process of manufacture and the methods of delivery of concrete.
Manufacturer shall provide adequate facilities so that the Owner / Consultant shall take samples
of the materials used.

9.1 Sampling and Testing Unless otherwise specified, the sampling and testing of concrete shall be
done in accordance with the relevant requirements of IS:456, IS:1199 and IS:516.

9.2 Consistency or Workability --Unless otherwise specified, the tests for consistency or workability
shall be carried out in accordance with requirements of IS:1199.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Ready mix concrete_1103.doc


Jacobs
HPCL, Mumbai Specification for Ready Mixed Concrete Pages 7 of 7
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1103/A4

9.3 Strength Test -- The compressive and flexural strength tests shall be carried out in accordance
with requirements of IS:516. The acceptance criteria for concrete whether supplied on the basis
specified strength or on the basis of mix proportion, shall conform to the requirements of Table 5
and other requirements of IS:456.

9.4 Concrete Uniformity Requirements For tests and requirements regarding concrete uniformity,
refer to Appendix-A of IS:4926.

10.0 MANUFACTURERS RECORDS AND CERTIFICATES

The manufacturer shall keep batch records of the quantities by mass of all the solid materials, of
the total amount of water used in mixing and of the results of all tests. The manufacturer shall
furnish certificates, at agreed intervals, giving this information to the Owner / Consultant.

The manufacturer shall furnish to the Owner / Consultant with each batch of concrete before
unloading at site, a delivery ticket which gives relevant certified information concerning the said
concrete including name of the ready-mixed plant, date, truck number, Owner / Consultants
identification, job description, designation of the concrete, amount of concrete in m3, information
required for calculating the total mixing water added and any other information as required by the
Owner / Consultant.

11.0 COMPACTION (Refer doc No. 44LK-5100-00/S.02/1102)

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Ready mix concrete_1103.doc


Page 1 of 5

HINDUSTAN PETROLEUM CORPORATION LIMITED


MUMBAI REFINERY

DHT PROJECT OSBL FACILITIES

TITLE : SPECIFICATIONS FOR MISCELLANEOUS


FABRICATION WORK

DOCUMENT NO. : 44LK-5100-00/S.02/1110/A4

Rev No. Issue Date Pages Rev Description Prepared Checked Approved
By By By
A 25/10/2008 5 ISSUED FOR TENDER DK SSP MBR

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Miscellaneous Fabrication Work_1110.doc


Jacobs
Pages 2 of 5 Specification for Miscellaneous Fabrication Work HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1110/A4

TABLE OF CONTENTS

1.0 PURPOSE

2.0 SCOPE

3.0 TECHNICAL REQUIREMENTS

3.1 MATERIALS

3.2 LADDERS & RUNGS

3.3 ANCHOR BOLTS

3.4 SLEEVES

3.5 ACCESS OPENINGS IN ROOF & AIR - TIGHT HATCH COVERS

3.6 METAL FLASHINGS

3.7 STEEL STAIRS & CAT - WALKS

3.8 EDGE- PROTECTION ANGLES

3.9 M.S.INSERTS

3.10 HAND RAILS

3.11 ANCHOR FASTNERS

3.12 HOT - DIP GALVANISING

3.13 CAST - IRON GRATING

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Miscellaneous Fabrication Work_1110.doc


Jacobs
HPCL, Mumbai Specification for Miscellaneous Fabrication Work Pages 3 of 5
44LK5100 Standard Specification Section-3.1
Doc.no.44LK-5100-00/S.02/1110/A4

1.0 PURPOSE

The purpose of this standard is to define specifications to be followed for miscellaneous


fabrication work.

2.0 SCOPE

The work covered consists of providing & installing all miscellaneous metal work in strict
accordance with the specifications and the applicable drawings. The following work shall normally
be covered under the specifications.

a) Ladders & Rungs


b) Anchor Bolts
c) Sleeves
d) Access Openings in Roof & Air-Tight Hatch Covers
e) Metal Flashings
f) Steel Stairs & Cat Walks
g) Edge Protection Angles
h) M.S. Inserts
j) Hand Rails
k) Anchor Fasteners

3.0 TECHNICAL REQUIREMENTS

Work included under the Specifications shall be fabricated and installed by the contractor at the
proper time, and as rapidly as progress of the adjacent & connecting work will permit. Work to be
installed by the contractor shall be delivered when required. The contractor shall consult with the
various Agencies installing adjoining work, regarding the methods to be employed in connecting
the several materials. Holes and connections for the work of other trades shall be provided as
necessary. All work shall be erected and secured plumb and true to line, and finished smooth and
free from noticeable irregularities of file marks.

The contractor shall verify all measurements in the field, for the fabricated work to fit the actual
conditions at site. Before starting work, all adjoining work shall be examined. Application of
corrective measures to the adjoining work, may be necessary to make the work comply with the
specifications.

3.1 MATERIALS

The materials for fabrication work covered in the specifications shall be supplied by the
contractor. The M.S. materials shall conform to IS 2062, unless otherwise specified.

3.2 LADDERS & RUNGS

Steel ladders with cage and rungs shall be provided and installed wherever indicated and as
detailed in the drawings. Necessary accessories, such as base plates, anchor bolts shall also be
provided.

3.3 ANCHOR BOLTS

Anchor bolts shall be made out of steel or iron rod, with pipe sleeves, bent ends or anchor plates
as shown and specified in drawings. Bolts shall be provided with hexagonal head, nuts &
washers. Bolts shall be provided with M.S. sleeves, wherever necessary for adjustment during
erection. The material shall conform to IS 2062.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Miscellaneous Fabrication Work_1110.doc


Jacobs
Pages 4 of 5 Specification for Miscellaneous Fabrication Work HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1110/A4

3.4 SLEEVES

Sleeves shall be fabricated out of M.S. sheets or YST 25 medium pipes or P.V.C. If load bearing,
they shall be fastened by anchor straps in concrete, and shall be placed at proper elevation as
shown in the drawings. The work shall include providing and fixing sleeves and sealing with
cement grout in manner approved by the owner / consultants.

3.5 ACCESS OPENINGS IN ROOF & AIR - TIGHT HATCH COVERS

These shall be provided in underground ducts & roofs as indicated in the drawings. Access
opening covers shall be of steel and painted as required. Air - tight hatches shall be gasketed
suitably.

3.6 METAL FLASHINGS

Metal flashings shall be installed at locations shown in the drawings to provide water-tight
protection. Exposed edges of all flashings shall be folded back 12 mm to provide stiffness. Cap
flashings shall be secured in metal reglects with the groove filled with caulking compound as
shown in the drawings. The materials of flashings will be either G.I., aluminium or copper as
specified.

3.7 STEEL STAIRS & CAT - WALKS

Steel stairs including cat - walks, wherever shown on the drawings shall be complete with
stringers, treads, risers, cat - walk framing, struts, hangers, bracing, chequered plates, toe plates,
railings and all fastenings and fittings. All work shall be shop fitted and assembled as far as
possible before erection. All work shall be erected square, plumb straight and true. Joints and
intersections shall be accurately fitted and securely braced or anchored.

3.8 EDGE- PROTECTION ANGLES

These shall consist of M.S. angle 50 x 50 x 6mm size with hold-fasts @ 600 mm / c.c. unless
otherwise stated. Hold-fasts shall normally be 10mm M.S. rods approximately 150mm long, bent
into "Z" shape and welded within the flanges of the angles.

Wherever the edge protection angles are used on trenches a suitable guide plate (approx. of
20mm x 6mm size) shall be tack - welded to the angle as required.

At corners the angles should be cut at 45 and welded flush.

3.9 M.S.INSERTS

M.S. plate or pipe inserts in concrete or masonry shall be fixed at correct locations and elevations
shown in the relevant drawings. The fabrication of the inserts shall be done in the best applicable
methods to avoid distortion. Hold-fasts shall normally be fully welded unless otherwise specified.
Any parts such as bolts, which are integral part of the insert, shall be carefully handled during
fabrication to avoid damages to threads and shall be accurately positioned prior to and during
welding. The inserts shall be painted with one coat of red oxide primer on exposed surfaces after
placement. Any modifications after placement in concrete particularly with gas-cutting shall be
avoided. The inserts shall be measured on "weight" basis unless otherwise specified.

3.10 HAND RAILS

This shall consist of M.S. pipes and two runners at top and mid height of the post. Wherever
necessary, the plates shall be provided. The construction shall be welded type unless otherwise
specified. The vertical posts shall be 40 NB B class pipe and shall be placed at 1.5M max
spacing unless otherwise specified. The height shall be 925 mm or 1050 mm. The mid rail 32 NB
B class pipe shall be welded as shown on the drawing and specified elsewhere.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Miscellaneous Fabrication Work_1110.doc


Jacobs
HPCL, Mumbai Specification for Miscellaneous Fabrication Work Pages 5 of 5
44LK5100 Standard Specification Section-3.1
Doc.no.44LK-5100-00/S.02/1110/A4

Fabrication, in general, shall be as shown on the drawings and specified elsewhere. Toe plate of
100 x 6 M.S. flat shall be provided whenever called out. Additional posts at wherever railing is
interrupted shall be provided at no extra cost. The rate shall include fixing to either concrete or
steel structure or as specified.

The painting of shop shall be done after usual surface preparation.

3.11 ANCHOR FASTNERS

These shall be of the best locally available make, and shall be approved by the Consultants
before using the same. The anchor fasteners shall be utilized for holding up minor / medium
structural works and equipments in concrete or masonry as required. The fasteners used shall be
such that it can be installed easily in pre-drilled holes of standard sizes and shall expand after
striking and bolting. It shall be galvanized to resist corrosion.

3.12 HOT - DIP GALVANISING

Hot - dip galvanizing shall be done for mild steel grating or any other steel work if asked for. The
galvanizing shall conform to IS - 2629. (Minimum weight of zinc shall be 450 gm / sq. meter). All
openings and cut-outs shall be made before hot-dipping.

3.13 CAST - IRON GRATING

The grating shall be manufactured from grey cast - iron conforming to grade 15 of IS - 210. The
cast - iron grating shall conform to IS - 5961 and as specified on the drawing.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Miscellaneous Fabrication Work_1110.doc


Page 1 of 8

HINDUSTAN PETROLEUM CORPORATION LIMITED


MUMBAI REFINERY

DHT PROJECT OSBL FACILITIES

TITLE : SPECIFICATIONS FOR CONCRETE PAVING

DOCUMENT NO. : 44LK-5100-00/C.02/1112/A4

Rev No. Issue Date Pages Rev Description Prepared Checked Approved

By By By

A 25/10/2008 8 ISSUED FOR TENDER DK SSP MBR

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Concrete Paving_1112.doc


Jacobs
Pages 2 of 8 Specification for Concrete Paving HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/C.02/1112/A4

TABLE OF CONTENTS

1.0 PURPOSE

2.0 SCOPE OF WORK

3.0 TECHNICAL REQUIREMENTS

3.1 MATERIALS

3.2 GRADES AND PROPORTIONING

3.3 EQUIPMENTS CONSTRUCTION

3.4 APPLICATION

3.5 FORMS

3.6 REINFORCEMENT

3.7 MIXING

3.8 PLACING

3.9 COMPACTION AND FINISHING

3.10 CURING

3.11 JOINTS

3.12 OPENING TO TRAFFIC

4.0 RELATED DOCUMENTATION

5.0 ATTACHMENTS

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Concrete Paving_1112.doc


Jacobs
HPCL, Mumbai Specification for Concrete Paving Pages 3 of 8
44LK5100 Standard Specification
Doc.no.44LK-5100-00/C.02/1112/A4

1.0 PURPOSE

The purpose of this document is to state the requirements of material, workmanship and
construction procedure to be followed during the execution of concrete paving works.

2.0 SCOPE OF WORK

This specification covers the material, laying and finishing of concrete paving.

3.0 TECHNICAL REQUIREMENTS

3.1 MATERIALS

Concrete should conform to requirements specified in plain and reinforced concrete


specification No. 44LK-5100-00/S.02/1102/A4

Sand used for filling in concrete pavement shall be well graded clean without impurities and
from a source approved by Owner/Consultant.

WBM filling in concrete pavement shall consist of coarse aggregates of hard, crushed stone
metal from quarries approved by Owner/Consultant Binding material for WBM shall consist
of clean dry murrum, free from deleterious matter.

3.2 GRADES AND PROPORTIONING

3.2.1 All concrete shall be controlled concrete conforming to IS:456. As a minimum, for
levelling/blinding and filling purpose ordinary concrete of 1:2:4 mix proportion shall be used.
For grade of concrete for paving slab, refer Design Basis General Civil - 44LK- 5100-
00/C.02/1152/A4

3.3 EQUIPMENT

All equipment like weighing devices, measuring boxes, mixers, sub-grade templates, hand
tempers, vibrating screens, internal vibrators, longitudinal floats, bridges, belts, bush
brooms, straight edges, edging tools etc. shall be on the worksite in first class working
condition and shall have been inspected by Owner/Consultant before paving operations are
permitted to start. Throughout the construction period the contractor shall maintain
adequate equipment to ensure the proper execution of the work.

3.4 APPLICATION

3.4.1 Preparation of subgrade

Before starting work, the subgrade will be thoroughly compacted by rolling/hanging/wetting


to required lines and levels and ensuring that it complies with the following requirements:-
a) That no soft sports are present in the sub-grade or sub-base

b) That the uniformly compacted sub-grade or sub-base extends atleast 300 mm on


either side of the width to be concreted

c) That the sub-grade is properly drained.

d) That the minimum modulus of sub-grade reaction obtained with the plate bearing test
shall be 5.54 kg/cm3

e) The sub-grade shall be in moist condition at time of concrete placement.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Concrete Paving_1112.doc


Jacobs
Pages 4 of 8 Specification for Concrete Paving HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/C.02/1112/A4

3.4.2 Over the prepared sub-base, a base course of WBM/sand/crushed rock/rubble soil etc. as
detailed in drawings shall be provided. This shall be well compacted by rolling along with
sprinkling water. After laying of base course of WBM quarry dust/murrum shall be applied
over the surface with dry rolling as given in standard specification for 44LK-5100-
00/C.02/1118/A4.

3.5 PLACING FORMWORK

3.5.1 All side forms shall be of mild steel unless use of wooden sections are specially permitted.
The steel forms shall be MS channel sections and their depth shall be equal to thickness of
the paving. The sections shall have a length of at least 3.0 m except on curves, where
shorter sections may be used. These forms should be provided with ample bracing and
supports to prevent the springing of the forms under the concrete pressure or thrust of
machinery operating nearby.

3.5.2 The forms should be in a sufficient number and they should not be removed until concrete is
hardened sufficiently.

3.5.3 In case wooden forms are permitted, these shall have minimum base width of 100 mm for
200 mm thk. slabs and 150 mm for more than 200 mm thickness.

3.6 TYING REINFORCEMENT

3.6.1 All reinforcement work shall confirm to IS:456 and plain and reinforced cement concrete
specification(44LK-5100-00/S.02/1102/A4). Reinforcing steel shall be free from dirt scale or
other foreign material and rust. The number, size, form and position of all the reinforcement
shall unless otherwise directed or authorised by Owner/Consultant be strictly as per
drawings. The placing of reinforcement shall be such that when properly placed into the
work, extreme longitudinal bars will be located not less than 50 mm nor more than 100 mm
from the edges of the slab except for dummy joints, the length of reinforcement will keep
clear of transverse joints by not less than 50 mm nor more than 100 mm as measured from
the centre of the joint to the ends of longitudinal bars.

3.6.2 While overlapping the bars in either direction the overlap shall be at least equal to spacing
between bars in the respective direction.

3.6.3 To prevent displacement before or during concreting, bars shall be secured to one another
with 16 SWG black soft annealed binding wire. Wooden planks provided for labour to move
shall be supported independent of reinforcement and the cage shall never be permitted to
sag or get displaced during concreting. Concrete spacer blocks shall be used to ensure
correct cover of concrete over bars as shown in drawings.

3.6.4 Dowels if used as load-transferring device shall be checked for exact position before
concreting. Dowels shall be parallel to the surface and perpendicular to the joint and shall
not place any restraint on the movement of the joint.

3.7 MIXING & BATCHING

3.7.1 Mixing shall be carried out as given in specification for Plain and reinforced concrete
44LK-5100-00/S.02/1102/A4.

3.7.2 Correction for bulking In volume batching suitable allowance shall be made for the bulking
of fine aggregates due to presence of water. For this purpose the bulking shall be
determined as directed by Owner/consultant.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Concrete Paving_1112.doc


Jacobs
HPCL, Mumbai Specification for Concrete Paving Pages 5 of 8
44LK5100 Standard Specification
Doc.no.44LK-5100-00/C.02/1112/A4

3.8 PLACING

3.8.1 The place where concrete is to be poured should be clean and free from all loose dirt,
wooden pieces, dust, standing water etc.

3.8.2 Walking on reinforcement layers is not permissible. Walkways of wooden planks or similar
material can be placed with removable supports and should be independent of the
reinforcement. The reinforcement position should not be disturbed nor should it sag during
carriage and placement of concrete.

3.8.3 Placing and vibration should not take totally more than 20 minutes from time of mixing.
Method of placing should be got approved by Owner/Consultant. Segregation during
carriage and placement should be avoided. If during carriage concrete segregates, it should
be remixed before placement.

3.8.4 Concrete should not be dropped from a height of over 1.5 m.

3.8.5 To ensure bond and water tightness between old concrete surface and fresh concrete to be
placed, the surface should be cleaned and roughened by initial green cut by wire brushing
or chipping. The initial green may be done by wire brush after 6 hours of placing concrete in
order to facilitate the work. Chipping can be done only after 48 hours. A layer of cement
slurry with 1:1 (1 cement : 1 Sand) should be poured to obtain a uniform coating on old
concrete. Immediately thereafter, the fresh concrete should be poured.

3.8.6 Concrete shall be mixed in quantities required for immediate use and shall be deposited on
the sub-grade in a single operation to the required depth and width of the paving. Spreading
shall be as uniform as possible to avoid rehandling of concrete. Where, however, a certain
amount of redistribution is necessary it shall be done with shovels and not with rakes.
Concrete shall be vibrated with internal vibrators. Concrete shall be placed continuously
until completion of the part of the work between construction joints or as directed by
Owner/Consultant .

3.8.7 Placing in extreme weather

All precautions shall be taken for concreting in extreme weather in accordance with the
relevant clauses of IS:456. Due protection shall be provided to prevent cement being blown
away while proportioning and mixing during windy weather. No concreting shall be carried
out in continuous heavy rains. Necessary arrangements to cover the freshly poured
concrete shall be provided, to protect it from the direct rays of the sun and from drying
winds.

3.8.8 All concreting placements should be co-ordinated with placement of conduits, inserts,
embedded parts etc. executed either by same agency of separately.

3.8.9 Concrete in standing water shall be executed strictly as per IS:456.

3.8.10 The concrete shall be laid in panels not exceeding 7.5 m x 7.5 m or as directed by
Owner/consultant.

3.9 COMPACTION AND FINISHING

3.9.1 Compaction

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Concrete Paving_1112.doc


Jacobs
Pages 6 of 8 Specification for Concrete Paving HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/C.02/1112/A4

The surface of the paving shall be compacted either by means of power driven finish
machine or a vibrating hand screed. For areas where width of the slab is very small as the
corner of street junction etc. hand consolidation and finishing shall be done as follows:

a) Concrete as soon as placed, shall be struck off uniformly and screeded to the crown
and cross-section shown on the plans and to such level above the base that when
compacted and finished, the paving shall conform to the grade and cross section
indicated by the plans. The entire surface shall then be tamped until a close knit
dense surface is obtained.

b) The tamper shall rest on the side forms and shall be drawn ahead with a swing motion
in combination with a series of lifts and drops alternating with lateral shifts, the aim of
this operation being compaction and screeding to the approximate level required.
Subsequent tamping should advance 75mm at a
time in the direction in which the work is proceeding and in final stages the tamping
should be closer about 12mm at a time until a level and dense surface is obtained.

c) If so directed by Owner/consultant, hand operated vibrating tamper consisting of


normal type of hand tamper attached to a pneumatic or electric vibrating unit shall be
used for compaction.

d) Segregated particles of coarse aggregate which collect in front of the tamper shall be
thrown outside the forms or thoroughly mixed by hand with a mass: of concrete
already on the base.

e) Compaction by tamping shall be carried on till the mortar in the mix just works upto the
surface. The surface shall be examined after compaction correction, if needed, shall
be made by adding or removing concrete followed by further compaction and finishing.

3.9.2 Floating

As soon as practicable, after concrete has been struck off and compacted, it shall be further
smoothened and compacted by means of a longitudinal float 1200 mm long and 75 mm
wide operated from a foot bridge.

3.9.3 Straight Edging

After floating is completed and excess water removed but while concrete is still plastic the
slab surface shall be tested for trueness with a straight edge and rectified, if necessary.

3.9.4 Belting

Just before the concrete becomes non-plastic, the surface shall be belted with a two ply
canvas belt not less than 200 mm wide and atleast 1.0 m longer than the width of the slab
Hand belts shall have suitable handles to permit controlled uniform manipulation. The belt
shall be operated with short strokes transverse to the carriage way centerline and a rapid
advance parallel to the centre line.

3.9.5 Brooming

After belting and as soon as surplus water has risen to the surface the paving shall be given
a broom finish to produce corrugations of uniform appearance of not more than 1/16 inch in
depth.

3.9.6 Edging

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Concrete Paving_1112.doc


Jacobs
HPCL, Mumbai Specification for Concrete Paving Pages 7 of 8
44LK5100 Standard Specification
Doc.no.44LK-5100-00/C.02/1112/A4

Before the concrete has its initial set the edges shall be carefully finished with an edger of
the radius required and paving edge shall be left smooth and true to line.

3.10 CURING

3.10.1 Initial curing

Immediately, after the completion of the finishing operations, the surface of paving shall be
entirely covered with wetted burlap, cotton or jute mats.

3.10.2 Final Curing

Upon the removal of mats, the slab shall be thoroughly wetted and covered by the following
method:

Curing with wet earth A system of transverse and longitudinal dykes of clay about 50 mm
high shall be laid over the slab. These dykes shall be blanketed with sandy soils free from
stones to prevent drying up. The rest of the slab shall be covered with sufficient sandy soil
so as to produce a blanket of earth not less than 37mm depth after wetting. This earth shall
be kept thoroughly wet till the concrete has attained the required strength but not less than
14 days.

3.11 JOINTS

3.11.1 Sealing of Joint

a) After the curing, the temporary seal or other intruded materials of all expansion and
contraction joints shall be removed completely and the slots filled with approved joint
sealing compound conforming to IS: 1834 TYPE B

b) The edges of the joints shall be thoroughly cleaned and primed with a thin bituminous
paint, which shall be allowed to dry before the sealing compound is applied.

c) The primer shall be applied with a brush. The composition of primer shall be as
follows:

Name of Material Percent by Weight

1. 200-Penetration Bitumen 66% blended blended.


2. Light creosote oil 14% Hot Clod
3. Solvent Naphtha 20%

The bitumen shall be melted and fluxed with oil. When cold, solvent Naphtha shall be
added. BITUMINOUS emulsion shall not be used as primers. Care shall be taken to ensure
that the sealing compound is not heated above 200C and temperature does not exceed
180C for long periods.

3.11.2 Sealing compound shall be poured into the joint opening in such a manner that the material
will not be spilled on the exposed surface of the concrete. When required to prevent pick up
under traffic, the exposed surface of the sealing compound shall be dusted with hydrated
lime.

3.12 OPENING OF TRAFFIC

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Concrete Paving_1112.doc


Jacobs
Pages 8 of 8 Specification for Concrete Paving HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/C.02/1112/A4

3.12.1 Traffic shall not be allowed for a period of 28 days after laying of concrete.

3.12.2 Before opening the roads to traffic all joints shall be filled and trimmed or topped out as
required.

RELATED DOCUMENTATION
4.0

44LK-5100-00/S.02/1102/A4: Specifications for Plain and reinforced cement concrete

5.0 ATTACHMENTS

Nil

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Concrete Paving_1112.doc


Page 1 of 7

HINDUSTAN PETROLEUM CORPORATION LIMITED


MUMBAI REFINERY

DHT PROJECT OSBL FACILITIES

TITLE : SPECIFICATIONS FOR FIRE PROOFING


OF STEEL STRUCTURES

DOCUMENT NO. : 44LK-5100-00/S.02/1114/A4

Rev No. Issue Date Pages Rev Description Prepared Checked Approved

By By By

A 25/10/2008 7 ISSUED FOR TENDER DK SSP MBR

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Fire proofing of Steel Structures_1114.doc


Jacobs
Pages 2 of 7 Specification for Fire Proofing of Steel Structures HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1114/A4

TABLE OF CONTENTS

1.0 PURPOSE

2.0 SCOPE OF WORK

3.0 TECHNICAL REQUIREMENTS

3.1 MATERIALS

3.2 SURFACE PREPARATION

3.3 APPLICATION

3.4 APPROACH, WORKING PLATFORM, SCAFFOLDING & FORMWORK

3.5 SPECIFIC REQUIREMENT

3.6 FINISHING AND JOINT SEALING

3.7 TEST

4.0 RELATED DOCUMENTATION

5.0 ATTACHMENTS

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Fire proofing of Steel Structures_1114.doc


Jacobs
HPCL, Mumbai Specification for Fire Proofing of Steel Structures Pages 3 of 7
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1114/A4

1.0 PURPOSE

The purpose of this document is to state the requirements of material, workmanship and
construction procedure to be followed during the execution of fireproofing of steel structures
works.

2.0 SCOPE OF WORK

This specification covers the general requirements of materials and the method of
application for external protection of structural steel members, vessel / column skirts,
saddles and supports against fire by shotcreting / in-situ concrete / vermiculite cementitious
coating.

3.0 TECHNICAL REQUIREMENTS

3.1 MATERIALS

All materials to be used shall conform to the requirements of respective IS Codes. Samples
and test results for all the materials shall be submitted to the Owner/Consultant and got
approved by him in writing before execution of work. Acceptance criteria of commonly used
materials is given below.

Cement

The cement used shall conform to IS:269 / IS:455 / IS:1489 / IS:8041 / IS:8112.

Sand

Sand shall comply with the requirements of IS:383 and graded evenly from fine to coarse as
per Zone II and Zone III.

Coarse Aggregate

Coarse aggregate shall be graded to comply with requirements of IS:383, with maximum
size of aggregate 10 mm. .

Water

Water used shall conform to the requirements of IS:456.

Admixture

Admixture shall conform to IS:9103. This shall be mixed with concrete strictly as per
manufacturers recommendation and shall also meet the requirements of IS:456.

Vermiculite Cementitious Coating Material

This shall be a branded product with base as Vermiculite mixed with ordinary portland
cement and shall have a maximum loose dry density of 400 kg/m3. The moulded density
3
shall not exceed 800 kg/m . Sulphate content in the branded product shall not exceed 1%
when the sulphate content is expressed as sulphur trioxide.

Expanded Metal Steel Sheet

Expanded metal steel sheets shall conform to IS:412 and shall be of an approved type. Size
of the mesh shall be 10 mm x 40 mm with strands of 2.5 mm width and 1.0 mm thickness.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Fire proofing of Steel Structures_1114.doc


Jacobs
Pages 4 of 7 Specification for Fire Proofing of Steel Structures HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1114/A4

Reinforcement

Welded wire fabric to be used as reinforcement shall conform to IS:1566 and shall be of
approved type. Mesh size shall be 50 mm x 50 mm and thickness of wire shall be 3 mm or
10 SWG 100x100 mm.

Attachments:

a) Tie Wire :

Tie wires shall be of mild steel, not thinner than 16 SWG.

b) Nuts :

Nuts shall be made of mild steel and shall conform to IS:1367 and IS:2585.

c) Cover Plates :

Cover plates shall conform to IS:2062 Gr. A.

d) Bitumen mastic flashing :

Bitumen mastic flashing shall conform to IS:3037.

3.2 SURFACE PREPARATION

Surface cleaning

All steel surfaces to be in contact with the fire proofing coating material, shall be cleaned of
all oil / grease, loose rust / scales / dust by using detergent or solvent and wire brushing as
directed by Owner/Consultant. The detergent / solvent shall be washed away with water and
the steel surface dried.

Welding of nuts and application of primer

M-16 nuts shall be welded with all the steel members to be fire proofed. Maximum spacing
of nuts shall be 400 mm centre to centre in both directions. Nuts shall be welded to the
vessel supports/skirts. Primer paint shall be applied to the MS nuts and effected surfaces of
the members due to welding after cleaning. Primer paint shall be compatible with the primer
already applied to the steel members.

Fixing of expanded metal steel sheet

Expanded metal steel sheet shall only be used for built up sections, consisting of two
members spaced apart. This shall be kept in position true to line and face and shall be
attached firmly to structural steel member by tack welding or with the help of clips and 16
SWG tying wire at 300 mm c/c. Minimum lap of 75 mm shall be provided wherever
required, however, laps shall be avoided at bends. Strands of the expanded metal steel
sheet shall slope inwards and downwards.

Placement of reinforcement

Reinforcement shall be placed in the middle of coated material thickness. It shall be bent
confirming with outlines of finished encasement and rigidly secured in place by tie wire with
all the nuts. Minimum lap at ends and sides shall be 100 mm and lapped wire fabric shall be
tied firmly.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Fire proofing of Steel Structures_1114.doc


Jacobs
HPCL, Mumbai Specification for Fire Proofing of Steel Structures Pages 5 of 7
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1114/A4

Cover Plate

Cover plates shall be welded to the top flange of the beams if top edges of fire proofing are
not protected with bitumen mastic flashing.

3.3 APPLICATION

Application of fire proofing material coating shall be carried out by skilled and experienced
operators.

Before start of application, pipes and equipment in the vicinity shall be covered with
polythene / tarpaulin to protect them against damage. Open end of pipes shall be covered
with wooden plugs or with other suitable shielding materials.

Steel sections up to and including 300 mm depth, shall be coated by solid fill while sections
more than 300 mm shall be coated in the shape of profile of sections. For vessel skirts,
columns and saddles of horizontal vessels, the coating material shall be applied in horizontal
bands working upwards from the bottom of the skirt or column / saddle base plate. All
outside edges of the fire proofing shall be chamfered by 20 mm except for shotcreting,
corners shall be rounded.

Thickness of fire proof coating shall be established by providing ground wires both in vertical
and horizontal directions. Ground wires shall be tight and true to line, and placed in such a
manner that they can be further tightened, if required.

The fire proofing material, after application, shall be cured by keeping it in moist condition for
a period of at least 14 days or else the surface shall be coated with a membrane of
approved curing compound. Brand name, name of manufacturer, test results and method of
application shall be submitted to and got approved from the Owner/Consultant prior to
procurement of curing compound.

3.4 APPROACH, WORKING PLATFORM, SCAFFOLDING & FORMWORK

The contractor shall arrange all approaches, scaffoldings, stair ways, ladder, working
platform etc. for carrying out the entire works safely. The working area shall be neatly
maintained and all the facilities required by Owner/Consultant for proper supervision of the
work shall be provided. In case, any special precaution is needed for the safety of the
structure till the completion of application, the Contractor shall make and provide all such
arrangement to the complete satisfaction of the Owner/Consultant and shall remove the
same after completion of works.

Formwork wherever required shall be of plywood sheeting. It shall be adequately supported


and braced to protect against deformation on account of vibration during the application.
Forms shall be cleaned & applied with approved mould releasing agents. All other
specifications pertaining to the formwork shall be as per specification 44LK-5100-
00/S.02/1102/A4.

3.5 SPECIFIC REQUIREMENT

a. Fireproofing by shotcreting

Material, equipment and method of application shall be in accordance with IS:9012 as well
as with the foregoing clauses.

Thickness of concrete coating over the steel shall be 50 mm.

b. Fireproofing by in-situ concrete

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Fire proofing of Steel Structures_1114.doc


Jacobs
Pages 6 of 7 Specification for Fire Proofing of Steel Structures HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1114/A4

Concrete for fireproofing shall be of M20 grade (nominal mix). Mixing and placing shall be
done as per specification No. 44LK-5100-00/S.02/1102/A4.

Thickness of concrete coating over the steel shall be 50 mm.

Concrete shall be poured into well made forms to which approved mould releasing agents
are applied and made to correct dimensions. Concrete shall be vibrated as necessary to
ensure smooth surface, free from voids and irregularities. Any defects, honeycomb etc.
shall be made good by contractor at his own cost.

c. Vermiculite cementitious coating

Design requirement

Vermiculite cementitious coating shall ensure a fire rating of 2 hours minimum


when tested as per IS:3809.

The coating shall be non-corrosive to the steel members and shall not be affected
by environmental conditions, whether natural or from local leaks, spillage or
pollution. It shall also be asbestos free.

The coating shall be able to withstand both thermal shock and impingement of
water from fire hoses / monitors.

The coating material shall be durable and easily repairable.

Application procedure of the coating shall be easy, non-hazardous and also shall
not interfere with the working of the adjoining areas.

The contractor shall submit calculations of coating thickness for all structural steel
sections to be fire proofed for review / approval of the Owner/Consultant for the
branded product but in no case thickness of coating shall be less than 38 mm.
Test certificates shall be submitted by Contractor regarding properties of the
material in support of values considered in calculations.

Application of vermiculate cementitious coating

a) Vermiculite cementitious coating material shall be mixed with water on a clean


platform, or in a clean mixing box, or in a suitable mixer as per manufacturers
specifications. Water cement ratio shall be adjusted to proper consistency for
adhesion without sagging or sliding upon application.

b) Primer compatible with the vermiculite cement coating as recommended by the


manufacturers shall be applied over the steel surface after cleaning the shop
primer if required as per the manufacturers specifications.

c) Mixed vermiculite cementitious coating shall generally be applied, over the steel
surface, with the help of spray gun except for small areas and inaccessible
location, where application with conventional hand tools shall be permitted. Mixed
vermiculite shall be used within the pot life specified by the manufacturer. Under
no circumstances rebound material shall be used.

d) The full specified thickness shall be developed in three successive coats.

- Rendering coat Thickness between 8 mm to 12 mm

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Fire proofing of Steel Structures_1114.doc


Jacobs
HPCL, Mumbai Specification for Fire Proofing of Steel Structures Pages 7 of 7
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1114/A4

- Floating coat Thickness between 18 mm to 22 mm to


give a total thickness of 30 mm min. upto
the floating coat.

- Finishing coat Not less than 8 mm thick.

Each successive layer shall only be applied after the preceding layer has
developed its initial set and is also properly scratched with steel brush to develop
proper bond. If the application is interrupted and does not satisfy successive
layers criteria, the coating shall be cut back to the steel surface / proceeding layer
with a trowel at an inclined angle. Exposed surface of this coating shall be
thoroughly wetted before resuming work.

e) Application of mixed vermiculite shall not be carried out if the air temperature or
the temperature of the surface to be fire proofed is 4C or less. Provision shall be
made for adequate ventilation during and after application, until the coating is dry.

3.6 FINISHING AND JOINT SEALING

3.6.1 Fire proof coating shall be finished with 2 coats of microporous exterior top coat, compatible
to cement surfaces, of approved make and colour conforming to IS specifications.

3.6.2 All exposed joints between fire proofing material coating and steel shall be sealed with
minimum 10 mm thick bitumen mastic flashing, when not otherwise shielded.

3.7 TEST

3.7.1 Tests for shotcrete shall be carried out as specified in IS:9012

3.7.2 Tests for cast in-situ concrete M-20 shall be as specified in specification no. 44LK-5100-
00/S.02/1102/A4.

3.7.3 The contractor shall submit the certificate of test results for the vermiculite cementitious
coating over structural members from a laboratory, approved by the Owner/Consultant,
along with the bids. Test shall be performed as per the requirements laid down in IS:3809 /
BS 476 pt 20 / UL-1709.

4.0 RELATED DOCUMENTATION

44LK-5100-00/S.02/1102/A4 Specifications for Plain and Reinforced Cement Concrete

5.0 ATTACHMENTS

Nil

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Fire proofing of Steel Structures_1114.doc


Page 1 of 17

HINDUSTAN PETROLEUM CORPORATION LIMITED


MUMBAI REFINERY

DHT PROJECT OSBL FACILITIES

TITLE : SPECIFICATIONS FOR STRUCTURAL STEELWORK

DOCUMENT NO. : 44LK-5100-00/S.02/1119/A4

Rev No. Issue Date Pages Rev Description Prepared Checked Approved

By By By

A 25/10/2008 17 ISSUED FOR TENDER DK SSP MBR

\\\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
Pages 2 of 17 Specification for Structural Steel Work HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1119/A4

CONTENTS

1.0 PURPOSE

2.0 SCOPE OF WORK

3.0 TECHNICAL REQUIREMENTS

3.1 GENERAL
3.2 STRUCTURAL STEEL
3.3 FABRICATION DRAWINGS
3.4 FABRICATION
3.5 FABRICATION PROCEDURE
3.6 SHOP ERECTION
3.7 INSPECTION AND TESTING OF STRUCTURES
3.8 SHOP PAINTING
3.9 PACKING AND TRANSPORTATION
3.10 FIELD ERECTION
3.11 SAFETY & SECURITY DURING ERECTION
3.12 FIELD CONNECTIONS
3.13 GROUTING
3.14 PAINTING AFTER ERECTION

4.0 RELATED DOCUMENTATION

5.0 ATTACHMENTS

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
HPCL, Mumbai Specification for Structural Steel Work Pages 3 of 17
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1119/A4

1.0 PURPOSE

The purpose of this document is to state the requirements of material, workmanship and
construction procedure to be followed during the execution of structural steelworks.

2.0 SCOPE OF WORK

This specification covers the requirements for material, storage, fabrication, assembly,
testing/examination, transportation and erection of all types of bolted and welded structural steel
work for general construction work. Fabrication of structure shall also include fabricating

a. Built up section / plate girders, made out of rolled section or by plates.


b. Compound section made out of rolled sections.

Drawings will be made by Contractor himself.

3.0 TECHNICAL REQUIREMENTS

3.1 GENERAL

a. The requirements set forth in IS 800 for general construction in steel and IS 9595 & IS 801 for
use of cold formed light guage steel members; IS 806 for use of steel tubes in general building
construction for the design, fabrication and erection of structural steel for buildings shall be
followed for structural steel work, unless otherwise specified.

b. In cases of conflict between this specification and the above Indian Standards, this specification
shall govern.

3.2 MATERIALS

3.2.1 Structural Steel

The Structural steel shall conform to IS:2062 (Weldable quality) unless specified otherwise.
Carbon steel pipes shall conform to IS:1161 of Grade YST-240 or higher.

3.2.2 Electrodes for metal arc welding

Covered electrodes for metal arc welding of structural steel shall conform to IS:814.

Bare wire electrodes for submerged arc welding of structural steel shall conform to IS:7280. The
combination of wire and flux shall comply with IS:3613.

Filler rods and wires for gas welding shall conform to IS:1278. Filler rods and bare electrodes for
gas shielded arc welding of structural steel shall conform to IS:6419.

3.2.3 Bolts and Nuts

Bolts and nuts (including lock nuts) shall conform to IS:1363, IS:1364, IS:1367, IS:3640, IS:3460,
IS:3757, IS:6623 and IS:6639 as applicable. Washers shall conform to IS:5369, IS:5370,
IS:5372, IS:5374, IS:6610 and IS:6649 as applicable.

3.2.4 Receipt and storing of materials

All sections shall be checked on receipt to ensure that they are free from surface defects such as
pitting, twists, cracks and laminations. They shall be arranged by grade and quality and by lot.
Every section shall be marked for identification and the manufacturers certificate for every lot
giving details of chemical analysis and mechanical characteristics shall be kept in record.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
Pages 4 of 17 Specification for Structural Steel Work HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1119/A4

Welding wires and electrodes shall be segregated by quality and lots and stored inside a dry,
enclosed room as per recommendations of IS:9595. All care shall be taken to keep the
electrodes in perfectly dry condition to ensure weld metal soundness and satisfactory operations.
Manufacturers certificates for electrodes shall also be logged into the records.

Bolts, nuts and washers shall be sorted out by grade, type and diameter and the manufacturers
quality / test certificates shall be maintained for record purpose.

3.2.5 Material Testing

The contractor is required to provide manufacturers quality certificate for every item of material
supplied by him. In case such certificates are not available, the contractor shall at his own cost
carry out all such tests as are required by Owners / consultant at an approved Test House and
submit the test results for approval. The approval of such material shall however be entirely at
the discretion of the Owner / Consultant.

The Contractor shall ensure that all materials brought to site are duly approved. Rejected
materials shall not be used and shall be removed from site. Any material doubtful in quality for
which specific tests are to be carried out as per the instruction of Owner / Consultant, shall be
separately stacked and properly identified and shall not be used.

3.2.6 Storage and preparation

The storage yard for fabricated steel parts shall be prepared in advance and got approved by the
Owner / Consultant before the steel structures start arriving from the shop.

All materials shall be set at least 150 mm clear from ground on wooden or steel blocks for
protection against direct contact with the ground and to permit drainage of water.

Steps shall be taken to prevent warping of items during handling at all stages.

3.2.7 Deviations

Use of materials other than those specified above shall be allowed, with prior approval, only
where Contractor can prove technical advantage to the Owner.

3.3 FABRICATION DRAWINGS

Fabrication and erection shall be carried out based on drawings thoroughly checked, stamped
Approved for Fabrication and signed by the contractors own responsible engineer. Unchecked
and unstamped drawings shall not be used for purpose of proceeding with the work

The contractor shall directly issue to site / shop the fabrication and erection drawing in the correct
order, simultaneously submitting three copies to Owner / Consultant for their review. The Owner /
Consultant shall at his sole discretion review part or whole of all, some or none of the drawings.

Review of drawings by Owner / Consultant shall in no way relieve the contractor of his
responsibility for correctness in the execution of the work, and the contractor shall be required to
modify / rectify the structure at any stage of the work in case owner / consultant bring to his
attention any mistake / omission in the fabrication drawing and the fabrication based on this
drawing or that the work does not conform to good engineering practice. All such modifications /
rectifications shall be made at no extra cost to the owner.

Fabrication drawings shall be drawn to scale and shall convey the information clearly and
adequately. Following information shall be furnished on such drawings :

Reference to design drawing number (along with revision number) based on which fabrication
drawing has been prepared.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
HPCL, Mumbai Specification for Structural Steel Work Pages 5 of 17
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1119/A4

Structural layout, elevations and sections (with distinct erection marking of all members).

Framing plans, member sizes, orientation and elevations.

Layout and detailing of rain water pipes and gutters showing all necessary levels, connections
and provisions wherever required.

Detailing of shop / field joints, connections, splices for required strength and erection.

Location, type, size and dimensions of welds and bolts.

Shapes and sizes of edge preparation for welding.

Details of shop and field joints / welds.

Bill of materials / D.O.D Lists.

Quality of structural steel, plates etc., welding electrodes, bolts, nuts and washers to be used.

Erection assemblies identifying all transportable parts and sub-assemblies with special
erection instructions, if required.

Method of erection and special precautions to be taken during erection as required.

The Contractor shall additionally ensure accuracy of the following and shall be solely responsible
for the same :

Provisions for erection and erection clearances.


Marking of members
Cut length of members
Matching of joints and holes.
Provisions kept in the members for other interconnected members.
Bill of materials / D.O.D Lists.

Connections, splices and other details where not shown on the design drawings shall be suitably
designed and shown on the fabrication drawings based on good engineering practice developing
full member strength. Design calculations for such connections/splices shall be submitted to the
Owner / Consultant, if called for.

Any substitution or change in section shall be allowed only when prior written approval of the
Owner / Consultant has been obtained. Fabrication drawings shall be updated incorporating all
such substitutions/changes by the Contractor at no extra cost.

In case during execution of the work, the Owner / Consultant on review of drawings considers any
modifications/substitutions necessary to meet the design parameters/good engineering practice,
these shall be brought to the notice of the Contractor who shall incorporate the same in the
drawings and works without any extra cost to the Owner. The Contractor will be totally
responsible for the correctness of the detailed fabrication drawings and execution of the work.

Contractor shall incorporate all the revisions made in the design drawings during the course of
execution of work in his fabrication drawings and resubmit the drawings at no extra cost. All
fabrication shall be carried out only as per the final AFC drawings.

The Contractor shall supply two prints each of the final / as built drawings alongwith their
transparencies to Owner / Consultant for reference and record.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
Pages 6 of 17 Specification for Structural Steel Work HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1119/A4

The contractor is required to update the fabrication drawings to include revisions made in design
drawings during the course of work at no extra cost. The Contractor shall also supply two prints
of as built drawings, along with their transparencies at no extra cost.

3.4 FABRICATION

3.4.1 General

All fabrication shall be done as per specifications, IS:800, IS:9595 and other relevant IS codes on
the basis of stamped and signed Good for Construction fabrication drawings.

The contractor shall prior to starting any fabrication ensure that the fabrication yard is levelled and
firm enough to take weight of structures and equipment.

Any defective fabrication or material pointed out at any stage shall be replaced by the contractor
free of cost.

3.5 FABRICATION PROCEDURE

3.5.1 Straightening

All materials shall be straight and free from twists. If straightening or flattening is necessary, it
shall be done by a process approved by the Owner / Consultant, and in a manner that will not
damage the material properties. Sharp kinks or bends shall be a cause for rejection. The
specified camber wherever necessary shall be provided.

Bending of rolled steel section and plates shall be done by Cold Process to shapes, as shown in
drawings.

3.5.2 Clearance

The erection clearance for members having end cleats or plates shall not be more than 2 mm at
each end, whereas for other types of end connections it shall not be more than 3 mm at each
end. If for any reason a greater end clearance is required, suitable seating, approved by Owner /
Consultant shall be provided.

3.5.3 Cutting

Prior to cutting, all members shall be properly marked showing the requisite cut length / width,
connection provisions e.g., location and dimensions of holes, welds, cleats, etc. Marking for
cutting shall be done judiciously so as to avoid wastages or unnecessary joints as far as
practicable. Marking shall be done by placing the members on horizontal supports/pads in order
to ensure accuracy. Marking accuracy shall be limited to + 1 mm.

Cutting may be affected by shearing, cropping or sawing. Gas cutting by mechanically controlled
torch shall be permitted for mild steel. Hand flame cutting may be permitted subject to the
approval of the Owner / Consultant.

Except where the material is subsequently joined by welding, no loads shall be transmitted into
metal through a gas cut surface.

Shearing, cropping and gas cutting shall be clean, square, free from any distortion & burrs and
should the Owner / Consultant find it necessary, the edges shall be ground afterwards, to make
the same straight and uniform at no extra cost to the Owner.

Cutting tolerances shall be as follows :-

a. For member connected at both ends : 1 mm

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
HPCL, Mumbai Specification for Structural Steel Work Pages 7 of 17
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1119/A4

b. Elsewhere : 3 mm
3.5.4 Holing

Holes for compound or built up section passing through more than one thickness shall preferably
be drilled after the members are assembled and tightly clamped or bolted together. In case the
thickness of metal for each component is less than 16 mm, the holes may be punched prior to
assembly provided the holes are punched 3 mm smaller in diameter than the required size and
reamed after assembly to the required diameter. Dynamically loaded structures shall not be
holed by punching. In case the material is not more than 12 mm thick and the connection is not a
splice, the hole may be punched full size except in holes for close tolerance bolts or barrel bolts.

Holes may be drilled in one operation through two or more parts and the burrs removed from
each part after drilling. Holes not drilled through all the thicknesses in one operation shall be
drilled to a smaller size and reamed out after assembly.

Holes for close tolerance bolts and barrel bolts shall be drilled through all the thicknesses in one
operation and subsequently reamed to size after firmly holding the parts together with the aid of
tacking bolts or clamps.

Finished holes for black bolts of high strength and high strength friction grip bolts shall not have a
diameter more than 2 mm the diameter of the bolt passing through them or as specified in
fabrication drawings.

Holes for bolts shall not be formed by gas cutting.

To facilitate the grouting, holes shall be provided in column base / seating plates exceeding
300 mm width for the escape of entrapped air.

To avoid accumulation of water inside column base or boxed type construction suitable
reverse U-type holes shall be provided at junction of base plate and column section in vertical
gusset plates to drain collected water out.

3.5.5 Bending

Bending of plates, flats and sections shall be carried out on bending rolls or in presses.

Cold process bending may be accepted when bending radius is equal to or more than

- 25 times member thickness for plates and flats.


- 25h or 25b for rolled steel beams and channels according to the bending plane.
- 45b for angle

where, h = section height


b = flange width

When bending radius is less than that as indicated above, bending shall be done on hot metal by
heating the member up to 8500 C (Light red radiance). Bending shall be discontinued when
0
temperature drops below 500 C.

Accuracy of bending operations shall be checked by means of templates and the clearance
between member and template shall not be more than + 1 mm.

Bent member shall not have cracks or deep indentations from bending equipment.

3.5.6 Assembly

The component parts shall be aligned and assembled in such a fashion that they are not twisted
or damaged in any way and have the prescribed camber. The clamps, jigs and other fixtures

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
Pages 8 of 17 Specification for Structural Steel Work HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1119/A4

shall be placed so as to cause no imbalance which would result in twisting / incorrect positioning
of members. Due attention shall be paid to welding shrinkage and distortion.
3.5.7 Bolting

All turned and fitted bolts shall be parallel throughout the barrel within the tolerance of 0.125 mm,
unless otherwise specified and faces of heads and nuts bearing on steel work shall be machined.

All such bolts shall be provided with washers not less than 3 mm thick, so that when the nut is
tightened, it shall not bear the unthreaded body of the bolt and the threaded portion of the bolt
should not be within the thickness of the parts bolted together. The threaded portion of each bolt
shall project through the nut by at least one thread. Square tapered washers shall be provided for
all heads and nuts bearing on bevelled surface. Flat washers shall be circular in shape. The
bolts, nuts and washers, etc., shall be thoroughly cleaned and dipped in linseed oil.

The bolts shall be of Class I make or equal conforming to the above specifications.

All nuts and bolts shall be tightened in a staggered pattern and where more than four bolts in any
joints they shall be tightened from centre to outwards. Every bolted connection shall have atleast
2 bolts.

3.5.8 Bracings

Guys wires and temporary bracing shall be used wherever necessary to withstand the loads due
to erection. Such members shall be left in place as long as may be required for safety.

3.5.9 Welding

a. General

Welding of steel shall be in accordance with IS:816, IS:819, IS:1024, IS:1261, IS:1323 and
IS:9595 as applicable. Welds shall be made only by Qualified Welding Operators who have been
previously qualified by tests by the Owner / Consultant. Evidence of welders qualification tests
shall be produced if required by the Owner / Consultant. Owner / Consultant may reject any
welder found not suitable during actual work.

Welding wire and electrodes shall be sorted separately by quantities and lots inside a dry and
enclosed room, and as per instruction given by the Owner / Consultant. Electrodes shall be low
hydrogen type.

Both the structural members and the welding operation / process shall be adequately protected
from rain, strong winds or snow during welding. The Contractor shall provide necessary
supervision to ensure that all welding is carried out in conformity with the specification and
relevant IS codes. The contractor shall make all necessary infrastructure available such as
requisite number of welding sets, cutting and grinding equipment, test equipment and all
consumables as required.

b. Preparation of members for welding

Edge preparation of fusion faces for welding shall be carried out as per details given in IS:9595 or
as shown on drawings. All tolerances for such work shall be as per IS:9595. The bevelling of
such faces shall be checked by the Owner / Consultant.

Surfaces to be welded shall be cleared to ensure that they are free from loose scales, slag, rust,
grease, paint and other foreign matter, and shall be maintained.

Preheating of members shall be necessary when the base metal temperature (based on ambient
temperature) is less than the temperature required for that welding procedure. The preheating
shall be done in such a manner that the part on which weld metal is to be deposited is above the

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
HPCL, Mumbai Specification for Structural Steel Work Pages 9 of 17
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1119/A4

specified temperature for a distance of 75 mm on either side of the weld line. The temperature
shall be measured on the face opposite to the face being heated. In case access is limited to
only the face being heated, the source of heat shall be removed and sufficient time allowed to
elapse for heat equalisation prior to measurement. (1 minute per 25 mm of plate thickness).

Column splices and butt joints of compression members shall be accurately ground and close
butted over the entire section to ensure full contact for load transmission. The tolerance for such
work shall be maximum 0.2 mm. In the case of column bases and caps the ends of the section
along with connected gussets, stiffeners, angles, channels etc. shall be ground so as to ensure a
minimum contact area of 90%. The fitting of angles and channels should be sufficiently accurate
to limit the reduction in thickness on account of grinding to 2 mm. The ends of bearing stiffeners
shall be ground so as to fit tightly at both top and bottom. Slab bases and cap plates shall be
accurately ground over bearing surfaces to ensure minimum 90% contact area with columns.

c. Welding Processes

Any one or more of the following welding processes may be used.

i. Manual Metal Arc Welding Process.

ii. Submerged Arc Welding Process.

iii. Gas Metal Arc Welding Process.

iv. Flux cored Arc Welding Process.

The Contractor shall submit the welding procedure and the consumables proposed to be used to
the Owner / Consultant for approval. Combination of processes or electrodes may be permitted
only with the specific approval of the Owner / Consultant.

d. Approval & Testing of Welders

The Contractor shall satisfy the Owner / Consultant that the welders are suitable for the work
upon which they will be employed. For this purpose the welders shall have satisfied the relevant
requirements of ISS:7318. If the welders will be working to approved welding procedures, they
shall have satisfied the relevant requirements of IS:7310.

Adequate means of identification shall be provided to enable each weld to be traced to the welder
by whom it was made. The Contractor shall intimate the Owner / Consultant sufficiently in
advance, the commencement of tests, to enable him to be present to witness the same.

e. Approval and Testing of Welding Procedures

The Contractor shall carry out procedure tests in accordance with IS:7307 to demonstrate by
means of a specimen weld of adequate length on steel representative of that to be used, that he
can make welds with the welding procedure to be used for the work to the complete satisfaction
of the Owner / Consultant. The test weld shall include weld details from the actual construction
and it shall be welded in a manner simulating the most unfavourable instances of fit-up, electrode
condition etc., which are anticipated to occur on the particular fabrication. Where material
analysis are available, the welding procedure shall be carried out on material with the highest
carbon equivalent value.

After welding, but before the relevant tests given in IS:7307 are carried out, the test weld shall be
held as long as possible at room temperature, but in any case not less than 72 hours and shall
then be examined for cracking. The examination procedure shall be sufficiently rigorous to be
capable of revealing significant defects in both parent metal and weld metal.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
Pages 10 of 17 Specification for Structural Steel Work HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1119/A4

After establishing the welding method, the Contractor shall finally submit to the Owner /
Consultant for his approval of the welding procedure specification in standard format given in
IS:9595 before starting the fabrication.

f. Sequence of Welding

i. The direction of welding shall be from points relatively fixed with respect to each other
towards points having more flexibility.

ii. Welding shall be carried out continuously to completion with the required number of runs.

iii. For compound section splices, each component part shall be spliced prior to welding with
other component parts.

iv. Welds shall progress in a sequence that will balance the applied heat so as to reduce
distortion.

v. Joints having more shrinkage shall be welded prior to joints having less shrinkage.

vi. The sequence causing minimum distortion or shrinkage shall be chosen.

g. Welding Technique

The fusion faces shall be properly aligned and the gap set to the distance specified. The root
pass of butt joint shall be done such that full penetration is achieved as also complete fusion of
root edges.

On completing each run the weld and the parent metal shall be cleared by wire brushing and light
chipping to remove all slag and splatters. Visible defects if any such as cracks, cavities etc. shall
be removed to sound metal prior to depositing subsequent run of weld.

All full penetration butt welds shall be completed by gouging / chipping the back of the joint and
depositing a seal run of weld metal. Alternatively a backing strip shall be provided.

All care shall be taken to prevent any kind of movement, shock or vibration of components during
welding to prevent weld cracks.

h. Inspection and Testing of Welds

The method of inspection shall be according to IS:822 and extent of inspection and testing shall
be in accordance with the relevant applicable standard or, in the absence of such a standard, as
specified by the Owner / Consultant. Welds shall not be painted or otherwise obscured until they
have been inspected, approved and accepted.

The Owner / Consultant or his representative shall have access to the Contractors work at all
reasonable times and the Contractor shall provide him with all facilities necessary for inspection
during all stages of fabrication and erection with, but not limited to, the following objectives.

i. To check the conformity with the relevant standards and suitability of various welding
equipments and their performance.

ii. To witness / approve the welding procedure qualification.

iii. To witness / approve the welders performance qualification.

iv. To check whether shop/field welding being executed is in conformity with the relevant
specifications and codes of practice.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
HPCL, Mumbai Specification for Structural Steel Work Pages 11 of 17
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1119/A4

Inspection and testing of all fabricated structures shall be carried out by the Contractor by any, or,
a combination of all the following methods as directed by the Owner / Consultant and no separate
payment shall be made, unless otherwise mentioned, for inspection and testing of
welds/fabricated structures :

The various types of tests shall be :

i. Visual Inspection

100% welds shall be visually inspected to ascertain absence of the following defects.

- Surface cracks in weld or parent metal, or undercut, burning, overheating of parent metal.

- Blow holes, exposed porosity in the weld or unfused welds.

- Defects in the profile such as excessive convexity or concavity, unequal leg lengths
incompletely filled grooves, excessive penetration beeds, root grooves etc.

- Distortion due to welding and misalignment.

ii. Mechanical Tests

Tensile load tests, bend tests, impact tests etc. shall be carried out as per the standard.

iii. Radiographic Testing

Radiographic examination shall be carried out only in special cases for random joints as
directed by the Owner / Consultant. The Contractor shall not be paid any extra for such
examination. The Contractor shall make necessary arrangement at his own expense for
providing the radiographic equipment, films and all other necessary materials required for
carrying out the examination. The tests shall be carried in the presence of the Owner /
Consultant by employing approved testing procedure in accordance with IS:822. The
Contractor shall fulfil all the statutory safety requirements while handling X-ray and Gamma-
ray equipment and provide the Owner / Consultant all the necessary facilities at site such as
dark room, film viewer etc., to enable him to examine the radiographs. When full strength
butt weld / full penetration bevelled weld shall be tested minimum 10% joints / length of weld
can be considered for testing.

Iv Magnetic Particle / Dye Penetrator / Ultrasonic Tests

The examination shall be done at random as directed by the Owner / Consultant. Whenever
such tests are directed, the tests shall be carried out on joints chosen by him. The tests shall
be carried out by employing approved testing procedure in accordance with IS:822.

i. Repair of Welds

No repair of defective welds shall be carried out without proper permission of the Owner /
Consultant and his approval for the corrective procedure.

Welds not complying with the acceptance requirements (as specified by IS codes & the Owner /
Consultant), as revealed during inspection & testing of welds or erection or in-situ condition, shall
be corrected either by removing & replacing or as follows :

a. Excessive convexity Reduced to size by removal of excess weld metal.


b. Shrinkage cracks, cracks in - Defective portions removed down to sound metal and
parent plates and craters and rewelded.
c. Under cutting - Additional weld metal deposited.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
Pages 12 of 17 Specification for Structural Steel Work HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1119/A4

d. Improperly fitted / - Welding cut & edges suitably prepared and parts
misaligned parts rewelded.
e. Members distorted by the heat - Member straightened by mechanical means or by
of welding careful application of limited amount of heat.
(temperature of such area not to exceed 650 degree
Centigrade dull red heat).

In removing defective parts of a weld, gouging, chipping, oxygen cutting or grinding shall not
extend into the parent metal to any substantial amount beyond the depth of weld penetration,
unless cracks or other defects exist in the parent metal. The weld or parent metal shall not be
undercut in chipping, grinding, gouging or oxygen cutting.

Any fabricated structure or its component which, in the opinion of Owner / Consultant, is defective
and/or beyond any corrective action shall be removed forthwith from the site as instructed by the
Owner / Consultant without any extra claim. The Owner reserves the right to recover any
compensation due to any loss arising out of such rejections.

3.5.10 Splicing

Splicing of built up / compound / latticed sections shall be done in such a fashion that each
component of the section is joined in a staggered manner.

Where no butt weld is used for splicing, the meeting ends of two pieces of joist/channel/built up
section shall be ground flush for bearing on each other and suitable flange and web splice plates
shall be designed and provided for the full strength of the flange / web of the section and welds
designed accordingly.

Where full strength butt weld is used for splicing (after proper edge preparation of the web and
flange plates) of members fabricated out of joist/channel/angles/built up section, additional flange
and web plates shall be provided, over and above the full strength butt welds, to have 40%
strength of the flange and web.

Where a cover plate is used over a joist/channel section the splicing of the cover plate and
channel/joist sections shall be staggered by minimum 500 mm. Extra splice plate shall be used
for the cover plate.

Prior approval shall be obtained by the Contractor for locations of splices where not shown on
design drawings. Only a single splice at approved locations shall be allowed for members up to a
length of 6 to 7 m. Maximum two numbers of splices shall be allowed for members exceeding
this length.

In case full strength butt weld is used to connect opposing ends at a joint, additional flange and
web splice plates shall be provided capable of carrying 20% strength of the flange and web.

3.6 SHOP ERECTION

The steel work shall be temporarily erected in the shop to determine the accuracy of the fit. The
extent of erection shall be either complete or as directed by Owner / Consultant.

3.7 INSPECTION AND TESTING OF STRUCTURES

Materials and workmanship at all times shall be subject to inspection by the Owner / Consultant.
All inspection as far as possible shall be made at the place of fabrication and the contractor shall
co-operate with the Owner / Consultants Inspector and permit access for inspection to all places
where work is being done. The contractor shall supply free to the Owner / Consultant all
necessary gauges and templates necessary for inspection. However, such inspection shall not
relieve the contractor of his responsibility to furnish satisfactory work.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
HPCL, Mumbai Specification for Structural Steel Work Pages 13 of 17
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1119/A4

Materials of workmanship, not conforming to provisions of the specifications, may be rejected at


any time when defects are found during the progress of work.

The contractor shall obtain approval from the Owner / Consultant of all fabricated items prior to
commencement of their erection. However, any such approval shall not absolve the Contractor
from his responsibility of correctness and workmanship of the entire work.

3.8 SHOP PAINTING

Refer FEG Painting / coating specification. however, primer application to steel members which
are to be fireproofed by vermiculite based material, shall be as per the vendors specifications.

3.9 PACKING AND TRANSPORTATION

Loading and transportation shall be done in accordance with transport rules prevailing at that
location. Items shall be packed to protect them from damage / distortion. Small parts shall be
securely wired to their main members.

Loose items such as Bolts, nuts and washers shall be packed in crates.

3.10 FIELD ERECTION

Plant & Equipment

The suitability and capacity of all plant and equipment used shall be to the complete satisfaction
of the Owner / Consultant.

Storing & Handling

All steel work shall be so stored and handled at site so that the members are not subjected to
excessive stresses and any damage.

Setting Out

Prior to setting out of the steel work, the Contractor shall get himself satisfied about the
correctness of levels, alignment, location of existing concrete pedestals/columns/brackets and
holding down bolts/pockets provided therein. Any minor modification in the same including
chipping, cutting and making good, adjusting the anchor bolts etc., if necessary, shall be carried
out by the Contractor at his own expense. The positioning and levelling of all steel work including
plumbing of columns and placing of every part of the structure with accuracy shall be in
accordance with the drawings and to the complete satisfaction of the Owner / Consultant.

Tolerances

Tolerances for erection of steel work shall be in accordance with Table further & IS:7215
whichever is more stringent.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
Pages 14 of 17 Specification for Structural Steel Work HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1119/A4

ERECTION TOLERANCES

Tolerances allowed in the Erection of Structural Steel Buildings frames shall be as follows :

Component Description Variation allowed

Main Columns and Roof a) Shifting of column axes at


Posts foundation level with respect
to true axes.

- in Longitudinal direction + 5 mm

- in Lateral direction + 5 mm

b) Out of plumbness of column


axis from true vertical as
measured at the top.
- For a column up to + 25 mm or + H/1000
and ( whichever is less )
including 30 m ht.
- For a column greater than + 35 mm or + H/1200
30 m height ( whichever is less )

c) Deviation in straightness in
longitudinal and transverse + 10 mm or + H/1000
planes of column at any ( whichever is less )
point along the height.

d) For an individual column + 5 mm


deviation of any bearing or
resisting level from levels
shown on the drawings.

e) Difference in the erected + 5 mm


positions of adjacent pairs of
columns across the width of
the building prior to placing
of truss / beams with respect
to true distance.

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
HPCL, Mumbai Specification for Structural Steel Work Pages 15 of 17
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1119/A4

f) For adjacent pairs of + 5 mm


columns either across the
width of building or
longitudinally, level diffe-
rence allowed between
bearing or seating level
supposed to be at the same
level.

Component Description Variation allowed

Trusses a) Deviation at centre of span 1/250 of the height of truss


of upper chord member from in mm at centre of span or +
vertical plane running 15 mm whichever is less.
through centre of bottom
chord.

b) Lateral displacement of top 1/1500 of span of truss in


chord at centre of span from mm or + 10 mm (whichever
vertical place running is less).
through centre of supports.

c) Lateral shift in location of + 10 mm


purlin from its true vertical
position.

d) Lateral shift in location of + 5 mm


purlin from true position.

e) Deviation in difference of + 1/1200 of span of truss in


bearing levels of truss from mm or + 20 mm (whichever
the true difference. is less)

Crane, Gantry, Girders and Shift in the centre line of crane rail + (half web thickness
Rails with respect to centre line of web of plus 2 mm)
gantry girder

Shift of alignment of crane rail w.r.t. + 5 mm


true axis of crane rail

Deviation in crane track gauge with


respect to true gauge

i) For gauge upto 15 m + 5 mm


ii) For gauge more than 15 m + 10 mm

Deviation in the crane rail level at + 10 mm


any point from true level

Difference in levels between crane


track rails (across the bay) at

i) Supports 15 mm
ii) Midspan 20 mm

Relative shift of crane rail surface 2 mm


(at a joining in plan and elevation)

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
Pages 16 of 17 Specification for Structural Steel Work HPCL, Mumbai
Standard Specification 44LK5100
Doc.no.44LK-5100-00/S.02/1119/A4

3.11 SAFETY & SECURITY DURING ERECTION

The CONTRACTOR shall comply with IS:7205 for necessary safety and adhere to safe erection
practices and guard against any hazardous as well as unsafe working conditions during all stages
of erection.

During erection, the steel work shall be securely bolted or otherwise fastened and when
necessary, temporarily braced/guyed to provide for all loads to be carried by the structure during
erection till the completion, including those due to the wind, erection equipment and its operation
etc., at no extra cost to the Owner. For the purpose of guying, the Contractor shall not use other
structure in the vicinity without prior written permission of the Owner / Consultant.

No permanent bolting or welding shall be done until proper alignment has been achieved.

Proper access, platform and safety arrangement shall be provided for working and inspection, (at
no extra cost to the Owner) whenever required.

3.12 FIELD CONNECTIONS

Field Bolting

Field bolting shall be carried out with the same care as required for shop bolting.

Field Welding

All field assembly and welding shall be executed in accordance with the requirements for shop
assembly and welding. Holes for all erection bolts where removed after final erection shall be
plugged by welding. Alternatively, erection bolts may be left and secured.

3.13 GROUTING

Prior to positioning of structural columns/girders/trusses over the concrete


pedestals/columns/brackets, all laitance and loose material shall be removed by wire brushing
and chipping. The bearing concrete surfaces shall be sufficiently levelled, hacked with flat chisels
to make them rough, cleaned (using compressed air) and made thoroughly wet. All pockets for
anchor bolts shall also be similarly cleaned and any excess water removed. Thereafter, the
structural member shall be erected, aligned and plumbed maintaining the base plates/shoe plates
at the levels shown in the drawings, with necessary shims/pack plates/wedges.

After final alignment and plumbing of the structure, the forms shall be constructed alround and
joints made tight to prevent leakage. Grouting (under the base plates/shoe plates including
grouting of sleeves & pockets) shall be done with non-shrink grout having compressive strength
(28 days) not less than 40 N/mm2. Non shrink grout shall be of free flow premix type and of
approved quality and make. It shall be mixed with water in proportion as specified by the
manufacturer. Ordinary 1:2 cement/sand mortar grout shall be used only for small, isolated
structures e.g., operating platforms not supporting any equipment, pipe supports, cross overs,
stairs & ladders. The thickness of grout shall be as shown on the drawings but not less than 25
mm nor more than 40 mm in any case.

The grout mixture shall be poured continuously (without any interruption till completion) by
grouting pumps from one side of the base plate and spread uniformly with flexible steel strips and
rammed with rods, till the space is filled solidly and the grout mixture carried to the other side of
the base plate.

The grout mixture shall be allowed to harden for a period as decided by the Owner / Consultant.
At the end of this period, the shims/wedges/pack plates may be removed and anchor bolts
tightened uniformly. The alignment of the structure shall now be rechecked and if found correct,

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Jacobs
HPCL, Mumbai Specification for Structural Steel Work Pages 17 of 17
44LK5100 Standard Specification
Doc.no.44LK-5100-00/S.02/1119/A4

the voids left by the removal of shims/wedges/pack plates (if removed) must be filled up with a
similar mixture of grout. In case after checking, serious misalignment is indicated, the grout shall
be removed completely and fresh grouting done after making appropriate correction of alignment.

3.14 PAINTING AFTER ERECTION

Painting shall be as per attached specification.

4.0 RELATED DOCUMENTATION

44LK-5100-00/V.02/0002/A4 - Painting specification

5.0 ATTACHMENTS

Nil

\\nmumfil01\project\WIP\4401-5100\4401-5100_Civil\OSBL FACILITIES\STD. SPECIFICATION S(TENDER)\Specifications for Structural Steelwork_1119.doc


Page 1 of 17

HINDUSTAN PETROLEUM CORPORATION LTD.


MUMBAI

DIESEL HYDROTREATER PROJECT

TITLE : PAINTING SPECIFICATIONS

DOCUMENT NO. : 44LK-5100-00-V.02-0002-04

REV ISSUE PAGES REV DESCRIPTION PREPARED CHECKED APPROVED


NO. DATE
BY BY BY

A 30.07.2008 17 Issued for Clients approval MVS CR HSC

0 05.12.2008 17 Issued for FEED SNK CR HSC


JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 2 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

TABLE OF CONTENTS

ANNEXURE - I PAINTING SPECIFICATION

ANNEXURE - II PAINTING SYSTEM FOR UNIT EQUIPMENT & PIPELINES

ANNEXURE - II HPCL SPECIFICATIONS FOR PAINTS TO BE USED IN PAINTING OF UNITS

ANNEXURE - IV COLOUR CODE FOR PAINTING

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 3 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

ANNEXURE - I

PAINTING SPECIFICATION

1.0 PAINTING SYSTEM & PAINT SPECIFICATIONS:

The painting system for equipment and piping in units shall be as follows:
- Painting System : It shall be as per Annexure - II (3 Pages)
- Specifications of the paints: It shall be as per Annexure - III (5 Pages).
- Color Code for painting - Annexure IV (1 page)

2.0 GUARANTEE :
The paint manufacturer shall specify the following guarantee period of the system.
"Four years for all surfaces"
The paint manufacturer/ authorized painting contractor shall furnish a performance bank guarantee to this
effect. All mechanical damage to painting (after completion of painting) will be excluded from this
guarantee. Client shall have the sole discretion to invoke the bank guarantee in full or part in case of paint
failure.

After completion of the job a report shall be generated every three months by Client about the paint
condition and the manufacturer shall make good all areas with paint failures within 30 days of reporting of
defects.

In case the agency is an approved manufacturer, it should give the guarantee for the paint supplied as
well as for defects in the paint application. Any defect in the guarantee period (as per Client report)
should be rectified free of cost immediately.

If the painting company is not able to take the job directly for some reason, it can authorize any reputed
painting contractor to paint on its behalf. In this case as the agency is not an approved manufacturer but
is a painting contractor authorized by the paint manufacturer to paint on its behalf, it shall give a joint
performance guarantee with the approved paint manufacturer and any defect in the paint application
during the guarantee period (as per Client report) will be rectified by the agency free of cost immediately.
It shall be the responsibility of the paint company to supervise the painting work and make sure that good
quality painting work is carried out. However, if the authorized painting contractor fails to make good the
defects reported by Client within stipulated time frame, it will become the responsibility of the paint
manufacture to repair all defects reported by Client. Non-rejection by the paint manufacturing company
does not in any way constitute acceptance of any defective work.

3.0 APPROVAL OF PAINTS :


Vendor shall indicate his offered paint system in line with applicable paint system along with vendors
product catalogue & painting instructions. Vendor shall submit the paint (each and every tin of all types of
paint) along with the test certificates for Client approval at least 15 days prior to its proposed date of
application in field. The test certificate from the manufacturer shall clearly state type of paint, base of
paint, Batch No., Date of manufacture, Color, finish, shelf life, Temperature resistance, mixing ratio,
spreading rate, Density, Viscosity, Volume solids, Recommended DFT & Corresponding WFT, Touch dry
time, Hard dry time/ Overcoat interval, % of metallic Zinc by weight in dry film for Inorganic Zn silicate
and Zn rich epoxy primers, % of epoxy resin by weight in mixed resin coal tar blend for coal tar epoxies
and other details specified by Client. Paints with test certificates without these details shall be rejected.

Client reserves the right to check the paint quality independently at any laboratory. The complete lot of
paint shall be accepted or rejected on this basis.

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 4 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

4.0 SURFACE PREPARATION:


Shot blasting/girt blasting is the most preferred method of surface preparation. Power tool cleaning and
Hand tool-cleaning operation could be allowed in area where shot blasting is impractical due to approach
problem or height.

Three types of surface preparations have been specified by Client.

a) Shot Blasting:
It shall be as per Sa 2 1/2 (Near White Metal) of Swedish Standard SIS-05-5900 1967 / ISO 8501-1-
1988. Contractor shall use Client approved equipment, shots for blasting, and moisture & oil free air. It
shall be the responsibility of the contractor to provide suitable protection for the nearby equipment and
insulation while carrying out shot blasting to avoid damage to them.

b) Mechanical or Power Tool Cleaning:


It shall be as per ST 3 of Swedish standard SIS -05-5900 1967/ ISO- 8501-1-1988. Depending upon the
locality, the contractor may be advised to use Client approved non sparking type brass mechanical
striking tools , brass chipping hammers, grinding wheels or rotating brass wire brushes.

c) Manual or Hand tool cleaning:


It shall be as per St 2 of Swedish Standard SIS -05-5900 1967/ ISO -8501-1-1988. Depending upon the
locality, the contractor may be advised to use Client approved only non sparking type (brass) - Hand de-
scaling / hammering tools, hand scrapers and wire brushes.

It may be noted that in case of power tool cleaning or shot blasting, manual cleaning may be allowed
solely at HPCL discretion for the pockets/ areas where shot blasting or power tool cleaning is not
possible.

5.0 WASHING WITH FRESH WATER:


All bare lines/ vessels/ equipment shall be fully cleaned by fresh water before cleaning / shot blasting to
remove all possibilities of salt deposits. The subject surface shall be also cleaned before application of
next coat if area is subject to salt water sprays. Suitable arrangement for covering shall also be made
to avoid salt water sprays for complete duration of cleaning and painting till final coat cures
completely).

6.0 PAINTING AFTER CLEANING:


The primer coat shall be applied within 4 hours of cleaning. However, if rust spots appear even during this
interval, the same shall be re-cleaned and re offered for inspection before applying the paint.

7.0 OVERCOAT DURATION:


The contractor shall strictly adhere to the minimum and maximum overcoat intervals for any painting
system as per paint manufacturers recommendations. In case the contractor is not able to apply the
subsequent coats within the specified time frame, he will have to clean the surface to bare metal again as
per original specifications and reapply the total paint.

8.0 COLOR CODE:


The contractor shall follow Client Color code. The contractor shall provide the finish coat such that it
meets the color code of the refinery. Contractor shall verify the RAL shade with the engineer in charge
before application. In rare circumstances, if the manufacturer cannot supply the requisite color of the
finish coat, the vendor shall apply approved color bands (epoxy or enamel) at Client approved locations
free of cost.

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 5 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

9.0 SINGLE SOURCE OF SUPPLY FOR PAINTS:


All the coats of a painting system shall be from the same manufacturer. No waiver regarding this aspect
shall be considered.

10.0 DOCUMENTATION:
The contractor shall maintain the following documentation:
a) Quality Plan - It is advisable to divide the location in various zones and maintain zone-wise details.
b) Daily Progress Report with clear details of job done in the form of daily logbook. (Both approved and
rejected jobs).
c) Results of approval of surface preparation, water washing, and measurement of paint DFT
d) Colors and batch nos. of paint material used.
It shall be the responsibility of the contractor to obtain written approvals of the inspector at each stage of
painting before proceeding for the next stage of painting.

11.0 RESTRICTIONS:
Surfaces shall not be coated in rain., wind or in environment where injurious airborne elements exists,
when the steel surface temp is less than 150C above dew point, when the relative humidity is greater
than 85%,or when temp is below 4.4 0C & when temp is above 50 0C.

12.0 MEASUREMENT OF SURFACE PROFILE & PAINT DFT:


The contractor shall bring his own gadgets/ devices for checking the surface preparation and DFT (at
each stage from bare metal to every coat). These equipment shall be duly approved/ calibrated by Client.
Client shall check the DFT and any shortfall in DFT (max +/- 5%) shall be rectified. The contractor shall
check and record the DFT readings. Client will cross check these readings at any number of spots
randomly. The contractor shall provide proper scaffolding for checking of painting at stage.

13.0 QUALITY OF PAINTING:


Good quality shall be maintained at every stage of painting. The painting shall have an aesthetic
appearance in addition to quality. Any defect noticed during the various stages of inspection shall be
rectified to the entire satisfaction of Client inspectors before proceeding further. Final inspection shall
include DFT measurement, Adhesion, Holiday detection check and workmanship. Irrespective of the
inspection, repair and approval at the intermediate stages of work, contractor shall be responsible for
making good any defects found during final inspection or agreed guarantee period.

14.0 STENCILING OF EQUIPMENT / LINE NUMBER:


The scope of work of the contractor shall include stenciling of equipment number, line number, products
name and flow direction by contrasting black or white colors at the existing locations. The style and size
of letters of the stenciling shall be approved by Client.

15.0 QUALITY OF MANPOWER:


The contractor shall use only skilled manpower who have at least three years of experience. Painting
contractor shall use only qualified painters and supervisors who shall be conversant with paint material
characteristics, surface preparation grades, Paint application techniques, measurements of DFT.
precautions to be observed during painting/surface preparation and safety precautions in painting. All the
painters shall have to undergo a painter qualification test.

16.0 FIRE -PROOFED STRUCTURES:

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 6 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

All fireproofed structures shall be cleaned and coated with two Coats of Client approved weatherproof
cement paints from reputed manufacturers.

17.0 PAINTING FOR R.C.C SUPER STRUCTURE.


All R.C.C shall be painted with two coat of anti-fungal, anti-flaking and water proof paint approved by
client / consultant

18.0 PRECAUTIONS:
All nameplates, manufacturer's identification tags, machined surfaces, instrument glass, finished flange
faces, control valve stems and similar items shall be masked to prohibit coating deposition. If these
surfaces are coated, the component shall be cleaned and restored to original condition.

19.0 DETAILS OF EXPERIENCE:


The contractor shall supply documentary evidence of similar jobs (similar system of painting) carried out
in the past with location of site, type of painting and value of work executed.

20.0 PAINTING FOR PLATFORM AND LADDER


Ladder and platform has to be galvanized and painted for colour coding as per required system for
galvanized structure. Gratings shall be galvanized but No further painting is required.

21.0 SYSTEM OF PAINTING:


It is recommended that for any particular location / unit/ area the contractor shall quote as following:

System "a" : BARE VESSELS/ EXCHANGERS


System" b" STRUCTURES
This has been divided into two parts.
Part 1 Structures & platforms till 15mts height or till the topmost O/H
Condenser level whichever is higher.
Part 2 All structures higher than sections covered under first part
System "c" BARE PIPING (including piping in O/H Pipe-racks etc.)
System "d" ROTARY EQUIPMENT, VALVES, PSV, INSTRUMENT Etc.-
System "e" WALKWAYS, MONKEY LADDERS, and CHECKERED PLATES ETC.
PRONE TO FOOT TRAFFIC:
Two optional systems are provided. Any one of the options can be chosen by
the vendor/contractor. Further, under each option two categories have been
defined.
Part 1 Walkways, platforms etc. till 15mts height or till the topmost O/H
Condenser lever whichever is higher.
Part 2 All platforms, walkways etc higher than sections covered under first
part.
System "f" CLADDED EQUIPMENT & PIPING (on top of cladding)
System "g" HOT SURFACES (100-300 deg C)
System "h" EQUIPMENT YET TO BE INSUALTED

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 7 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

System "i" STRUCTRE AND EQUIPMENT YET TO BE FIREPROOFED


System "j" FIRE PROOFED STRUCTURE (CEMENT PAINT):
To be quoted as LUMPSUM for manual tool cleaning and painting.
System "k" GALVANIZED STRUCTURAL SURFACES

It should be noted that system g, h or i may or may not be required to be carried out. Hence it is required
to be quoted as unit rate (Rs./ sq. mts.). For similar reasons unit rates for sand blasting also have to be
quoted.
If sea transportation is involved SS surfaces shall be suitably protected using Epoxy Coating materials,
which have minimum leachable chlorides or Cello film.

22.0 CLAUSE FOR EXCLUSION OR EXTRA PAINTING:


For every system of painting for which rates have been quoted as lump sum, the vendor should specify
rate of per square meter of painting. This shall be used to either carry out extra painting in that unit or to
deduct a proportionate amount from the lump sum amount for the areas, which could not be painted due
to unforeseen circumstances. It shall be solely HPCL's prerogative to invoke this clause. Under no
circumstances shall this rate be used to make claims for payments for areas which the vendor
has inadvertently missed while quoting or for making part payments for the areas in which the
vendor has failed to carry out painting.

23.0 RATE FOR SHOT BLASTING:


The vendor shall quote unit rate for shot blasting on per square meter basis. This shall be used solely at
HPCL discretion for areas where painting permission cannot be given after shot blasting due to
unforeseen circumstances.

24.0 TIMING SCHEDULE OF PAINTING SYSTEM


Timing schedule of painting system have to be followed as per Paint manufacturers specification. Final
coat shall be before Rainy season, giving due consideration to shelf life and lead-time required for primer
and intermediate coat.

25.0 PREFERRED PAINT MANUFACTURE

- BERGER PAINTS
- ASIAN PAINTS
- SIGMA COATINGS
- SHALIMAR PAINTS
- CLEAN COATS PVT. LTD.
- CHUGOKU JENSON & NICHOLSON LTD
- GOODLASS NEROLAC PAINTS LTD.
- KIRLOSKAR BROTHERS
- GRAND POLYCOATS COMPANY PVT. LTD.

* For very high performance coatings.

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 8 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

Annexure-II

PAINTING SYSTEM FOR UNIT EQUIPMENT & PIPELINES

I) SYSTEM - "a" : BARE VESSELS/ EXCHANGERS / (Maximum Surface Temp = 100 deg C): - To be
quoted as Lumpsum for each vessel/Exch.

OPTION -1 : WITH SHOT BLASTING:

Specification No of Application Thickness


Coats Method (DFT in microns)
Surface Preparation : Shot/Grit Blast to Sa 2 1/2
Primer - Inorganic Zinc Silicate ONE Airless spray 1 X 75 = 75
Stripe Coat - Epoxy HB MIO
Tie Coat - HB MIO Epoxy ONE Airless spray 1 X 100 = 100
Stripe Coat - HB Epoxy / HB MIO Epoxy
Inter - High Build 2 pack epoxy ONE Airless spray 1 X 100 = 100
Or, HB MIO Epoxy
Stripe Coat : Acrylic Aliphatic PU
Finish - Acrylic Modified 2 pack Polyurethane ONE Airless spray 1X 50 = 50
(Recoatable)
TOTAL : DFT = 325 microns

(OPTION-2): WITH POWER TOOL CLEANING: (Recommending if shot blasting becomes practically
impossible because of approach or height.)

Specification No of Application Thickness


Coats Method (DFT in microns)
Surface Preparation : Power tool cleaning ST 3
Stripe Coat- Self priming Epoxy -
Primer - Self Priming Epoxy Aluminum ONE Airless spray 1 X 125 = 125
Stripe Coat- MIO 2 Pack Epoxy
Mid coat - MIO 2 Pack Epoxy ONE Airless spray 1 X 100 = 100
Inter - High Build 2 pack epoxy ONE Airless spray 1 X 100 = 100
Or, HB MIO Epoxy
Finish - Acrylic Modified 2 pack Polyurethane ONE Airless spray 1X 50 = 50
(Recoatable)
TOTAL : DFT = 375 microns

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 9 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

II) SYSTEM -"b" : STRUCTURES : (To be Quoted as Lumpsum)

PART I : Structures & Platforms upto the height of topmost overhead condenser or upto a height of
15 metres whichever is higher.

Specification No of Application Thickness


Coats Method (DFT in microns)
Surface Preparation : Shot Blast to Sa 2 1/2
Primer - Zn Rich Epoxy ONE Brush / Spray 1 X 50 = 50
Stripe Coat- Epoxy HB MIO
Mid coat - MIO 2 Pack Epoxy ONE Brush 1 X 100 = 100
Stripe Coat- HB Epoxy
Inter - High Build 2 pack epoxy ONE Brush 1 X 100 = 100
Or, HB MIO Epoxy
Stripe Coat - Acrylic Aliphatic PU
Finish - Acrylic Modified 2 pack PU (Recoatable) ONE Brush 1X 50 = 50
Total DFT = 300 microns

PART II : All structures and platform above the height mentioned in "PART I" earlier (ie above 15 m
height or topmost condenser height whichever is more) Lumpsum

Specification No of Application Thickness


Coats Method (DFT in microns)
Surface Preparation : Power tool cleaning ST 3
Stripe Coat - Self priming epoxy --- ----- ------
Primer - Self Priming Epoxy Aluminum ONE Airless spray 1 X 125 = 125
Stripe Coat- MIO 2 Pack Epoxy ----- ------- --------
Mid coat - MIO 2 Pack Epoxy ONE Airless spray 1 X 100 = 100
Inter - High Build 2 pack epoxy ONE Airless spray 1 X 100 = 100
Or, HB MIO Epoxy
Finish - Acrylic Modified 2 pack Polyurethane ONE Airless spray 1X 50 = 50
(Recoatable)
Total DFT= 375 microns

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 10 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

III) System "c" : BARE PIPING (including lines in o/h pipe rack) (Maximum surface temp= 100 deg C) :
To be quoted as Lumpsum

Specification No of Application Thickness


Coats Method (DFT in microns)
Surface Preparation : Power tool cleaning ST 3
Stripe Coat - Self Priming Epoxy ----- ------ -------
Primer - Self Priming Epoxy Aluminum ONE Airless spray 1 X 125 = 125
Stripe Coat- MIO 2 Pack Epoxy ------ --------- ------------
Mid coat - MIO 2 Pack Epoxy ONE Airless spray 1 X 100 = 100
Inter - High Build 2 pack epoxy ONE Airless spray 1 X 100 = 100
Or, HB MIO Epoxy
Finish - Acrylic Modified 2 pack Polyurethane ONE Airless spray 1X 50 = 50
(Recoatable)
Total DFT= 375 microns

IV) System "d": PSV, MOTORS, PUMPS, COMPRESSORS, INSTRUMENTS , Valves etc. : Maximum
surface Temperature : 100 deg C - LUMP SUM

Specification No of Application Thickness


Coats Method (DFT in microns)
Surface Preparation : Manual Cleaning to ST 2
Stripe Coat- Self Priming Epoxy ---- ---- -----
Primer - Self Priming Epoxy Aluminum ONE Brush 1 X 125 = 125
Stripe Coat- MIO 2 Pack Epoxy ------- ------ --------
Mid coat - MIO 2 Pack Epoxy ONE Brush 1 X 100 = 100
Inter - High Build 2 pack epoxy ONE Brush 1 X 100 = 100
Or, HB MIO Epoxy
Finish - Acrylic Modified 2 pack Polyurethane ONE Brush 1X 50 = 50
(Recoatable)
Total DFT = 375 microns

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 11 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

V) System "e" : Carbon Steel Checkered Plate/ Walkway/ Rungs of Monkey Ladder etc areas which are
prone to foot traffic and consequent abrasion.

OPTION 1 (Upto 15 m height or till the level of topmost o/h condenser whichever is higher) -
Lumpsum
Specification No of Application Thickness
Coats Method (DFT in microns)
Surface Preparation - Shot Blast to Sa 2 1/2
Primer - Zn Rich Epoxy ONE Airless spray 1 X 50 = 50
Stripe Coat- Epoxy HB MIO
Mid coat - MIO 2 Pack Epoxy ONE Airless spray 1 X 100 = 100
Stripe Coat - HB Epoxy
Inter - High Build 2 pack epoxy ONE Airless spray 1 X 100 = 100
Or Epoxy HB MIO
Stripe coat- Coal Tar Epoxy
Finish - Coal Tar Epoxy (Recoatable) ONE Airless spray 1 X 150 = 150
Total DFT = 400 microns

OPTION 1 (Above 15 m height or above the level of topmost o/h condenser whichever is higher)
Lumpsum
Specification No of Application Thickness
Coats Method (DFT in microns)
Surface Preparation : Manual Cleaning to ST 2
Stripe Coat- Self Priming Epoxy ---- ---- -----
Primer - Self Priming Epoxy Aluminum ONE Airless spray 1 X 125 = 125
Stripe Coat- MIO 2 Pack Epoxy ------ ------- ---------
Mid coat - MIO 2 Pack Epoxy ONE Airless spray 1 X 100 = 100
Inter - High Build 2 pack epoxy ONE Airless spray 1 X 100 = 100
Or Epoxy HB MIO
Stripe coat- Coal Tar Epoxy
Finish - Coal Tar Epoxy (Recoatable) ONE Airless spray 1 X 150 = 150
Total DFT = 475 microns

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 12 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

OPTION II (Upto 15 m height or till the level of topmost o/h condenser whichever is higher) -
Lumpsum
Specification No of Application Thickness
Coats Method (DFT in microns)
Surface Preparation : Shot Blast to Sa 2 1/2
Primer - Zn Rich Epoxy One Airless spray 1X 50 = 50
Stripe Coat - Epoxy HB abrasion Resistant
Intermediate- Epoxy HB abrasion Resistant One Airless spray 1 X 75 = 75
Stripe Coat - Epoxy HB abrasion Resistant.
Mid Coat- Epoxy HB abrasion Resistant One Airless spray 1 X 75 = 75
Finish - Epoxy HB abrasion Res. (Recoatable) ONE Airless spray 1 X 75 = 75
Total DFT= 275 Microns

OPTION II (Above 15 m height or above the level of topmost o/h condenser whichever is higher)-
Lumpsum

Specification No of Application Thickness


Coats Method (DFT in microns)
Surface Preparation : Shot Blast to Sa 2 1/2
Stripe Coat- Self priming epoxy ---------- ------------- ----------
Primer - Self priming epoxy ONE Airless spray 1X 125 = 125
Stripe Coat - Epoxy HB abrasion Resistant ONE Airless spray 1 X 75 = 75
Intermediate- Epoxy HB abrasion Resistant ------ -------- -----------
Mid Coat- Epoxy HB abrasion Resistant ONE Airless spray 1 X 75 = 75
Finish - Epoxy HB abrasion Resistant ONE Airless spray 1 X 75 = 75
Total DFT= 350 Microns

VI) System "f" Cladded Equipment and Piping (To be applied on top of GI/Alum clad sheets)
LUMPSUM

Specification No of Application Thickness


Coats Method (DFT in microns)
Surface Preparation : Manual by wire brush and degreasing if oil spill is there.
Primer - Wash Etch Primer ONE Brush 1 X 10 = 10
Finish - HR Alum Paint ONE Brush 1 X 20 = 20
Total DFT = 30 microns

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 13 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

VII) System "g" :ALL OTHER BARE EQUIPMENT & SURFACES For WHICH Surface Temperature is
between : 0 to 300 Deg C - UNIT RATE

Specification No of Application Thickness


Coats Method (DFT in microns)
Surface Preparation : Manual Cleaning to ST 2
Primer - Heat Resistant Al-Silicone Paint ONE Brush 1 X 20 = 20
Finish - Heat Resistant Al-Silicone Paint ONE Brush 1 X 20 = 20
Total DFT = 40 microns
Note: No temperature curing is allowed for the Heat Resistant paint of this system.

VIII) System "h" Structure and Equipment which are to yet to be insulated and (UNIT RATE)

PART 1: Whose surface temp is less than 100 deg C

Specification No of Application Thickness


Coats Method (DFT in microns)
Surface Preparation : Shot Blasting to Sa 2
Primer - Zn Rich Epoxy ONE Airless spray 1 X 50 = 50
Finish - MIO 2 pack epoxy TWO Airless spray 2 X 100 = 200
Total DFT = 250 microns

O
PART 2 : Metal surface to be insulated (CS/LAS only and before insulation) - hot insulation upto 400 c.

OPERATION OPERATING DESCRIPTION


A) Surface Preparation Blast cleaning to Swedish Specification SIS-05-5900 with
grade SA2-3
B) Priming Inorganic Zinc Silicate DFT of 75 Microns (Ethyl Silicate based)
Note:
Where surface preparation by blast cleaning is impracticable mechanical cleaning is to be
carried out followed by two coats of silicon based heat resisting aluminum paint of 40-50 DFT
total microns instead of inorganic zinc silicate primer of 75 microns DFT.

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 14 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

IX) System "i" : Structure and Equipment which are to yet to be fire-proofed : (UNIT RATE)

Specification No of Application Thickness


Coats Method (DFT in microns)
Surface Preparation : Shot blasting to Sa 2
Primer - Zn Rich Epoxy ONE Airless spray 1 X 50 = 50
Finish - Epoxy tie Coat ONE Airless spray 1 X 25 = 25
Total DFT = 75 microns

X) System "j" : FIRE PROOFED Structure and Equipment : (LUMPSUM)

Specification No of Application Thickness


Coats Method (DFT in microns)
Surface Preparation : Manual Cleaning
Primer - Weather Resitant Cement Paint ONE Brush/ Spray
Finish - Weather Resistant Cement Paint ONE Brush /Spray

XI) System "K" : Galvanized Structural surfaces

Specification No of Application Thickness


Coats Method (DFT in microns)
Surface Preparation : Manual by wire brush and degreasing if oil spill is there.
Primer - Wash Etch Primer ONE Brush 1X 5 =5
Mid Coat - High Build Polyamide cured Epoxy (2- Pack ONE Brush 1 X 125 =125
System)
Finish - Aliphatic Acrylic modified (Iso-Cyanate) ONE Brush 1 X 50 = 50
cured 2-Pack Polyurethane (Re-coatable)
Total DFT = 225 microns
NOTE:

1. After application, every coat of paint should be of average minimum DFT as indicated in the above
mentioned respective painting systems.

2. Stripe Coat: Stripe coat should be applied using half to one inch brush to only weld joints, nut bolts
etc. and confined areas before application of full coat. This is to provide additional protection to
these areas, as these are usually the starting points of corrosion.

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 15 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

Annexure-III

Specifications for Paints to be used in Painting of Units


Sl. Type of Paint Required Specifications Manufacturer
No. Specifications

1 Inorganic Brand Name


Zn Silicate DFT (Microns) / coat = 75
Continuous Service Temp (Deg C) = 400
Min % of metallic Zn in dry film by weight = 80 +/- 5 %
Purity of Zinc - 98% (min), Zinc Particle Size: 10 microns
Volume solids = 62 % (minimum)
Based on Inorganic or Ethyl silicate media

2 Zn Rich Brand Name


Epoxy DFT (Microns)/ Coat = 50
Continuous Service Temp (Deg C) = 0 - 120
Min % of metallic Zn in dry film by weight = 85+/- 5 %
Purity of Zinc - 98% (min); Zinc Particle Size: 5 microns
Volume solids = 60 % (minimum)
Polyamide cured 2 pack epoxy

3 Self Priming Brand Name


Epoxy DFT (Microns)/ Coat = 125
Continuous Service Temp (Deg C) = 0-120
Volume solids = 85% (minimum)
It shall be surface tolerant
It should be 2 pack epoxy pigmented with Al

4 Epoxy Tie Brand Name


Coat DFT (Microns)/ coat = 25
Continuous Service Temp (Deg C) = 0-120 deg C
Volume solids (minimum) =
It should be high Solvent, Quick drying & low build epoxy

5 MIO 2 Pack Brand Name


Epoxy DFT (Microns) / coat = 100
Continuous Service Temp (Deg C) = 0-120
Min % of Micaceous Iron Oxide by weight in dry film = 50
Volume soilds (minimum)= 80%

6. Two Pack Brand Name


Epoxy DFT (Microns) / Coat = 100
(High Continuous Service Temp (Deg C) = 0-120
Build) Volume solids (minimum) = 60 +/- 3 %
It Shall be Polyamide cured 2 pack epoxy.

7. Two Pack Brand Name


Epoxy DFT (Microns) / Coat = 100
Abrasion Continuous Service Temp (Deg C) = 0-125
Resistant Volume solids (minimum) = 70%

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 16 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

Sl. No. Type of Paint Required Specifications Manufacturer


Specifications

8. Aliphatic Brand Name


Acrylic DFT (Microns) /Coat = 50
Modified Continuous Service Temp (Deg C) = 0-125
(Isocynate) Volume soilds (minimum) = 55%
Cured Two It should be a two pack PU.
Pack It Should be Re-Coatable after Completion of guarantee
Polyurethane period subject to sound condition of total system.
Finish

9. Heat Brand Name


Resistant DFT (Microns) / Coat = 20
Al. Paint Service Temp (Deg C) = 0-250 deg C
(Acrylic/ Volume solids = 38 %
Silicone Temperature Curing Required = None
Based)

10. High Build Brand Name


Amine Cured DFT (Microns) / Coat = 80
Epoxy Continuous Service Temp (Deg C) = 0-120
Volume solids (minimum) = 76 %
It should be a two pack high solids polyamine cured epoxy

11. Cement Weather Proof Cement Paint


Paint Reputed Manufacturers as per HPCL approval

12 Epoxy Brand Name


Coal Tar DFT (Microns) / Coat = 150
Continuous Service Temp (Deg C) = 0-120
It should be two pack Epoxy with
st
1 Pack consisting Epoxy Resin & Suitable Pigments
nd
& 2 Pack consisting Polyamide curing agent
% of Epoxy Resin by weight in mixed resin coal tar Blend
shall be between 35- 45%
Volume solids ( minimum) = 75 +/- 5%

13 Wash etch Brand Name


Primer To be used as primer for painting of Al sheets/ GI sheets of
insulation cladding.(2 component based on Poly Vinyl
Butyral)
DFT(microns) / Coat = 10;
Color = Yellow
Volume Solids (minimum)= 10%

14 HR Aluminum Brand Name


Paint (Alkyd DFT(microns) / coat = 20
Based) Specifications: As per IS 2339/ HR Aluminum Paint

44LK-5100-00-V.02-0002-A4-Painting spec
JACOBS
HPCL-MUMBAI PAINTING SPECIFICATIONS Page 17 of 17
44LK-5100 Rev. 0
DOC.NO. 44LK-5100-00-V.02-0002-A4 Date: 05.12.2008

ANNEXURE-IV

COLOUR CODE FOR PAINTING

Sl. No. SERVICE COLOUR BAND


1. PROCESS LINES:

1a. All Lines below 120 deg C Grey -

1b. All lines above 120 deg C Aluminum -

2. UTILITY LINES: -

2a. All Lines except cooling & Fire Water Lines < 120C Grey -

2b. All Lines except cooling & Fire Water Lines > 120C Aluminum -

2c Cooling water Lines Opaline Green

3. CHEMICALS
3a Acid, Alkali, and all other corrosive contents i.e. Grey Yellow
corrosive to the person except toxic lines

3b. Toxic Lines Grey Tangerine

4. FIRE WATER LINES & FIRE FIGHTING EQUIPMENT Red Gloss -

5a. Fired Heaters, Heat Exchangers, Storage Tanks, < 120 C - Grey
Vessels (Except Chemicals) > 120 C - Aluminum

5b. Fired Heaters, Heat Exchangers, Storage Tanks, < 120 C - Grey Yellow/
Vessels (Chemicals) > 120 C - Aluminum Tangerine

6. INSULATED LINE/ EQUIPMENT Aluminum. -

7. CHLORINE STORAGE White

8. MOVING EQUIPMENT

8a. Pumps, Comp, Turbines, stirrers, Blowers, Rotary air Mushroom gloss
locks etc.

8b. Motors & their field mounted switch gear Tangerine Gloss

9. AIRLINE & OUTSIDE INSTRUMENT SYSTEMS Black

44LK-5100-00-V.02-0002-A4-Painting spec
DHT PROJECT

OF

HINDUSTAN PETROLEUM
CORPORATION LIMITED
AT

MUMBAI

SECTION. 4.0
DRAWINGS
NOTES:-
1) BOLTS SHALL BE MARKED ON DRAWINGS AS UNDER
A- B- C- D- P

1 i 1 PROJECTION ABOVE ROUGH CONCRETE


--SINGLE NUT (N1) OR DOUBLE NUT (N2)
L DIAMETER OF BOLT
TYPE OF BOLT
NO. OF BOLTS
e.g. 4-K-M20-N1-90
2) BOLTS SHALL BE TURNED FROM M S ROUNDS CONFORMING TO IS:226 AND IS:432
GRADE-1.
3) NUTS AND WASHERS SHALL CONFORM TO IS:1363 AND 13:3138.
4) THREADING SHALL BE COARSE CONFORMING TO IS:1367 AND IS:4218.
5) ANCHOR BOLTS SHALL BE SET ACCURATELY AND HELD IN POSITION BY TEMPLATE
BEFORE CONCRETING.
6) 6mm. THICK SQ. PLATE AT THE BOTTOM OF SLEEVE SHALL BE TACK WELDED WITH
BOLT AND SLEEVE.
7) SLEEVES SHALL BE M.S.TUBES (MEDIUM) AS PER IS:1239.
8) REFER DESIGN DRAWINGS FOR PROJECTION (P) OF BOLTS ABOVE TOP OF ROUGH
CONCRETE AND NUMBER (A) OF BOLTS AND THIS STANDARD FOR ALL OTHER DETAILS.
9) ANCHOR BOLT SHALL BE TEMPERED BEFORE MACHINING IF MADE BY FORGING. THE
FORGING TEMPERATURE SHALL BE ABOVE 900'C BUT LOWER THAN SUPER HEATING
TEMPERATURE.
10) BOLTS SHALL BE OF PROPERTY CLASS 4.6 AND NUTS OF PROPERTY CLASS 4.

A ISSUED FOR TENDER SBK SSM SSP MBR - 3.12.0


EV. NO. REVISION DESCRIPTION DRAWN CHK APPROVED DATE

STAN DARD M.S. ANCHOR " HINDUSTAN PETROLEUM


Hp CORPORATION LTD.,
BOL TS NOMENCLATURE
AND NOTESS
DIESEL HYDROTREATER PROJECT
^O MUMBAI REFINERY - MAHUL.
JAC O BS
PRO J NO. D RAWING
44LK5100 44LK- 5100-OO/S.01/1046/1 OF 6/A4 Re A JACOBS ENGINEERING INDIA PVT. LTD .
FILE NAME
DRAWING SOAP PLOT SCALE DRAWN BY CENTRAL BUSINESS DISTRICT, BEUPUR, NAM MUMB41 - 400 614.
C011146RA1 -1 1:100 1 : 1 SBK TEL. ( 91-22) 67562000 FAX. (91 - 22) 7573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.


THIS DRAWING AND/nR ITC rnusuTO
STD. HEX. LOCK NUT
T = THREAD LENGTH
STD. HEX. NUT
WASHER SINGLE NUT = 2D+20
BASE PLATE DOUBLE NUT = 3D+20
_L T
/ 0 CONC. tl = BASE PLATE THICKNESS (VARIES)
t2 = GROUT THICKNESS (VARIES)
P = T+tl+t2-10 (VARIES)
L = DEVELOPED LENGTH OF BOLT
U BOLT LENGTH = L+P (VARIES)

r=3D

NOTES:-
4D 1) USE FIRST PREFERENCE DIAMETERS
AS FAR AS POSSIBLE.
2) ALLOWABLE TENSILE STRESS=120MPA
& SHEAR STRESS=80MPA
3) TENSILE CAPACITY DERATED TO 1000 Kg/cm2
ANCHOR BOLT - TYPE' `J
FIRST PREFERENCE BOLTS
TENSILE FULL FULL
TENSION SHEAR
QJT CAPACITY CAPACITY
Kg. Kg.
MID 295 200 230 0.58 580 620
M12 354 240 276 0.84 840 900
M16 502 350 398 57 570 1600
M20 615 424 485 2.45 2450 2500
M24 748 520 592 3.53 3530 3600
M30 945 660 750 5.61 5610 5650

SECOND PREFERENCE BOLTS.


DIA.T T
TENSILE FULL FULL
OF AREA TENSION
H SHEAR
BOLT L C
cm2 CAPACITY CAPACITY
D' Kg. Kg.
M18 546 375 429 1.92 1920 2000
M22 709 500 566 3.03 3030 3000
M27 857 600 681 4.59 4590 4575

A ISSUED FOR TENDER SBK SSM SSP MBR 03.12.08


REV. NO. REVISION DESCRIPTION DRAWN CHK APPROVED DATE

M.S.ANCHOR BOLTS HINDUSTAN PETROLEUM e


CORPORATION LTD.,
TYPE 'J' DIESEL HYDROTREATER PROJECT
MUMBAI REFINERY - MAHUL.
ID JACOBS
PRIX NO. DRAWING NO.
REV
44LK5100 44LK-5100-00/5.01/1046/2 OF 6/A4 A JACOBS ENGINEERING INDIA WI. LTD.
FILE NAME
DRAWING SCALE PLOT SCALE DRAWN BY CENTRAL BUSINESS DISTRICT, BELAPUR, NAM MUMBAI - 400 614.
C011046RAl-2 1:100 1:1 SBK TEL. (91-22) 67562000 FAX. (91 -22) 7573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.


THIS DRAWING ANTI/OR ITS muauTC WmPIATlnu.._., .__ _.- - ._
STD. HEX. LOCK NUT
T = THREAD LENGTH
TD. HEX. NUT
r 0 SWASHER SINGLE NUT = 2D+20
a BASE E PLATE DOUBLE NUT = 3D+20
T/O CONC. tl = BASE PLATE THICKNESS (VARIES)
t2 = GROUT THICKNESS (VARIES)
P = T+tl+t2-10 (VARIES)
L = DEVELOPMENT LENGTH OF BOLT
0 BOLT LENGTH = L+P (VARIES)

r=3D

j
NOTES:-
USE FIRST PREFERENCE DIAMETERS
01 AS FAR AS POSSIBLE.
TENSIL E STRFSS=120MPA
ANCHOR BOLT - TYPE `SJ
2) & LSHEABRL STRES IL
MODIFIED 'J' TYPE BOLT FOR USE WHEN 3) TENSILE CAPACITY DERATED TO 1000 Kg/cm2
CONCRETE DEPTH IS LIMITED.)

DIA. B
FULL FULL
OF DEPTH L H G TENSION SHEAR
BOLT OF 7
^^ CAPACITY CAPACITY
D' CONCRETE Kg. Kg.

140 60
M10 125 200 115 85 580 620
150 ANR 90 110
MAX. (MIN.
100 190 60
M12 125 250 165 85 0.84 840 900
140 110
150 MDR (MAX.) (MIN)
100 290 60
M16 125 350 265 85 1.57 1570 1600
150 AND 240 110
OVER ( MAX.) (MIN.)

100 390 60
125 365 85
M20 150 450 340 110 2.45 2450 2500
175 315 135
200 AND 290 160
OVER ( MA%.) (MIN.)
150 415 110
175 390 135
M24 200 525 365 160 3.53 3530 3600
225 340 185
250 OVER 315 210
MAX. MIN. L

REVISION DESCRIPTION

M.S. ANCHOR BOLTS HINDUSTAN PETROLEUM


CORPORATION LTD.,
TYPE'SJ' DIESEL HYDROTREATER PROJECT
MUMBAI REFINERY - MAHUL.

PROJNO. ORAWWG NO.


REV
44LK5100 44LK-5100-00/S.01/1046/3 OF 6/A4 A JACOBS ENGINEERING INDIA PVT. LTD.
FILE NAME DRAWING SCALE PLOT SCALE DRAWN RY CENTRAL BUSINESS DISTRICT. BEIAPUR , NAVI MUMBAI - 400 614.
C011046RA1-3 1:100 1:1 SBK TEL. (91 - 22) 67562000 FAX. (91-22 ) 7573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.


STD. HEX. LOCK NUT
T = THREAD LENGTH
STD HEX. NUT
H- 0 WASHER SINGLE NUT = 2D+20
a BASE PLATE DOUBLE NUT = 3D+20
-^ . TAO CONC. tl = BASE PLATE THICKNESS (VARIES)

H
t2 = GROUT THICKNESS (VARIES)
K NOMINAL BORE) P = T+t1+t2-10 (VARIES)
L = DEVELOPED LENGTH OF BOLT
10 BOLT LENGTH = L+P (VARIES)
r(TYP. )
ACK WELD / 6 THK. SQ. PLATE
D
ANCH OR PLATE
6m m. WELD ALROUND
ON BOTH SIDES
2
w OF PLATE NOTES:-
1) USE FIRST PREFERENCE DIAMETERS
SO. PLATE AS FAR AS POSSIBLE.
2) ALLOWABLE TENSILE STRESS=120MPA
& SHEAR STRESS=80MPA
I I 3) TENSILE CAPACITY DERATED TO 1000 Kg/cm2

ANCHOR BOLT - TYPE `K'


FIRST PREFERENCE BOLTS .
DIA. M.S. SQ. PIPE SLEEVE TENSILE FULL FULL
OF ANCHOR PLATE AREA TENSION SHEAR
BOLT L NOM. LENGTH E
SIZE t3 cm2 CAPACITY CAPACITY
D' BORE' K' C' Kg. Kg.
M12 350 50 SQ. 16 50 200 20 0.882 882 900
M16 450 50 SQ. 16 50 250 20 1.57 1570 1600
M20 575 60 SQ. 16 50 300 20 2.45 2450 2510
M24 650 75 SQ. 16 80 300 25 3.53 3530 3620
M30 875 100 SQ. 16 80 450 30 5.61 5610 5650
M36 1075 110 SQ. 16 80 450 40 8.17 8170 8140
M42 1350 135 SQ. 16 100 450 4 .2 11200 11080

SECOND PREFERENCE BOLTS.


DIA. M. S . SQ. PIPE SLEEVE
OF TENSILE FULL FULL
ANCHOR PLATE AREA TENSION SHEAR
BOLT L ^ -- NOW LENGTH E Cm2
D' SIZE t3 CAPACITY CAPACITY
BORE'K' C' Kg. Kq.
M22 625 70 SQ. 16 80 300 25 3.03 3030 3040
M27 825 80 SQ. 16 80 450 30 4.59 4590 4580
M33 925 100 SQ. 16 80 450 35 6.94 6940 6840
M39 1225 120 SQ. 16 100 450 40 9.76 9760 9550 I

A
REV. NO.
ISSUED FOR TENDER e. ^z "/^(
SBK SSM SSP MBR 03.12.08
REVISION DESCRIPTION DRAWN CHIN APPROVED DATE

M.S. ANCHOR BOLTS HINDUSTAN PETROLEUM


CORPORATION LTD.,
TYPE 'K'
DIESEL HYDROTREATER PROJECT
MUMBAI REFINERY - MAHUL.
u JACOBS
PROJ. NO. DRAWING NO.
REV
44LK5100 44LK-5100-00/5.01/1046/4 OF 6/A4 A JACOBS ENGINEERING INDIA PVT. LTD.
FILE NAME DRAWING SCALE PLOT SCALE DRAWN BY CENTRAL BUSINESS DISTRICT, BEUPUR. NAM MUMBAI - 400 614.
C011046RA1-4 1:100 1:1 SBK TEL. (91-22) 67562000 FAX. (91-22) 7573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.


THIS DRAWING AND/OR RS CONTENTS INVnPNLTIMJ nun DDIumou a -I-..-
-
STD. HEX. LOCK NUT
T = THREAD LENGTH
STD. HEX. NUT
WASHER SINGLE NUT = 2D+20
(BASE PLATE DOUBLE NUT = 3D+20
I ^ T/O CONC. tl = BASE PLATE THICKNESS (VARIES)
t2 = GROUT THICKNESS (VARIES)
P = T+t1+t2-10 (VARIES)
L = DEVELOPED LENGTH OF BOLT
BOLT LENGTH = L+P (VARIES)

6m m. WELD ALROUND
ON BOTH SIDES OF PLATE

NOTES:-
1) USE FIRST PREFERENCE DIAMETERS
AS FAR AS POSSIBLE.
x 2) ALLOWABLE TENSILE STRESS=120MPA
& SHEAR STRESS=80MPA
3) TENSILE CAPACITY DERATED TO 1000 Kg/cm2

ANCHOR BOLT - TYPE `L'

FIRST PREFERENCE BOLTS .


DIA. M. S. SQ. PIPE SLEEVE TENSILE FULL FULL
OF ANCHOR PLATE AREA TENSION SHEAR
BOLT L NOM. LENGTH G CAPACITY CAPACITY
A t3 BORE ' K' G' Kg. Kg.
36 675 160 SQ. 16 80 450 8.17 8170 8140
M42 700 200 SQ. 20 100 450 11.2 11200 11080
M48 750 240 SQ. 25 100 450 14.7 14700 14450
M56 750 240 SQ. 25 125 450 20.3 20300 19700
464 950 280 SQ. 32 150 600 26.8 2680 225700
M72 1175 280 SQ. 32 150 600 34.6 34600 32550

SECOND PREFERENCE BOLTS.


DIA. M.S. SQ. PIPE SLEEVE TENSILE FULL FULL
OF ANCHOR PLATE AREA TENSION SHEAR
BOLT L
.,02 CAPACITY CAPACITY
D A t3 4
K Kg. Kg.
M39 700 200 SQ. 20 9.76 9760 550
M45 700 200 SQ. 20 13.00 13000 12700
M52 750 240 SQ. 25 17. 17600 16950
M60 750 260 SQ. 28 23.6 23600 22600
M68 950 280 SQ. 32 150 600 30.6 30600 2905
)I _
A ISSUED FOR TENDER SBK S SSP MBR - 03.12.08
REVISION DESCRIPTION DRAWN CHK APPROVED DATE

M.S. ANCHOR BOLTS


TYPE 'L'
HINDUSTAN PETROLEUM
CORPORATION LTD.,
0
DIESEL HYDROTREATER PROJECT
MUMBAI REFINERY - MAHUL.
RD JACOBS
PROJ-NO. DRAWING No.
REV
44LK5100 44LK-5100-OO/S.01/1046/5 OF 6/A4 A JACOBS ENGINEERING INDIA PVT. LTD.
FILE NAME
DRAWING SCALE PLOT SCALE DRAWN BY CENTRAL BUSINESS DISTRICT, BEIAPUR . NAVI MUMBAI - 400 614.
C011046RA1-5 1:100 1:1 SBK TEL. (91 - 22) 67562000 FAX. (91-22) 7573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.


THIS DRAWING ANn/nR 11 rn.TFUTC
STD. HEX. LOCK NUT
T = THREAD LENGTH
STD HEX. NUT
H- 0 WASHER SINGLE NUT = 2D+20
BASE PLATE DOUBLE NUT = 3D+20
--'- . T/O CONC.
tl = BASE PLATE THICKNESS (VARIES)
t2 = GROUT THICKNESS (VARIES)
P = T+t1+t2-10 (VARIES)
L = DEVELOPED LENGTH OF BOLT
BOLT LENGTH = L+P (VARIES)
-J
ANCHOR
PLATE
6m m. WELD ALROUND
ON BOTH SIDES NOTES:-
OF PLATE
1) USE FIRST PREFERENCE DIAMETERS
AS FAR AS POSSIBLE.
SQ. PLATE
2) ALLOWABLE TENSILE STRESS=120MPA
& SHEAR STRESS=80MPA
3) TENSILE CAPACITY DERATED TO 1000 Kg/Cm2

ANCHOR BOLT - TYPE `M'


FIRST PREFERENCE BOLTS.
DIA. M.S. SQ. TENSILE FULL FULL
L' ANCHOR PLATE E AREA TENSION SHEAR
B OLT
F crr^ CAPACITY CAPACITY
D SIZE t3
Kg. Kg
M12 350 50 SQ. 16 20 882 900
M16 450 50 SQ. 16 20 1570 1600
M20 575 60 SQ. 16 20 2450 2510
M24 650 75 SQ. 16 25 3530 3620
M30 875 100 SQ. 16 1 30 M
6 5610 5650
M36 1075 110 SO. 16 40 8170 8140
M42 1350 135 SQ. 16 45 11200 11080

SECOND PREFERENCE BOLTS.


DIA. M . S . S Q. TENSILE FULL FULL
F ANCHOR PLATE E AREA TENSION SHEAR
BOF LT urZ CAPACITY CAPACITY
D SIZE t3
Kg. Kg.
M22 625 70 SQ. 16 25 3.03 3030 3040
M27 825 80 SQ. 16 30 4.59 4590 4580
M33 925 100 SQ. 16 35 6.94 6940 6840
M39 1225 120 SQ. 16 40 9.76 9760 9550

A ISSUED FOR TENDER SBK SSM SSP MBR - 312.08


REV. NO. REVISION DESCRIPTION DRAWN CHK APPROVED DATE

M.S. ANCHOR BOLTS HINDUSTAN PETROLEUM


CORPORATION LTD.,
TYPE 'M'
DIESEL HYDROTREATER PROJECT
MUMBAI REFINERY - MAHUL.
lIk JACOBS
PROJNO. DRAWING NO.
REV
44LK5100 441-K-5100-00/5.01/1046/6 OF 6/A4 A JACOBS ENGINEERING INDIA PVT. LTD.
FILE N ME
DRAWING SCALE PLOT SCALE DRAWN BY CENTRAL BUSINESS DISTRICT, BEIAPUR. NAVI MUMM - 400 614.
C011046RA1-6 1:100 1:1 SBK TEL. (91-22) 57562000 FAY. (91-22) 7573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.


THIS DRAWING ANO/OR ITS CONTENTS . INFORMATION AND PRINCIPAIC nmra .or TUr''
NOTES
1) ALL DIMENSIONS ARE IN mm.

2) THE TYPE OF GRATING TO BE USED SHALL BE CALLED OUT ON THE DESIGN DRAWING.
3) MATERIAL FOR THE GRATING (M.S. FLATS) SHALL CONFIRM TO IS:2026 GR-A .
COMMERCIAL QUALITY MATERIAL WILL BE ALLOWED ONLY AFTER ASCERTAINING ITS
WELDABILITY / STRENGTH.

4) THE NET WORKING LOADS GIVEN ON SUBSEQUENT SHEETS ARE BASED ON


A LIMITING VERTICAL DEFLECTION OF SPAN/200 OR 6 mm, WHICHEVER IS LESS.
5) THE PANEL WIDTH OF 1005 SHOWN ON THE SUBSEQUENT SHEETS IS INDICATIVE .
IT MAY BE INCREASED OR DECREASED AS REQUIRED TO SUIT THE GEOMETRY OF
THE PLATFORM AND CONVENIENCE OF HANDLING.
6) MAIN / SECONDARY MEMBERS OF THE GRATING SHALL BE PLACED AS PER THE
SPACINGS, HOWEVER IF THE SIZE OF THE GRATING IS NOT IN MULTIPLES OF THE
SPACINGS, ADJUSMENT SHALL BE MADE AT THE ENDS ONLY.
7) REMOVABLE GRATING PANEL SHALL BE FIXED WITH THE SUPPORTING MEMBERS BY
CLAMPS ONLY.

8) UNSUPPORTED EDGES OF ADJACENT GRATING PANELS SHALL BE CONNECTED BY


TACK WELD OR U-CLAMPS MADE OUT OF 25x5 THK. M.S. FLATS WITH M-6 BOLTS
AT BOTTOM. MINIMUM TWO TACK WELDS OR TWO CLAMPS PER PANEL SHALL BE
PROVIDED.

9) GRATING SHALL NOT BE USED FOR SUPPORTING THE PIPES DIRECTLY. ADDITIONAL
MEMBER MC100 SHALL BE PROVIDED UNDER THE GRATING FOR SUPPORTING THE
PIPE HAVING A MAXIMUM LOAD OF 500 kg. THIS MEMBER SHALL SPAN IN SAME
DIRECTION AS GRATING.

10) FOR GRATING PANELS WITH CUTOUTS / OPENINGS, STRENGTHENING SHALL BE


CARRIED OUT AS PER THE DETAILS GIVEN ON SUBSEQUENT SHEETS.
11) ALL GRATINGS SHALL BE HOT DIPPED GALVANIZED.

A ISSUED FOR TENDER SBK SSM SSP ' MBR - 3.12.0


EV. NO. REVISION DESCRIPTION DRAWN CHK APPROVED DATE

STAND ARD GRATINGS HINDUS TAN


CORPOR ATI ON
ON LTD.,
(TYPE 1 & II) AND HP
STAIRCASE TREADS DETS MUMBAI REFINERY - MAHUL.
DIESEL HYDROTREATER PROJECT
JACOBS
PRO J NO, D RYAVJNG N O,
44LK5100 44LK-5100-OO/S.01/1052/1 OF 8/A4 R^ A JACOBS ENGINEERING INDIA PVT. LTD.
FILE NAME DRAWING SCALE PLDT SCALE DRAWN BY CENTRAL BUSINESS DISTRICT , DEWVUR, NAVI MUMBN - 400 614.
C0 11052RA1-1 1:100 1 :1 SBK TEL ( 91-22) 67562000 FAY. (91-22 ) 7573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.


THIS DRAWING ANn/nR ITS rnusnrtc wrnou.a..a -- ... .__
STANDARD GRATING DETAIL 24 NOS FLAT 25x5
TYPE-I (25 THK.) 40 C/C ( MAIN MEMBER)

DETAIL

(TYP. JUNCTION DETAIL)

FLAT 12x3 100 C/C.


(SECONDARY MEMBER)

* REFER NOTE 6 FROM SHT. 1 OF 8


100 _1 100 1 100

BEARING WIDTH I b CLEAR SPAN = I-b

PLAN
MAX. ALLOWABLE
LIVE LOAD IN kg/m2 500 750 1000 1250 1500
MAX. ALLOWABLE
SPAN IN mm. . 1250 1150 1050 1000 900
MAX. ALLOWABLE
LINEAR LOAD IN kg/
AT MID SPAN ALONG 450 600 700 800 950
PANEL WIDTH.

NOTES:
1) DEAD LOAD OF 50 kg/m2 IS CONSIDERED ALONG WITH LIVE LOAD
(MENTIONED IN TABLE) FOR CALCULATION.
2) GRATING IS DESIGNED FOR EITHER LIVE LOAD (IN kg/m? )OR LINEAR

NEV. NO. REVISION DESCRIPTION CHK APPROVED DATE

STANDARD GRATINGS HINDUSTAN PETROLEUM


CORPORATION LTD.,
(TYPE 1 & II) AND
DIESEL HYDROTREATER PROJECT
STAIRCASE TREADS DETS MUMBAI REFINERY - MAHUL.
PROJ. NO. DRAWING NO.
REV
44LK5100 44LK-5100-00/5.01/1052/2 OF 8/A4 A I JACOBS ENGINEERING INDIA PVT. LTD.
FILE NAME
DRAWING SCALE PLOT SCALE DRAWN BY CENTRAL BUSINESS DISTRICT, BELAPUR. NAM MUMBAI - 400 614.
C011052RA1-2 1:100 1:1 SBK TEL. (91-22) 57562000 FAX. (91-22) 7573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.


THIS DRAWING AND/OR ITS CONTENTS. INFORMATION AND PRINPIP nr nCVIru .ems . --
STANDARD GRATING DETAIL - 24 NOS FLAT 30x5
TYPE-II 30 TUE.) @ 40 C/C ( MAIN MEMBER)

U.)
0
0

FLAT 15x3 @ 100 C/C.


(SECONDARY MEMBER)

* REFER NOTE 6 FROM SHT. 1 OF 8


100 _I. 100 I 100

BEARING WIDTH I CLEAR SPAN = I-b I b


SECTION
PLAN SCALE= 15

MAX. ALLOWABLE 2
LIVE LOAD IN kg/m 500 750 1000 1250 1500
MAX. ALLOWABLE
SPAN IN mm.. 1350 1250 1200 1100
MAX. ALLOWABLE
LINEAR LOAD IN kg/
AT MID SPAN ALONG 500 650 850 950 1150
PANEL WIDTH.

NOTES:
1) DEAD LOAD OF 50 kg/m2 IS CONSIDERED ALONG WITH LIVE LOAD
(MENTIONED IN TABLE) FOR CALCULATION.
2) GRATING IS DESIGNED FOR EITHER LIVE LOAD ( IN kg/m? )OR LINEAR AD (IN kg/m.)

A ISSUED FOR TENDER SBK SSM SSP MBR - 03.12.08


REV. NO. REVISION DESCRIPTION DRAWN CHK APPROVED DATE

STANDARD GRATINGS HINDUSTAN PETROLEUM 0


CORPORATION LTD.,
(TYPE 1 & II) AND
STAIRCASE TREADS DETS
DIESEL HYDROTREATER PROJECT
MUMBAI REFINERY - MAHUL.
ID JACOBS
PRDJ.NO. DRAWING NO.
REV
44LK5100 44LK-5100-00/5.01/1052/3 OF 8/A4 A JACOBS ENGINEERING INDIA PVT. LTD.
FILE NAME DRAWING SCALE PLOT SCALE DRAWN BY CENTRAL BUSINESS DISTRICT, BELAPUR, NAM MUMBAI - 400 614.
C011052RA1-3 1:100 1:1 SBK TEL. (91-22) 57562000 FM. (91-22) 7573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.


THIS DRAWING AND/OR ITS CONTENTS . INFORATIOU dun RP1111-1 Ar n - _______.
FIXING DETAILS FOR STANDARD
GRATING (TYPE I & _Ii)

ADDITIONAL FLAT 12x3 / 15x3


BETWEEN MAIN FLAT AT CLAMP
CLAMP 25x5 THK. M.S. FLAT WITH 8 0 LOCATION
HOLES (AS/IS:523) MIN. 4 CLAMPS AT FLAT 12x3/FLAT 15x3
CORNER BUT SPACING NOT EXCEEDING ^ O
900 MIN.

N
GRATING
25x5 THK. M.S. FLAT
WITH 8 0 HOLES. TACK
WELDED TO STRL. MEMBER.
M-6 BOLT WITH NUT

FIXING DETAIL FOR REMOVABLE GRATING PANELS WITH CLAMPS.


3
3 FLAT THK . SAME AS THAT 3 FLAT THK. SAME AS THAT
OF EDGE STRIP & 50 mm OF EDGE STRIP & 50 mm
MORE IN HEIGHT THAN THAT MORE IN HEIGHT THAN THAT
EDGE STRIP ALL ROUND OF EDGE STRIP BENT TO
(MAX. SIZE 300 IN ANY- SHAPE OF OPENING
-DIRECTION) 0300(MAX.)

(MAXIMUM SIZE OF OPENING UPTO 300 mm)


3
3 3
3

-ADDITIONAL SUPPORTING ADDITIONAL SUPPORTING


MEMBER L-75X75X5 MEMBER L-75X75X6
BELOW GRATING PANEL BELOW GRATING PANEL
WITH CUTOUTS/OPENING WITH CUTOUTS/OPENING

RECTANGULAR CIRCULAR
SIZE OF OPENING GRATER THAN 300 mm
TYPICAL DETAIL OF GRATING STRENGTHENING AT OP NINGS

A ISSUED FOR TENDER K SM SSP MBR - 3.12.0


REV. NO. REVISION DESCRIPTION DRAWN CHK APPROVED DATE

STANDARD GRATINGS '' HINDUSTAN PETROLEUM ^m


(TYPE 1 & II) AND Hp CORPORATION LTD.,
DIESEL HYDROTREATER PROJECT
ST AIRCASE TREADS DETS MUMBAI REFINERY - MAHUL. JACOBS
PROJ NO, DRAWING
44LK5100 44LK- 5100-00/5.01/1052/4 OF 8/A4 R A JACOBS ENGINEERING INDIA PVT. LTD.
FILE NONE DRAWw- SCALE
PLOT SCALE DRAWN BY CENTRAL BUSINESS DISTRICT, BELWUR. NAVI MUMBV - 400 614.
C011052RA1 -4 :100 1 : 1 SBK TEL. ( 91-22) 67562000 FAX. (91 - 22) 7573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.


THIN nRAWIuc euNno it rmrrrure ,. ......,....... -.._..._._..-
DETAIL OF 25 THK. GRATING STAIRCASE
TREAD FOR 1000 WIDE STAIR

996
6 92 100 100 , 100 100 100 100 100 100 92 6
v

25 x 5 THK . FLAT 12x3 THK. FLAT


75x6 THK. PLATE 75x6 THK. PLATE-

PLAN OF TREAD

12x3 THK. FLAT (CROSS BAR)

25x5 THK. FLATS (MAIN BAR)

u7
6 THK. PLATE

13.50 HOLE 50 125 45 27x13.5 OVAL HOLE


250
27

SECTION A
r1

A ISSUED FOR TENDER SBK SSM ESP MBR - 3.12.0


EV. N0. REVISION DESCRIPTION DRAWN CHK APPROVED DATE
No
T^^ HINDUSTAN PETROLEUM
STANDARD GRATINGS
DCORPORATION LTD.,
(TYPE 1 & II) AND HP
STAIRCASE TREADS DETS
IESEL HYDROTREATER PROJECT
MUMBAI REFINERY - MAHUL.
JAC O BS
PRWNO. DRAWING NO. REV
44LK5100 44LK-5100-00/S.Q1/1052/5 OF 8/A4 A JACOBS ENGINEERING INDIA PVT. LTD.
616E NPME DRAWING SCA1c PLOT SCALE D RAWN BY CENTRAL BUSINESS DISTRICT, BELPUR, NAN RUMBA - 400 614.
0011052RA1-5 1100 1:1 SBK TEL (91-22) 67562000 FAX. (91 -22) 7573049
A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.
DETAIL OF 25 THK. GRATING STAIRCASE
TREAD FOR 750 WIDE STAIR

746
6 91 92 92 92 92 92 92
92 91 6

CD 't
L

25x5 THK. FLAT 12x3 K. FLAT


75x6 THK. PLATE 75x6 THK. PLATE

PLAN OF TREAD

12x3 THK. FLAT (CROSS BAR)

25x5 THK. FLATS (MAIN BAR)

u7
6 THK. PLATE fl

OT 1

13.50 HOLE
50 125 45 27x13.5 OVAL HOLE
250
27
SECTION A

Ll?

A ISSUED FOR TENDER PIZ


SBK SSM SSP MBR - 3.12.0
EV. N0. REVISION DESCRIPTION DRAWN CHK APPROVED DATE

STANDARD GRATINGS HINDUSTAN PETROLEUM


(TYPE 1 & II) AND ,
CORPORATION LTD.,
DIESEL HYDROTREATER PROJECT
STAIRCASE TREADS DETS MUMBAI REFINERY - MAHUL.
EE^i ^ JACO BS
TROI NO D
44LK5100 44LK-5100-OO/S.01/1052/6 OF 8/A4 Rw BA
y JACOBS ENGINEERING INDIA PVT. LTD.
EIL[ wwE DRAWING SCALE PLOT SCALE DRAWN CENTRAL BUSINESS DISTRICT, BEV3UR, NAVI MUMBAI - 400 614.
0011052RA1 6 1:100 1:1 SBK TEL. ( 91-22) 67562000 FAX. (91-22 ) 7573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.


THIC
DETAIL OF 30 THK. GRATING STAIRCASE
TREAD FOR 1000 WIDE STAIR

996
6 92 100 100 100 100 100 100 100 100 92 6

o
Ln

U)
30x5 THK. FLAT 15x3 THK. FLAT
75x64
THK PLATE 75x6 THK. PLATE

PLAN OF TREAD

15x3 THK. FLAT (CROSS BAR)

- 30x5 THK. FLATS (MAINLoBAR)

6 THK. PLATE rr7 Ln

13.50 HOLE - 50 1 25 ^45 27x13.5 OVAL HOLE

250
27
SECTION A

^I
cl
A ISSUED FOR TENDER SBK SSM SSP MBR - 3.12.0
REV. NO. REVISION DESCRIPTION DRAWN CHK APPROVED DATE

STANDARD GRATINGS HINDUS ATI PETROLEUM


CORPORATION LTD.,
(TYPE 1 & II) AND
STAIRCAS E TREADS DETS 7
MUMBAI
1^^Sj^
DIESEL HYDROTREATER PROJECT
REFINERY - MAHUL. 12a) JACO BS
PFP1 . NO. DRAWING NO. REV

44LK5100 44LK-5100-00/5.01/1052/7 OF 8/A4 A JACOBS ENGINEERING INDIA PVT. LTD.


FILE NAME DRAWING SCALE PLOT SCALE DRAWN Br CENTRAL BUSINESS DISTRICT , BELAPUR, NAVI MUMBAI - 400 614.
C01 1052RAl-7 1:100 1:1 SBK TEL. -22)
(9 1 57562000 FAX. (91-22 ) 7 573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.


THIS DRAWIUC eu Nno n[ rn.nr.ne n.........:.....
EXCISIF PRPFH nF Iemcc
DETAIL OF 30 THK. GRATING STAIRCASE
TREAD FOR 750 WIDE STAIR

746
6 91 92 92 92 92 92 92 91 6

r)^
o

30x5 THK. FLAT 15x3 THK. FLAT


1
75x6 THK. PLATE 75x6 THK. PLATE

PLAN OF TREAD

THK. FLAT (CROSS BAR)

THK. FLATS (MAIN BAR)

Ur)
6 THK. PLATE Lf)

13.50 HOLE 45
27x13.5 OVAL HOLE
t2
27
SECTION A

A ISSUED FOR TENDER SBK SSM SSP MBR - 3.12.0


EV. N0. REVISION DESCRIPTION DRAWN CHK APPROVED DATE

STANDARD GRATINGS HINDUSTAN


CORPORATION LTD.,

STAIRCASE TREADS
DIESEL HYDROTREATER PROJECT
MUMBAI REFINERY - MAHUL.
IACOBS
PROJ NO. D RAWING R
44LK5100 44LK- 5100-OO/S.01/1052/8 OF 8/A4 A JACOBS ENGINEERING INDIA PVT. LTD.
FILE NAME DRAWING SCALE PLOT SCALE CENTRAL BUSINESS DISTRICT , BELAPUR, NAVI NUMBN - 40D 614.
DRAWN BY
C011052RA1-8 1:100 1 :1 SBK T EL (91- 22) 67562000 FAX. (91-22) 7 573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.


INFDRMA ION . AND PRINCIPALS OF DESIGN ARF THE Fvrl IICNV PFDT nr urna r.e... ,.... ,.....,.^. .....^_ ..._ ._ _.._...-__
' WRAPPER

t t

TEE
CHANNEL BOX 20mm NUTS
TACKWELDED

t t t

TYPE-I TYPE-11 TYPE-III

COLUMNS & STRUTS


FIRE PROOFING BY VERMICULATE BASED FIREPROOFING
NOTES:
1. ALL DIMENSIONS ARE IN MILLIMETRES
2. ALL OUTSIDE EDGES OF FIRE PROOFING SHALL BE CHAMFERED
BY 20mm AS SHOWN IN SKETCHES.
3. ALL WRAPPERS SHALL BE HARD DRAWN STEEL WIRE FABRIC
OF 3.Omm DIA, 50x50 MESH, 2.22 kG/m AS PER IS:1566.
4. THE DETAILS SHOWN ARE INDICATIVE ONLY, WORK SHALL BE
BE DONE AS PER VENDOR SUPPLIED DETAILS AND AS PER
REQUIREMENTS OF OISD-STD-164
5. MINIMUM THICKNESS (t) OF VERMICULATE BASED MATERIAL SHALL BE 38 mm
OR AS INDICATED BY VENDOR WHICHEVER IS HIGHER.

kt*
0 ISSUED FOR FEED
SBK SSM DK MBR 17.02.09
REV. NO, REVISION DESCRIPPON
DRAWN CHK APPROVED DATE

FIREPROOFING OF STEEL
STRUCTURE (WITH VERMICULATE p HINDUSTAN PETROLEUM CORPORATION LTD.
BASED FIREPROOFING ) LOBS QUALITY UPGRADATION PROJECT ID JACOBS
A
PROJ.NO. DRAWING NO. REV

44LK5100 44LK- 5100 -OO S . 01 1059 - 1 OF 3-A4 0 JACOBS ENGINEERING INDIA PRIVATE LIMITED.
ALE IUME DRAWING Srf1E PLOT SCALE ORAWN MOMR BUS1ESS OEM . BEUPUR NM MUMBN - 100 614.
S011059RO1-1 1:100 1:1 TEL (91-22) 7573046 FAX. (91-22 ) 7573049
SBK
A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.
16mm 0 M S NUTS
WELDED TO STEEL
t
MEMIER /c
REINFORCEMENT
(TYP.)

DEPTH < 300 DEPT H > 300


[ISMB] [ISMB]
FIRE PROOFING
COATING MATERIAL

ele __j
t 7^. t
I
I I I -^

DEPTH < 300 DEPTH > 300


[ISMC] [ISMC]
(APPLICABLE FOR COLU MNS)

t t
t t
ANGLE BRACING DOUBLE ANGLE OR
TEE BRACING
t = REFER NOTE-5 OF SH 1 OF 3
0 ISSUED FOR FEED
SBK SSM DK MBR 17.02.09
REV. NO. REVISION DESCRIPTION
DRAWN CHK APPROVED DATE

FIREPROOFING OF STEEL
STRUCTURE (WITH VERMICULATE HP HINDUSTAN PETROLEUM CORPORATION LTD .
BASED FIREPROOFING) LOBS QUALITY UPGRADATION PROJECT JACOBS
PROJ.No. DRAWING NO. REV

44LK5100 44LK-5100 -00 5.01 1059-2 OF 3-A4 0 JACOBS ENGINEERING INDIA PRIVATE LIMITED.
FILE N41E DRAWING SC4 PLOT SCALE DRAWN BY CENifNL BUSW6S DISTRICT. BDAPUR. NAN MUUON - 400 614.
S011059R01-2 1:100 1:1 SBK TEL ( 91-22) 7573046 FAX. (91-22) 7573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.


THIS DRAWING AND/OR ITS CDNIFMG INrnVUATInu ^^n nou^e . ^1 ...- _._ _._...--- - - __- _
16mm 0 MILD STEEL NUTS MASTIC FLASHING
(SQUARE OR HEXAGONAL) (TYP.)
WELDED TO STRUCTURE FIRE PROOFING
REINFORCEMENT STEEL MEMBER @ 400 c/c COATING MATERIAL
(TYP.) (TYP

a r.. .-1
t ,.
t .L. ;.. t

-= y t t

DEPTH < 300 DEPTH > 300 DEPTH < 300 DEPTH > 300
[FOR ISMB[ [FOR ISMC]
STEEL SECTION WTH TOP FLANGE EXPOSED (APPLICABLE FOR BEAMS)

t - REFER NOTE-5 OF SH 1 OF 3
FIRE PROOFING COATING MATERIAL
REINFORCEMENT --;,,
EXPANDED METAL STEE L SHEET

I :I .I a
II .I 1.

FIRE PROOFING POR_BUILTUP SECTIONS (APPLICABLE FOR COLUMNS


COVER PLATE

1O

FIRE PROOFING r' (NP')STEEL SECTION


COATING MATERIAL [ISMB/ISMC]
REINFORCEMENT

yam.
COVER PLATE DETAIL FOR BEAM
0 ISSUED FOR FEED 50K SSM DK MBR 7ZD209
REV. NO , REVISION DESCRIPTION
DRAWN CHK APPROVED DATE

FIREPROOFING OF STEEL
STRUCTURE (WITH VERMICULATE HP HINDUSTAN PETROLEUM CORPORATION LTD.,
BASED FIREPROOFING) LOBS QUALITY UPGRADATION PROJECT JACOBS
PROJ . NO. DRAWING NO.
REV
44LK5100 44LK-5100 -00 S.01 1059-3 OF 3-A4 0 JACOBS ENGINEERING INDIA PRIVATE LIMITED.
FILE NAME DRawwc SCALE PLOT SCALE DRAWN 6v CENTRAL BUSINESS DISTRICT, BEL. UR, NAW MUMBW - 400 614.
5011059R01 -3 1:100 1:1 SBK
TEL. ( 91-22) 7573046 FAX, (91-22) 7573049

A MEMBER OF THE JACOBS ENGINEERING GROUP, INC.

S-ar putea să vă placă și