Sunteți pe pagina 1din 654

Project Management Consultancy Services for LPG Import facility at

Haldia

TENDER DOCUMENT

(Document No : A872-TENDER_DOC-A872-030-83-41-CI-T-9514)

Page 1 of 1870
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
A872- 0 TENDER DOCUMENT 9
TENDER_DOC-
A872-030-83-41-CI-
T-9514
A872-030-83-41-CI- 0 BALANCE CIVIL WORKS FOR PLANT AND NON PLANT 655
T-9514 BUILDINGS-TERMIN
A872-030-83-41- 0 SCOPE OF WORK & SUPPLY 670
SOW-5014
A872-030-81-41- 5 SCOPE OF WORKS & SUPPLY (ARCHITECTURE & UG CIVIL) 686
SOW-9514 FOR CIVIL WORKS FOR PLANT & NON-PLANT BUILDINGS
A872-030-16-50-SP- B SCOPE OF WORK AND JOB SPECIFICATION 696
9514
A872-030-16-51- A SCOPE OF WORKS (Instrumentation) 705
SOW-9514
A872-030-80-43- 1 SCOPE OF WORK AND SUPPLY FOR SME 708
SOW-9514
A872-030-80-43-SP- 1 JOB SPECIFICATION FOR SME 713
9514
6-68-0001 4 Standard specification civil and structural works - general scope. 729
6-68-0002 5 Standard specification civil & structural works materials. 733
6-68-0003 5 Standard specification civil & structural works earthwork. 749
6-68-0004 7 Standard specification civil & structural works plain & reinforced 762
cement concrete
6-68-0005 5 Standard specification civil & structural works reinforced cement 792
concrete for liquid retaining structures.
6-68-0006 6 Standard specification civil & structural works structural steel 800
works.
6-68-0007 6 Standard specification civil & structural works structural steel 824
works (tubular/ hollow sections)
6-68-0008 6 Standard specification civil & structural works miscellaneous steel 840
works
6-68-0009 4 Standard specification - civil & structural works - brick masonary. 852
6-68-0012 4 Standard specification civil & structural works demolition and 861
dismantling.
6-68-0013 4 Standard specification - civil & structural works - miscellaneous 868
items.
6-68-0017 0 Standard specification - civil & structural works - bipolar concrete 877
penetrating corrosion inhibiting admixture
6-68-0035 0 Standard specification civil & structural works water-proofing of 891
underground concrete structures
6-68-0056 3 Standard specification civil & structural works bonding fresh 922
concrete to old concrete by epoxy resin bonding system.
6-68-0062 3 Standard specification civil & structural works vacuum dewatering 928
concrete system
6-79-0020 0 Standard specification for surface preparation and protective 935
coating (new construction)
A872-030-02-42- 0 PROTECTIVE COATING SPECIFICATION 994
PCS-0003
6-82-0001 8 Standard specification for health, safety & environment (HSE) 998
management at construction sites
6-82-3100 0 Inspection & test plan (ITP) for civil, structural & architectural 1088
works (item rate contracts - with categorization)
6-78-0001 1 Specification for quality management system requirements from 1152
bidders
6-78-0002 1 Specification for documentation requirement from contractors 1159
6-78-0003 1 Specification for documentation requirement from suppliers 1168

Page 2 of 1870
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
6-75-0001 6 Standard specification for architectural works general. 1177
6-75-0002 6 Standard specification for floor finishing. 1184
6-75-0003 6 Standard specification for wood works 1199
6-75-0004 7 Standard specification for steel / aluminium doors, windows and 1207
ventilators.
6-75-0005 6 Standard specification for plastering and pointing. 1220
6-75-0006 6 Standard specification for roof treatment. 1229
6-75-0007 6 Standard specification for white / colour washing, distempering, 1238
painting and polishing
6-75-0008 6 Standard specification for roofing. 1253
6-75-0009 6 Standard specification for sanitary fittings and fixtures. 1263
6-75-0010 6 Standard specification for false ceiling, false flooring underdeck 1269
insulation & partitioning
6-75-0011 1 Standard specification for fire check / fire resistant doors, windows 1280
& partitions
6-75-0012 1 Standard Specification for external facade system with structural 1289
glazing and aluminium composite panels
6-65-0053 4 Standard specification for plumbing & building drainage. 1305
6-66-0050 2 Standard specification for Clean Agent System 1313
6-51-0006 5 Specification for flameproof control stations. 1331
6-51-0008 5 Specification for flameproof lighting and power panels 1338
6-51-0012 4 Specification for MV switchboards fixed type for package 1345
equipment
6-51-0014 5 Specification for industrial type control stations. 1353
6-51-0051 8 Specification for medium and high voltage cables & accessories. 1359
6-51-0052 6 Specification for communication and fire alarm cables. 1369
6-51-0061 5 Specification for hazardous area light fixtures and junction boxes 1379
6-51-0064 1 Specification for energy efficient medium voltage induction motors 1386
6-51-0081 4 Specification for electrical equipment installation. 1398
6-51-0082 5 Specification for cable installation. 1413
6-51-0083 5 Specification for lighting installation. 1424
6-51-0084 4 Specifications for earthing installation. 1437
6-51-0087 3 Specification for field inspection, testing and commissioning of 1444
electrical installations
6-51-0093 5 Specification for electrics of package equipment. 1452
6-81-1006 3 ITP for flameproof control stations 1462
6-81-1008 2 ITP for flameproof lighting and power panels 1467
6-81-1012 2 ITP for MV fixed type switch board for package equipment 1472
6-81-1014 3 ITP for industrial type control stations 1478
6-81-1032 5 ITP for MV motors 1482
6-81-1051 3 ITP for MV & HV cables & accessories 1488
6-81-1061 3 ITP for hazardous area lighting fixture & junction boxes 1494
6-61-0017 0 Standard specification for air conditioning system 1500
7-68-0051 5 Standard lifting hooks in precast slabs & chequered plates. 1533
7-68-0056 7 Metal insert plates. 1534
7-68-0061 6 Handrail fixing to RCC structure. 1541
7-68-0062 6 Typical cranking detail of rebar at beam & col. junctions. 1542
7-68-0066 5 Standard lintels. 1543
7-68-0067 1 Structural details of misc. architectural features 1548
7-68-0104 6 Reinforcement details at Sq/Rect. cutout in slab. 1552
7-68-0201 6 Standard lugs. 1553

Page 3 of 1870
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-68-0202 7 Typical grating support. 1554
7-68-0203 7 Typical chequered plate support. 1555
7-68-0417 7 MS anchor bolt assemblies 1556
7-68-0501 7 Handrails 1563
7-68-0506 6 Steel stairs 1571
7-68-0507 7 Details of steel ladder 1577
7-68-0625 1 Cable trench inside the buildings 1580
7-68-0626 4 Cable trench 1596
7-68-0655 3 Cable trench for class-AA tracked vehicle (crane approach) 1613
7-68-0684 4 Monorail fixing detail with RCC beam 1620
7-68-0695 2 Electrical cable tray supporting structure 1623
7-68-0697 3 Electroforged grating type-I & type-II 1632
7-67-0008 7 Pedestal for stair/ladder. 1640
7-67-0011 5 Flooring details for buildings. 1641
7-75-0002 5 Skirting detail (with brick wall). 1643
7-75-0003 5 Skirting detail (with RCC column). 1644
7-75-0004 5 Dado detail (with brick wall and RCC col.) 1645
7-75-0006 5 Steel door hollow type single shutter. 1646
7-75-0007 5 Steel door hollow type double shutter. 1647
7-75-0011 5 Wooden flush door (with pressed steel frame). 1648
7-75-0012 5 Wooden flush door (with wooden frame). 1649
7-75-0013 5 Wooden glazed door double shutter. 1650
7-75-0014 5 Glazed aluminium door. 1651
7-75-0015 5 Glazed aluminium window. 1652
7-75-0041 5 False ceiling details with aluminium grid. 1653
7-75-0042 5 Aluminium panel false ceiling (84C system). 1654
7-75-0043 5 Aluminium panel false ceiling (tray type). 1655
7-75-0049 1 False flooring 1657
7-75-0051 5 Transformer gate details (upto 6000mm. width) 1660
7-75-0052 4 Transformer gate details (beyond 6000mm. width) 1662
7-75-0054 5 Steel gate (for entrances upto 6.0m width). 1663
7-75-0060 5 Orissa pan W.C. (fixing detail). 1665
7-75-0062 5 European type W.C. (fixing detail). 1667
7-75-0063 5 Urinal fixing detail. 1669
7-75-0064 5 Wash basin fixing detail. 1670
7-75-0065 5 Plinth protection (with building drain) 1672
7-75-0066 5 Wooden panel door (toilet door). 1674
7-75-0068 5 Roof drainage and water proofing. 1675
7-75-0070 5 Steel door (pressed steel) single shutter. 1678
7-75-0071 5 Steel door (pressed steel) double shutter. 1679
7-75-0091 1 Metal sheet (flashing detail) 1680
7-75-0093 0 Stainless steel tubular handrail 1682
7-75-0095 0 Toilet Cubicles Details 1686
7-65-0001 3 Abbreviations, legends and equipment symbols. 1687
7-65-0211 4 Details of rungs for manholes, valve pits, tanks, etc. 1691
7-65-0214 5 Gully trap chamber. 1692
7-65-0215 4 Inspection chamber. 1693
7-65-0216 5 Septic tank type I, II, III & IV 1694
7-65-0217 5 Details of soak pit. 1695

Page 4 of 1870
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
7-65-0218 5 Septic tanks type - V, VI & VII. 1696
7-65-0220 5 Valve pit type-1 for dia. < 3¿". 1697
7-65-0224 2 Chequered plate details (for masonry valve pit type-I, type-II, type- 1698
III & type-IV)
7-65-0310 4 Detail of neutralization pit. 1699
7-51-0101 5 Typical earth electrode for earthing system. 1700
7-51-0102 7 Typical earth electrode in test pit. 1701
7-51-0103 6 Typical earth plate and fixing details. 1702
7-51-0104 5 Typical arrangement for earthing of motor 1703
7-51-0106 5 Typical earth connection for push button station. 1704
7-51-0116 7 Equipment earthing schedule. 1705
7-51-0212 5 Typical installation of fluorescent / led fixture mounting in exposed 1706
wiring system.
7-51-0213 5 Typical installation of recessed mounted fluorescent / led fixture. 1707
7-51-0214 5 Typical installation of recessed mounted or below false ceiling 1708
mounted lighting fixture.
7-51-0215 5 Typical installation of recessed mounted lighting fixture block of 1709
four.
7-51-0217 5 Typical installation of well glass lighting fixture (safe area). 1710
7-51-0218 5 Typical installation of bulkhead lighting fixture. 1711
7-51-0219 5 Typical installation of dispersive reflector fixture. 1712
7-51-0224 5 Typical installation of weather proof light fixture. 1713
7-51-0225 4 Typical installation of flame proof lighting panel. 1714
7-51-0226 5 Typical installation of lighting / power panel wall (surface) 1715
mounted.
7-51-0229 5 Typical installation details of lighting fixture mounting in concealed 1716
conduit system.
7-51-0230 5 Typical installation of lighting / power panel flush mounted. 1717
7-51-0232 4 Typical installation of metsec channel and lighting fixture. 1718
7-51-0305 5 Installation details for conduit or cable support on wall/ slab/ beam. 1719
7-51-0314 5 Connection details for motor and control station (cable in tray). 1720
7-51-0323 4 Cable termination for motors (Cable dropping from overhead trays) 1721
7-51-0332 3 Safety measures for electrical installations during construction 1722
7-51-0333 3 Details for hot dip galvanized ladder type cable trays 1724
7-51-0335 3 Typ. installation details of electrical panels on false flooring 1727
7-51-0336 3 Typ. installation details of electrical panels on cable trench 1728
7-76-0103 1 Instructions to vendor for site performance guarantee 1730
requirements for package units
A872-030-81-41-LL- 1 APPROVED VENDOR LIST 1737
01
A872-030-16-50-OD- A VENDOR LIST 1747
9514
A872-030-80-43-VL- 1 SUB VENDOR LIST FOR SME 1751
9514
A872-030-83-41- 2 GA & R/F DETAILS OF PILE CAP & TIE BEAMS 1757
06001
A872-030-83-41- 1 R/F DET. OF TIE BEAMS 1758
06002
A872-030-83-41- 1 GA OF FIRST FLOOR & SLAB 1759
06003
A872-030-83-41- 1 GA & R/F OF ROOF FLOOR SLAB & BEAM sh. 1 of 2 1760
06004

Page 5 of 1870
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
A872-030-83-41- 0 GA & R/F DET. FIRST FLOOR SLAB AND BEAMS 1761
06005
A872-030-83-41- 1 R/F DET. OF FIRST FLOOR BEAMS sh. 1 of 2 1762
06006
A872-030-83-41- 0 GA & R/F DET. OF ROOF SLAB & BEAMS 1763
06007
A872-030-83-41- 0 R/F DET. OF ROOF BEAMS sh. 2 of 2 1764
06008
A872-030-83-41- 1 GA & R/F DET. OF STAIRCASE 1765
06009
A872-030-83-41- 2 GA & R/F DET. LINTEL BEAMS 1766
06010
A872-030-83-41- 3 GA & R/F DET. OF TIE BEAM TRANSFORMER FOUNDATION 1767
06011
A872-030-83-41- 2 GA & R/F DETAIL OF PILE CAP FOR TRANSFORMER SUPP 1768
06012
A872-030-83-41- 2 GA & R/F DET. OF PILE CAP AND TIE BEAMS 1769
06071
A872-030-83-41- 1 R/F DET. OF TIE BEAMS 1770
06072
A872-030-83-41- 4 GA & R/F DET. OF COLUMN 1771
06073
A872-030-83-41- 2 G.A. AND R/F DETAILS OF TIE BEAM 1772
06074
A872-030-83-41- 3 G.A. AND R/F DETAIL OF ROOF BEAM 1773
06075
A872-030-83-41- 3 R/F DETAILS OF ROOF BEAM 1774
06076
A872-030-83-41- 3 R/F DETAILS OF COLUMN AND WALLS 1775
06077
A872-030-83-41- 0 GA & R/F DETAIL OF PILE CAP & TIE BEAMS 1776
08041
A872-030-83-41- 2 GA & R/F DETAIL OF COLUMN 1777
08042
A872-030-83-41- 2 DETAIL OF PORTAL EL. AND SIDE SHEETINGS 1778
08043
A872-030-83-41- 1 DET. OF GANTRY GIRDER EL. AND SIDE SHEETINGS 1779
08044
A872-030-83-41- 0 GA & R/F DET OF TIE BEAMS 1780
08045
A872-030-83-41- 3 GA & R/F DET. OF PILE CAP & TIE BEAMS 1781
06041
A872-030-83-41- 1 GA & R/F DET. OF ROOF(1) SLAB AND BEAMS 1782
16042
A872-030-83-41- 0 GA & R/F DET. OF ROOF SLAB AND BEAMS (PLOT A/B) 1783
06046
A872-030-83-41- 0 GA AND R/F DETAIL OF COL. FOR PLOT C 1784
16047
A872-030-83-41- 2 GA AND R/F DETAIL OF PILE CAP AND TIE BEAMS 1785
16061
A872-030-83-41- 3 GA & R/F DET. OF TIE BEAMS 1786
16062
A872-030-83-41- 3 GA & R/F DET. OF ROOF SLAB AT EL.105(TOC) 1787
06063
A872-030-83-41- 1 GA & R/F DET. OF COLUMNS 1788
16064

Page 6 of 1870
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
A872-030-81-41- 2 CONTROL ROOM Plan 1789
12901
A872-030-81-41- 1 CONTROL ROOM Elevation 1790
12902
A872-030-81-41- 1 CONTROL ROOM Section 1791
12903
A872-030-81-41- 1 SUBSTATION G.Fl. Plan, Ele. & Sec. 1792
02905
A872-030-81-41- 1 SUBSTATION F.F.Plan, Ele. & Sec. 1793
02906
A872-030-81-41- 1 SUBSTATION Terrace Plan, D/W Profile 1794
02907
A872-030-81-41- 2 SECURITY ROOM Plan, Elevation & Section 1795
12912
A872-030-81-41- 2 SECURITY ROOM Elevation & Section 1796
12913
A872-030-81-41- 1 ENGINEERING STORE PLAN, ELE, SEC 1797
12921
A872-030-81-41- 1 ENGINEERING STORE Terrace Plan, D/W Profile 1798
12922
A872-030-16-50- 0 FA/PA/Telephone/LAN L/O - Substation 1799
15006
A872-030-16-50- 0 Lighting L/O - Substation 1800
12010
A872-030-16-50- 1 FA/PA/Telephone/LAN L/O - Control Room 1801
15002
A872-030-16-50- B Lighting Layout - Control Room 1802
12002
A872-030-16-50- 0 Earthing/Lightning Prtec. L/O - Control Room 1803
13002
A872-030-16-50- 0 Lighting/Earthing/PA L/O - LPG Compressor 1804
12015
A872-030-16-50- 1 Lighting/Earthing/FA/PA Tel L/O - Security Room 1805
12009
A872-030-16-50- 1 Lighting/Earthing/FA L/O - Engineering Store 1806
12005
A872-000-17-44- 1 OVERALL PLOT PLAN 1807
00001
A872-030-16-50-DS- A DATA SHEET - LIGHTING FIXTURE SCHEDULE 1808
1002
A872-030-16-50-DS- A DATA SHEET - MV SWBD 1829
9502
A872-030-16-50-DS- A DATA SHEET - MV SWBD COMPONENT 1834
9503
A872-030-16-50-DS- A DATA SHEET - MV SWBD HARDWARE 1835
9504
A872-030-16-50-DS- A DATA SHEET - MV IM 1838
9505
A872-030-16-50-DS- A DATA SHEET- MV CABLE 1841
9506
A872-030-16-50-DS- A DATA SHEET - LP/PP 1843
9507
A872-030-16-50-DS- A DATA SHEET - LOAD DATA 1844
9508
A872-030-80-43-DS- 1 DATA SHEET FOR SME 1847
9514

Page 7 of 1870
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
A872-030-16-50-VR- A VENDOR DATA REQUIREMENTS 1861
9514
A872-030-80-43- A VENDOR DATA REQUIREMENT FOR AIR CONDITIONING 1866
VDR-9514 SYSTEM
A872-030-16-50-SL- A SPARE LIST - ELECTRICAL 1869
9502

Page 8 of 1870
BHARAT PETROLEUM CORPORATION
LIMITED

LPG IMPORT TERMINAL FACILITIES


PROJECT
AT HALDIA

(BIDDING DOCUMENT NO. DC/A872-030-CI-TN-9514/1015)

BIDDING DOCUMENT
FOR
BALANCE CIVIL WORKS FOR PLANT
AND NON PLANT BUILDINGS
Part - I: COMMERCIAL SECTION

Prepared by:

Page 9 of 1870
MASTER INDEX

NAME OF WORK : BALANCE CIVIL WORKS FOR PLANT AND NON


PLANT BUILDINGS FOR LPG IMPORT TERMINAL
FACILITIES PROJECT AT HALDIA OF M/s BPCL

BIDDING DOCUMENT NO. : DC/A872-030-CI-TN-9514/1015

PART – I: COMMERCIAL SECTION

S.
DESCRIPTION NO. OF SHT.
NO.
1. Cover Page 1

2. Master Index 2

3. Limited Inviting Bid (LIB) 11

4. Bid Data Sheet 4

5. Instructions To Bidders (ITB) with Annexure 58

6. Special Conditions of Contract (SCC) 32

7. Annexure to SCC

i. SCOPE OF WORK 2

ii. SCOPE OF SUPPLY 2

iii. TIME SCHEDULE 2

iv. MEASUREMENT OF WORK 11

v. TERMS OF PAYMENT 14

vi. MINIMUM CONSTRUCTION EQUIPMENTS, TOOLS & TACKLES 3

vii. MINIMUM KEY CONSTRUCTION MANPOWER 2

viii. QUALIFICATION AND EXPERIENCE OF KEY SUPERVISORY PERSONNEL 6

ix. SPECIFICATION FOR QUALITY MANAGEMENT SYSTEM REQUIREMENTS 10

x. SPECIFICATION FOR HSE MANAGEMENT AND OISD GUIDELINES 174

xi. PROFORMA FOR APPROVAL OF CONSTRUCTION SUB-CONTRACTOR 2

xii. CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIALS 10

xiii. INTEGRITY PACT 7

xiv. SPECIFICATIONS FOR DOCUMENTATION REQUIREMENTS 9

xv. METHODOLOGY FOR PROCURMENT OF STRUCTURAL STEEL, TMT 2


BARS & CEMENT BY CONTRACTORS
xvi. CALIBERATION REQUIREMENT OF MONTORING AND MEASURING 6
DEVICES AT CONSTRUCTION SITES
xvii. RELEASE OF FRONT TO THE CONTRACTOR 2

A872-MI Page 1 of 2

Page 10 of 1870
S.
DESCRIPTION NO. OF SHT.
NO.
xviii. REQUIREMENT FOR RADIOGRAPHY & OTHER NDT 1

8. General Conditions of Contract (GCC) along with its Annexure 66


PART – II
PRICE PART
S. NO. DESCRIPTION NO. OF SHT.
1. Cover Page 1
2. Schedule of Prices & Details of Taxes/ Duties (FORM SP-1) 4
3. Short and Detailed Description 210

Note: Documents as per Master Index (Technical) is attached separately with the Technical Part.

Page 2 of 2

Page 11 of 1870
NOTICE INVITING TENDER (NIT)
FOR BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS
FOR
LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA
OF M/s BPCL
(BIDDING DOCUMENT NO: DC/A872-030-CI-TN-9514/1015)
(DOMESTIC COMPETITIVE BIDDING)
E-Tendering
1.0 INTRODUCTION:
1.1 Bharat Petroleum Corporation Ltd. is in the process of establishing a new LPG import terminal
Project at Haldia, West Bengal. M/s Engineers India Limited (EIL) has been appointed as
Project Management Consultant (PMC) for the project.
Engineers India Ltd. (EIL) on behalf of M/s Bharat Petroleum Corporation Limited, invites Bids
under Single Stage Two Part Bid System for execution of ‘BALANCE CIVIL WORKS FOR
PLANT AND NON PLANT BUILDINGS FOR LPG IMPORT TERMINAL’ from eligible bidders
with sound technical and commercial capabilities meeting the Bidder Qualification Criteria
stated in Cl. 5.0.
2.0 BRIEF SCOPE OF WORK:

The scope of work envisaged in this tender covers all relevant civil structural works of Balance
Plant and Non Plant Buildings for LPG Import Terminal Project at Haldia, West Bengal of M/S
Bharat Petroleum Corporation Ltd. as per tender specifications, drawings, codes, standards,
SOR, good engineering practice, directions of Engineer- in- Charge and as per construction
drawings made available to the successful bidder related to following buildings/Structure/Unit.:

I. Construction of Balance works in Uncompleted Buildings.

a) Substation (Double Storey RCC Building).

b) Control room (Single Storey RCC Blast Resistant Building).

c) LPG Pump House (Shed in Structural Steel).

d) Security Room in Plot –A/B (Single Storey RCC Building).

e) Engineering Store (Single Storey RCC Building).

For detailed scope of works, refer Technical section of the Bidding Document.

3.0 TIME SCHEDULE FOR COMPLETION:


3.1 Completion period for entire work shall be 04 (Four) Months from the date of issue of Fax of
Acceptance/ Letter of Acceptance (FOA/LOA)

4.0 SALIENT DETAILS:

a) Bidding Document on Website : From 20.11.2018 to 11.12.2018 {1200 Hrs


(IST)}

b) Site Visit : At 1030 Hrs (IST) on 22.11.2018

c) Last date of Receipt of Bidder’s : On 26.11.2018


Queries for Pre-Bid Meeting

A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 1 of 9

Page 12 of 1870
d) Date of Pre Bid Meeting : at 1030 Hrs. (IST) on 27.11.2018 (#)

e) Last Date and time of Online : Upto 1200 Hrs. (IST) on 11.12.2018
submission of Bids (Bid Due Date)

f) Online Opening of Techno- : 1400 Hrs. (IST) on 12.12.2018 (#)


commercial Unpriced Bid

Rs. 15,00,000/- (Rupees Fifteen Lakh


g) Earnest Money Deposit / Bid Security :
only)
h) Cost of Bidding Document (Non- : Not Applicable
Refundable)

i) Opening of Priced Bids : On date & time to be intimated later

(#) If this date happens to be a declared holiday in EIL New Delhi, the next working day shall
be considered. EIL Office working hours are from 08:30 Hours to 17:00 Hours, from Monday to
Friday.
The complete Bidding Document is available on EIL website:
http://tenders.eil.co.in/newtenders, BPCL website: www.bharatpetroleum.in and Govt. Website:
http://eprocure.gov.in/eprocure/app . Bidders can view / download the document from any one
of the websites mentioned above.
All amendments, time extension, clarifications, etc. will be uploaded in the websites only and
will not be published in Newspapers. Bidders should regularly visit the above website(s) to
keep themselves updated.
Bids are to be submitted only on e-procurement module of the Central Public Procurement
Portal (CPP) i.e. http://eprocure.gov.in/eprocure/app. Bidder to follow instructions as given in
Annexure-I to ITB (E-Tendering Methodology) for registering on the CPP Portal and submitting
their bids online on the CPP Portal. It may be noted that the price details are required to be
filled & submitted only on the Schedule of Rates (SOR) format downloaded from Govt. e-
procurement Portal, during the period the bidding document and its amendment (if any) is
available on website.
Request for extension or any queries received from any bidder with less than four working days
prior to bid due date shall generally be ignored, since there will not be adequate time for proper
communication with Client and other Bidders. Bidders shall submit the bid directly and in their
own name without involving any intermediaries.
The Bidding Document is non-transferrable. Bidder shall download the Bidding Document in
their own name and submit bid directly.

5.0 BIDDER QUALIFICATION CRITERIA (BQC):


Bidder should be a Proprietorship / Partnership firm in India or a Company registered in India
under Indian Companies Act and shall fulfil the following qualification criteria in order to qualify
for this work:
5.1 EXPERIENCE CRITERIA (COMMERCIAL)
5.1.1 The bidder should have executed and completed at least one or two or three Contract(s)
involving Building Works or Civil & Structural Works in an Industrial Plant / Institutional building /
Commercial building /Residential Buildings/ Oil & Gas Terminals of minimum value(s) as indicated
below during the last 7 (seven) years reckoned from the due date for submission of bid:
One Contract of minimum value of Rs. 8.74 Crore (Rupees Eight Crore Seventy Four Lakh
only).
Or
Two Contracts each of minimum value of Rs. 5.82 Crore (Rupees Five Crore Eighty Two Lakh
only).
Or
Three Contracts each of minimum value of Rs. 4.37 Crore (Rupees Four Crore Thirty Seven
Lakh only).

A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 2 of 9

Page 13 of 1870
5.1.2 For Experience based on Composite Works:
In case Bidder has executed Composite Works in an Industrial Plant / Institutional building /
Commercial building / Residential Buildings/Oil & Gas Terminals which includes any of the
qualifying work(s) stated at clause no. 5.1.1 above, then value of such qualifying work(s), out of
the total value of Composite Works shall be considered for the purpose of qualification.

5.2 FINANCIAL CRITERIA


5.2.1 Annual turnover criteria
The average annual turnover of Bidder in last 3 (three) financial years shall not be less than
Rs. 4.37 Crore (Rupees Four Crore Thirty Seven Lakh only), up to the bid due date.

Turnover shall be calculated including Excise Duty but excluding other Incomes.

5.2.2 Networth Criteria


The financial net worth of the Bidder as per the latest audited annual report shall be positive.
Networth means paid up share capital, Share Application Money pending allotment* and
reserves# less accumulated losses and deferred expenditure to the extent not written off.
# Reserves to be considered for the purpose of networth shall be all reserves created out of
the profits and securities premium account but shall not include reserves created out of
revaluation of assets, write back of depreciation and amalgamation.
*Share Application Money pending allotment will be considered only in respect of share to be
allotted.
Accordingly, the definition of Networth shall be as follows:
Paid up share capital XXXX
Add : Share Application Money pending XXX
allotment
Add : Reserves (As defined Above) XXXX
Less : Accumulated Losses XX
Less : Deferred Revenue Expenditure to the XX
extent not written off
Networth XXXX

5.2.3 Working Capital Criteria


5.2.4 Bidder should have minimum working capital as Rs. 1.46 Crore (Rupees One Crore Forty Six
Lakh only) as per the immediate preceding year’s Audited financial results.

Working Capital shall be Current Assets minus Current Liabilities.

5.3 In case a Startup is interested in this tender but does not meet the Bidder Qualification Criteria
and Turnover Criteria mentioned in 5.1 & 5.2.1 above, the Startup is required to submit a detailed
proposal about its services separately and not against the present tender requirement. However,
Startup needs to meet financial criteria as per 5.2.2 & 5.2.3 above.
Such proposal should be accompanied by relevant documents in support of startups as under:
 Certificate of Recognition issued by Department of Industrial Policy and Promotion (DIPP),
Ministry of Commerce and Industry, GOI.
 Certificate of Incorporation / Registration.
 Audited P&L statement of all the financial years since incorporation. In case where balance
sheet has not been prepared, bidder shall submit a certificate in Original from its CEO / CFO
stating turnover of the bidding entity separately for each financial year since incorporation

A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 3 of 9

Page 14 of 1870
along with declaration stating the reason for not furnishing the audited P&L statement. The
certificate shall be endorsed by a Chartered Account / Statutory Auditor.
Such proposal shall be examined and may be considered inviting a detailed offer from Startup
with intent to place a trail order or test order provided the Startup meets the Quality and
Technical Specifications.

Notes:-
(i) In case a bidder (a parent company) is having wholly owned subsidiaries but only a single
consolidated annual report is prepared and audited which includes the financial details of their
wholly owned subsidiaries, consolidated audited annual report shall be considered for
establishing the financial criteria subject to statutory auditor/ chartered accountant of the
bidder certifying that separate annual report of bidder (without the financial data of
subsidiaries) is not prepared and audited.
Further, in case a bidder is a subsidiary company and separate annual report of the bidder is
not published, but only a consolidated annual report of the Parent Company is available,
consolidated audited annual report shall be considered for establishing the financial criteria
subject to statutory auditor/ chartered accountant of the bidder certifying that separate annual
report of bidder is not prepared and audited.
(ii) In case the financial year closing date is within 9 months of bid due date and audited annual
report of immediate preceding financial year is not available, Bidder has the option to submit
the financial details of the three previous years immediately prior to the last financial year.
Otherwise, it is compulsory to submit the financial details of the immediate three preceding
financial years.
Example, In case, audited annual report of immediate preceding financial year (year ending
st st
31 March) is not available and where bid closing date is up to 31 December, the financial
details of the three previous years immediately prior to the last financial year may be
st
submitted. However, in case the bid closing date is after 31 December, it is compulsory to
submit the financial details of the immediate three preceding financial years only.
(iii) A job completed by a bidder as an authorized sub-contractor shall be considered for the
purpose of meeting the experience criteria of BQC subject to submission of following
documents:
a) Copies of work order along with SOR and completion certificate having details like work
order no. /date, brief scope of work, ordered & executed value of the job, completion date
etc. issued by main contractor.

b) Copy of completion certificates from the end user/ Owner mentioning that the work has
been executed by bidder as sub-contractor OR a copy of approval by end user / Owner for
engaging the bidder as sub-contractor.
5.4 DOCUMENTS AND DATA REQUIRED WITH BID
The bidder shall furnish documentary evidence as below:

Bidder shall complete and submit the Experience Record Proforma provided under the
Proposal Forms of the Bidding Document (along with supporting documents mentioned) to
establish that the bidder meets the Bidder Qualification Criteria as per Clause No. 5.1, 5.2 &
5.3 of this document.
5.4.1 For Experience Criteria:
5.4.2.1 Bidder shall furnish documentary evidence i.e. copies of work orders/ relevant pages of
contract/SOR, completion certificate, from the Owner/ Consultant of work executed in the
first instance itself, in support of their fulfilling the qualification criteria. Accordingly, only
such past experience (s) shall be considered for qualification, details of which are provided in
the bid by the bidder and subsequently no additional past experience (PTR) shall be sought
from the bidder.
5.4.2.2 For Composite Works, in the event the value of the qualifying work(s) cannot be ascertained
from the Work Order/Completion Certificate submitted by Bidder, Copy of Schedule of Rates
(SOR) as per Contract, relevant pages of Contracts, Copy of relevant pages of Final Bill
certified by Owner for establishing requirement of BQC or written letter from their Client
specifying the nature of work with quantities and values can be submitted for qualification.

A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 4 of 9

Page 15 of 1870
5.4.2.3 Experience of bidding entity shall only be considered. A job executed by a bidder for its own
plant/projects can’t be considered as experience for the purpose of meeting requirement of
BQC of the Bidding Document. However, jobs executed for Subsidiary/ Fellow subsidiary /
Holding company will be considered as experience for the purpose of meeting BQC subject
to submission of tax paid invoice(s) duly certified by Statutory Auditor of the bidder towards
payments of statutory tax in support of the job executed for Subsidiary/ Fellow subsidiary /
Holding company. Such bidders to submit these documents in addition to the documents
specified in the Bidding Document to meet BQC.
5.4.2 For Financial Criteria:
5.4.2.1 Bidder shall furnish documentary evidence in the form of duly audited Annual Report/ Financial
Statements- Balance sheets and Profit and Loss Accounts statements of the preceding 3
(Three) financial years, along with the Bid to establish Bidder’s conformance to Financial
Criteria mentioned in Cl. 5.2 above.
5.4.3 All documents furnished by the bidder in support of meeting the experience and financial
criteria (5.1, 5.2 & 5.3 above) of BQC as per NIT shall be submitted in a separate
section/booklet along with their offer. This section/booklet shall be titled as “Documentation
against Bidder Qualification Criteria {Experience & Financial}” with proper index and page
numbering. Refer Instructions to Bidders (ITB) for details.
5.4.4 All documents furnished by the bidder in support of meeting the Experience and Financial
criteria of BQC shall be:
Either
i. Duly certified by Statutory Auditors of the bidder or practicing Chartered Accountant (not
being an employee or a Director or not having any interest in the bidder’s company/firm)
where audited accounts are not mandatory as per law.
Or
ii. Duly notarized by any Notary Public
Or
iii. duly certified by reputed Third Party Inspection Agencies (BV/ DNV/TUV/ PDIL / CEIL /
LRS / IRS / MECON / RITES / Moody)
Or
iv. Self-certified documents in original from any one out of CEO or CFO or Company
Secretary of the bidder (Limited company only) along with Self-Certification as per
Annexure-1 of NIT. {This option shall not be applicable to Proprietorship/ Partnership firms}
5.4.5 With regards to financial documents, in case Bidder submits bound original printed booklet of
complete published and audited annual financial statements including balance sheet, profit &
loss accounts and all other schedules for the preceding three financial years, the same shall
be considered without certification of Statutory Auditor/Notarization of Notary Public.
However, in case the bidder submits either a photo copy of complete audited financial statement
or a translated copy of the published financial statements, the same shall be certified either by
statutory auditor or Notary Public, in original as per 5.4.4 above.
5.4.6 Bidders should have valid Goods and Service Tax registrations and PAN and shall submit
copy of the certificates along with the bid.
5.4.7 Any additional documents if deemed necessary to establish the qualifying requirements may
be submitted by the Bidder.
5.4.8 Submission of authenticated documents is the prime responsibility of the Bidder.
5.4.9 BPCL/EIL reserves the right of getting the document cross verified, at their discretion from the
document issuing authority.
5.5 Failure to meet the above Qualification Criteria will render the Bid to be summarily
rejected. Therefore, the bidder shall in his own interest furnish complete documentary
evidence in the first instance itself along with their bids, in support of their fulfilling the
Qualification Criteria as given above.
5.6 For details regarding submission of bids, refer Instructions to Bidder (ITB).
6.0 SITE VISIT & PRE-BID MEETING

A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 5 of 9

Page 16 of 1870
6.1 Bidders are invited for site visit as per the date mentioned in Cl. 4.0 b) above. Details of contact
person for Site visit is:
Shri Sunil K Dhakate,
Sr. Manager Construction (E&P),
Bharat Petroleum Corporation Limited,
Haldia Coastal Installation,
Patikhali, Durgachak,
Haldia, East Medinipur,
West Bengal-721602
Mobile No. 09799936500
6.2 The Bidders are requested to attend a pre-bid meeting at Engineers India Limited, 1 Bhikaji
Cama Place, N. Delhi, India, as per the date mentioned in Cl. 4.0 d) above.
6.3 The bidder may send their queries, if any, on Bidding Document by courier/e-mail to reach EIL
prior to Pre-bid meeting. These queries shall be replied during the Pre-bid meeting.
6.4 The queries raised (without identifying the sources of the query) and the responses given will
be transmitted to all who have been provided access to the bid documents and submitted their
intent to quote.

7.0 SUBMISSION OF BIDS & VALIDITY


7.1 Bids are required to be submitted only through CPP Portal (URL:
http://eprocure.gov.in/eprocure/app) using valid digital signature Certificates. Bidders are
required to register themselves on the Central Public Procurement Portal (URL:
http://eprocure.gov.in/eprocure/app). No registration fee would be charged from the bidders.
Detailed Instructions in this regard are provided as Annexure-I to Instructions to Bidder (ITB)
section of the Bidding Document.
7.2 Bidders in their own interest are requested to register on the CPP Portal and upload/submit
their bid well in time. Bidder will be responsible for any delay due to other issues.
7.3 Physical Bids / Offers or Bids through any other mode shall not be accepted. The Offers
submitted through e-tendering system, as above shall only be considered for evaluation and
ordering. Bids sent through Fax/E-mail/Courier/Computer floppy/CD/Pen Drive shall not be
accepted.
7.4 Bidder to refer E-tendering Methodology provided as Annexure-I to Instructions to Bidders
(ITB) in the bidding document. Bidders are requested to get acquainted with the E-Tendering
System in advance and obtain/seek clarifications, if any from EIL and / or the CPP Portal Help
Desk (Contact No. . +91-120-4200462, +91-120-4001002, +91-8826246593, 1800-3070-2232
or Mobile Nos. +91-7878007972/ +91-7878007973).
7.5 Validity of bid shall be 04 (Four) months from the final due date of opening of Techno-
commercial (Un-priced) Bids.
7.6 All documents furnished by the bidder in support of meeting the commercial and financial
criteria (5.1 and 5.2 above) of BQC as per NIT including Integrity Pact & Power of Attorney
shall be Digitally Signed authenticated copies and submitted in e-tendering website along with
their offer. In such case, bidders shall not be required to submit the original authenticated
documents including Power of Attorney & Integrity pact in physical form to EIL.

In case of submission of digitally signed authenticated copies of documents for meeting BQC,
bidder shall not be required to submit the original authenticated documents in physical form in
EIL subject to confirmation by bidder on Annexure-II attached with NIT.

In case bidder is not able to submit the authenticated documents through e-tendering website
as per the requirement of bidding document, bidder shall submit the authenticated copies of
documents in original hard copy for meeting BQC, as above in a separate section/ booklet
within 07 (Seven) calendar days of unpriced-bid opening. This section/booklet shall be titled as
“Documentation against Bidder Qualification Criteria (Commercial & Financial)” for biding
document no. DC/A872-030-CI-TN-9514/1015 with proper index and page numbering.
7.7 Earnest Money Deposit & MSE certificate required to be submitted in original shall be
submitted in sealed envelopes to the below mentioned address within 07 calendar days from
the date of opening of unpriced bids. Scanned copy of the same to be uploaded on e-
procurement Portal:

A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 6 of 9

Page 17 of 1870
Kind Attention: Mr. D.Chatterjee - DGM (SCM),
M- Floor, EIB
Engineers India Limited,
1, Bhikaji Cama Place
New Delhi 110066

8.0 EARNEST MONEY DEPOSIT (EMD)


8.1 Earnest Money Deposit (EMD) as mentioned above shall be submitted within the Bid Due
Date. EMD shall be submitted in the form of crossed Demand Draft / Pay Order / Banker’s
Cheque payable at Noida or Bank Guarantee (as per Proforma provided in the GCC) in favour
of “Bharat Petroleum Corporation Limited”. Earnest Money Deposit (EMD) shall be valid for a
period of 06 (Six) months from the due date of opening of Techno-commercial Bids and shall
be submitted from any Indian scheduled bank which includes Indian branch of foreign bank
recognized as scheduled bank by RBI.
Exemption of EMD will be applicable for Micro and Small Enterprises (MSEs) registered with
National Small Industries Corporation (NSIC) as per provision mentioned in para 8.4 below.
8.2 Bidders are required to submit the EMD (in the prescribed format) in original at the time of bid
submission in sealed envelope and are required to upload the scanned copy of EMD on e-
Tendering website along with e-Bid. EMD in original shall be submitted in a sealed envelope
titled “Earnest Money Deposit for Bidding Document No. DC/A872-030-CI-TN-9514/1015”.
Bidder must upload the scanned copy of EMD (in the prescribed format) on e- Tendering
website along with the e-bid. Swift message/Cheque/Cash shall not be acceptable. In case
bidder fails to upload scanned copy of EMD on e-tendering website by the bid due date & time,
such bid shall not be considered for evaluation.
8.3 If the Bidder is unable to submit original EMD within the due date and time for Bid submission,
he may submit the same within 07 calendar days from the date of unpriced bid opening,
provided copy of the same have been uploaded on E-Tendering website. In case the Bidder
fails to submit the EMD in original within 07 calendar days, his bid shall be rejected,
irrespective of their status / ranking in tender and notwithstanding the fact that a copy of EMD
was uploaded earlier by the Bidder.
8.4 EMD exemption will be applicable for Micro and Small Enterprises (MSEs) registered with
District Industries Centres (DIC) or Khadi and Village Industries Commission or Khadi and
Village Industries Board or Coir Board or National Small Industries Corporation (NSIC) or
Directorate of Handicraft and Handloom or MSEs having Udyog Aadhaar Memorandum or any
other body specified by Ministry of Micro, Small and Medium Enterprises. On opening the un-
priced bid, the certificate will be verified for registration. If the bidder meets this requirement,
their bid will be processed further. If not, the bidder will be asked to submit EMD. In case the
bidder does not submit the EMD within 07 calendar days of EIL intimation, then their bid shall
be rejected. The certificate shall be valid as on date of opening of unpriced bid.
8.5 Documents to be submitted by MSEs along with un-priced bid :
a) Documentary evidence that the bidder is a Micro or Small Enterprises registered with
District Industries Centres or Khadi and Village Industries Commission or Khadi and
Village Industries Board or Coir Board or National Small Industries Corporation or
Directorate of Handicrafts and Handloom or having Udyog Aadhaar Memorandum or any
other body specified by Ministry of Micro, Small and Medium Enterprises.
b) The above document submitted by the bidder shall be duly authenticated as per Clause
No. 5.4.4 above.
c) If the bidder does not provide the appropriate document or any evidence to substantiate
the above, then it will be presumed that they do not qualify for any preference admissible
in the Public Procurement Policy, 2012.
8.6 Exemption of EMD will be applicable for Non-MSE Startup subject to submitting the following
documents:
 Certificate of Recognition issued by Department of Industrial Policy and Promotion
(DIPP), Ministry of Commerce and Industry, GOI.
 Certificate of Incorporation / Registration.

A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 7 of 9

Page 18 of 1870
The above document submitted by the bidder shall be duly authenticated as per Clause No.
5.4.4 above.
8.7 There will be no waiver of EMD for Public Sector Undertaking of Central/State Government
Undertakings.
8.8 Details Details of beneficiary for issuance of bank guarantees
Beneficiary: BHARAT PETROLEUM CORPORATION LIMITED
Bank Details: Standard Chartered Bank,
Branch Name: Barakhamba Road
Narain Manzil, 23, Barakhamba Road
MICR No.: 110036002
Account no: 52205015073
IFSC code (For RTGS): SCBL0036020
IFSC code (For NEFT): SCBL0036020
BPCL Income Tax PAN Number: AAACB2902M

9.0 GENERAL
9.1 BPCL/EIL reserves the right to carry out capacity & capability assessment of the bidder using
in-house information and past performance.
9.2 If the bidder / bidder’s proposed subcontractor are on Holiday/Negative list of OWNER or EIL
or MOP & NG or other Oil PSE on due date of submission of bid/ during the process of
evaluation of the bids, the offers of such bidder(s) shall not be considered for bid
opening/evaluation/Award. If the bidding document were issued inadvertently/ downloaded
from website, offers submitted by such bidders shall also be not considered for bid
opening/evaluation/Award.
9.3 BPCL/EIL reserve the right to disqualify any bidder during the tendering process by evaluating
their current financial condition and performance in jobs under execution by them as per
available in house data / information.
9.4 BPCL/EIL will not be responsible or liable for cost incurred in preparation & submission of bids,
regardless of the conduct or outcome of the bidding process.
9.5 In case any Bidder is found to be involved in cartel formation, his Bid will not be considered for
evaluation / placement of order. Such Bidder will also be debarred from bidding in future.
9.6 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their Bid.
9.7 Unsolicited clarifications to the offer and / or change in the prices during the validity period
would render the bid liable for rejection.
9.8 Bidder shall not be under liquidation, court receivership or similar proceeding.
9.9 Integrity Pact, duly signed & stamped on each page, shall be submitted with Techno-
commercial bid, failing which the bid shall not be considered for further evaluation.
9.10 For detailed specifications, terms and conditions and other details, refer complete Bidding
Document.
9.11 Techno-commercial part of the Bids shall be opened at 1400 Hrs. (IST) on next working day
from the due date for submission of Bids. Time and date of opening of Price Bids shall be
notified to the qualified and acceptable bidders at a later date.
Bidders may view the Bid opening statement through CPP Portal at
http://eprocure.gov.in/eprocure/app after conclusion of Unpriced Bid Opening by Owner /EIL or
may witness the bid opening in EIL Office, New Delhi.
9.12 Total works shall be awarded based on total lowest (L1) evaluated price as per the provisions
of the Bidding Document.
9.13 Bids received after stipulated bid due date and time i.e. late bids due to any reasons
whatsoever will not be considered.
9.14 Bids on Consortium or unincorporated Joint-Venture basis shall not be accepted.
9.15 OWNER/EIL reserves the right to reject any or all the bids received or annul the bidding
process at any time without assigning any reason whatsoever

A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 8 of 9

Page 19 of 1870
9.16 Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference
as admissible/applicable from time to time under the existing Govt. policy.
9.17 Price preference to MSEs bidder is not applicable being work contract.
9.18 Price preference to MSEs Startup bidder is not applicable being work contract.
9.19 Clarifications if any, can be obtained (on working days, between 09:00 hrs to 16:00 hrs)
through: Telephone Nos.: +91-11-26763203 / 3516 and/or E-mail: d.chatterjee@eil.co.in ,
shyamal.biswas@eil.co.in

Queries / Clarifications relating to the CPP Portal / online bid submission process can be
obtained from the 24 X 7 CPP Portal helpdesk at Contact No. +91-120-4200462, +91-120-
4001002, +91-8826246593, 1800-3070-2232 or Mobile Nos. +91-7878007972/ +91-
7878007973 and E-mail: support.nic@eil.co.in

Dy. General Manager (SCM)


Engineers India Limited, New Delhi

A872_T-9514-1015_NIT-DETAILED_Rev 0 Page 9 of 9

Page 20 of 1870
Annexure – I to NIT

SELF-CERTIFICATION

I, _____________________ S/o/D/o of _________________________________, working as


CEO/CFO/Company Secretary (indicate, as applicable) of the Company
_______________________________ having its registered office at
_________________________________________________________ certify that all the details
including documents pertaining to Bidder Qualification Criteria signed by undersigned vide our offer
reference ___________________ against your Enquiry document
______________________________________, are true, authentic, genuine and exact copy of its
original.

It is certified that none of the documents are false/forged or fabricated. All the documents submitted
has been made having full knowledge of (i) the provisions of the Indian laws in respect of offences
including, but not limited to those pertaining to criminal breach of trust, cheating and fraud and (ii)
provisions of bidding conditions which entitle the Owner/EIL to initiate action in the event of such
declaration turning out to be a misrepresentation or false representation.

I further certify that further documents, if any, required to be submitted by our company, shall be
submitted under my knowledge and those documents shall also be true, authentic, genuine, exact
copy of its original and shall not be false/forged or fabricated.

DECLARATION

I, _____________________ S/o/D/o of _________________________________, working as


CEO/CFO/Company Secretary (indicate, as applicable) of the Company
_______________________________ having its registered office at
_________________________________________________________ with reference to our bid
_________________________ against your Enquiry document
___________________________,declare that in case, at a later date, any of the document
submitted in our bid referred above is found to be false/forged or fabricated, I, shall be held
responsible for the same and EIL/Owner has every right to take action against me and my company,
as deemed fit as per provisions of the bidding documents including EIL/Owner’s right to put our
company on Holiday/Black list for future business with EIL/Owner.

Specimen Signature of authorized representative

Signature

Name & Designation (CEO or CFO or Company Secretary)

Page 21 of 1870
ANNEXURE-II

COMPLIANCE TO AUTHENTICATION REQUIREMENT

We hereby confirm that all authenticated documents submitted for meeting the BQC are
certified as per the authentication requirement defined in the bidding document.

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

Page 22 of 1870
A872-9514-BID DATA SHEET

BID DATA SHEET

SR.NO. ITB CL. NO. CONTENT


1. ITB 1.1 Bidding Document Reference No. is : SM/A872-030-CI-TN-9514/1015
2. ITB 1.1 Name of Works is: BALANCE CIVIL WORKS FOR PLANT AND NON
PLANT BUILDINGS (BALANCE WORK) FOR LPG IMPORT TERMINAL
FACILITIES PROJECT AT HALDIA.
3. ITB 3.1 & 3.3 Enquiry Basis is: NOTICE INVITING BID ON DOMESTIC COMPETITIVE
BASIS
4. ITB 3.2 Name of Client/ OWNER is: BHARAT PETROLEUM CORPORATION
LIMITED (BPCL)
5. ITB 3.2 Name of Project Management Consultant is: ENGINEERS INDIA LIMITED
(EIL)
6. ITB 5.2 i. Last date for submission of pre-bid queries is 26.11.2018
ii. The pre-bid meeting is scheduled as following:
1030 Hrs. IST on 27.11.2018 at Engineers India Limited, 1, Bhikaji
Cama Place, R.K.Puram N. Delhi- 110066
7. ITB 5.2, 16.3 & The detail of Contact Persons for any
10.1.2 query/clarification/communication/Postal address is:
Mr. D. CHATTERJEE
DGM (SCM),
M Floor, Engineers India Limited, 1, Bhikaji Cama Place, R.K.Puram N.
Delhi- 110066
Ph: 0111-26763203 /3209/3516
Email: s.mitra@eil.co.in ; shyamal.biswas@eil.co.in
8. ITB 5.9 i. The geographical location detail of project site is Haldia, West
Bengal
ii. The contact person details at site is:
Mr. Shri Sunil K Dhakate,
Chief. Manager Construction (E&P),
Bharat Petroleum Corporation Limited,
Haldia Coastal Installation,
Patikhali, Durgachak,
Haldia, East Medinipur,
West Bengal-721602
Contact No.: +91-3224251085
Mobile No. +91-9799936500
9. ITB 10.1.1, The last Date and time of submission of Bids is 1200 Hrs. IST on
21.1 & 21.2 11.12.2018
10. ITB 3.2, 10.1.1 Consortium / unincorporated Joint Venture (JV) Bids are not acceptable.
e)
& 18.9

Page 23 of 1870
A872-9514-BID DATA SHEET

11. ITB 11.5 The following Independent External Monitor (IEM) have been appointed by
BPCL, in terms of Integrity Pact (IP).

i Mr. Shantanu Consul


No.9 MCHS (IAS officers colony),
16th Main (IAS officers colony),
BTM 2nd stage, Bangalore-560076
Mobile No.: 09740069318
shantanuconsul@gmail.com

ii Shri. S.S.N Moorthy


st
Address- GFQ, 1 Floor, B. Block,
Summit Apts. Mettupalayam Road,
Coimbatore-641 043
Email- ssnm1950@yahoo.com
Mobile- 09500998610

iii Shri Vikram Srivastava


Address- E-202, Second Floor,
Greater Kailash Part-2,
New Delhi-110048
Email- vikramsrivastava1973@gmail.com
Mobile- 09810642323

12. ITB 20.4, 21.1 URL for e-tendering portal is https://eprocure.gov.in/eprocure/app

13. ITB 14.1 Bidder shall quote prices in Indian Rupees (INR) only.

14. ITB 15.0 Refer Invitation for Bids


15. ITB 17.0 Bid shall remain valid for a minimum period as specified in Clause 7.6 of
NIT from due date of submission of Bid
16. ITB 18.1 Refer NIT
17. ITB 30.0 Price preference as admissible under the prevailing procurement policy for
MSEs is not applicable to this tender.

Page 24 of 1870
A872-9514-BID DATA SHEET

18. ITB 34.1 The evaluation of all Techno-Commercially acceptable bids, to arrive at the
lowest evaluated bid, shall be as under:
I. The Total amount quoted in Schedule of Rates after arithmetic
check in line with Clause 32.0 of ITB shall be taken up for
evaluation.
II. The percentage increase/ decrease quoted by the Bidder shall be
checked for arithmetic correction, if any, based on percentage filled
by the Bidder in the Summary of Prices (Form SP-0).
III. In case prices are not filled up in the Priced Bid as per the
requirements of the Bidding document, the same shall not be
considered for evaluation.
IV. Conditional discount, if offered, shall not be considered for
evaluation.
V. Optional items shall not be considered for the purpose of arriving at
the total cost. However, in case the rates quoted by the selected
Bidder for optional items are considered high, the same shall be
negotiated.
VI. Any uncalled for lump sum / percentage or adhoc reduction /
increase in prices, offered by the Bidders after submission of price
Bid, shall not be considered. However, if reduction is from the
recommended Bidder, such reduction shall be taken into account
for arriving at the contract value.
VII. Evaluation shall be carried out as follows :-
The total Evaluated price of a bidder shall be arrived/ calculated as
follows:
i. Percentage Increase or decrease on total estimated cost
Quoted by Bidder in summary of prices, Form SP-0.
ii. Plus Goods and Service Tax (GST) quoted by bidder in
FORM SP-0
iii. Work shall be awarded to the bidder whose total evaluated
price, as mentioned above, is the lowest.
iv. In case of discrepancy between Total Amount quoted and
Total Amount after considering Percentage increase/
decrease, the amount calculated based on Percentage
increase/ decrease shall prevail.
19. Space for Wherever in Bidding Document it is mentioned that “area for batching
installing plant shall not be made available by Owner” same has been modified to
Batching Plant the extent applicable as follows –

“(a) Space for installation of concrete batching plant will be provided to the
bidders in plot-C of the project site. However the required arrangements for
the electricity, water, approach road, statutory approval etc. in this regard
shall be arranged by the bidders at their own cost.
(b) Bidders can utilize weight batch plant. However the Mass concreting for
slab is to be done preferably by using RMC from reputed supplier with prior
approval as per approved procedure”.

Page 25 of 1870
A872-9514-BID DATA SHEET

20. Bidding Wherever appears the Tender name as “BALANCE CIVIL WORKS FOR
documents PLANT AND NON PLANT BUILDINGS-PART-A” shall be read as “BALANCE
CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS”.
21. ITB 41.0 PURCHASE PREFERENCE (LINKED TO LOCAL CONTENT) (PP-LC)-
NOT APPLICABLE.
22. ITB 42.0 POLICY FOR PROVIDING PREFERENCE TO DOMESTICALLY
MANUFACTURED IRON & STEEL PRODUCTS IN GOVERNMENT
PROCUREMENT (DMI&SP) - APPLICABLE

Page 26 of 1870
A872-ITB-ITEM RATE

INSTRUCTIONS TO BIDDER

Page 1 of 47
Page 27 of 1870
A872-ITB-ITEM RATE

TABLE OF CONTENTS
A GENERAL ........................................................................................................................................................... 4
1.0 SCOPE OF BID ....................................................................................................................................... 4
2.0 CORRUPT AND FRAUDULENT PRACTICES .................................................................................... 4
3.0 ELIGIBLE BIDDERS ............................................................................................................................. 4
B CONTENTS OF BIDDING DOCUMENT ........................................................................................................4
4.0 BIDDING DOCUMENT ......................................................................................................................... 4
5.0 CLARIFICATION OF BIDDING DOCUMENT, PRE-BID MEETING & SITE VISIT ........................ 5
6.0 AMENDMENT OF BIDDING DOCUMENT ......................................................................................... 6
7.0 ACKNOWLEDGEMENT & CONFIRMATION .................................................................................... 6
C PREPARATION OF BIDS ................................................................................................................................ 6
8.0 COST OF BIDDING................................................................................................................................ 6
9.0 LANGUAGE OF BID.............................................................................................................................. 7
10.0 DOCUMENTS COMPRISING THE BID ............................................................................................... 7
11.0 INTEGRITY PACT ................................................................................................................................. 9
12.0 ALTERNATIVE BIDS ............................................................................................................................ 9
13.0 BID PRICES AND DISCOUNTS............................................................................................................ 9
14.0 CURRENCIES OF BID AND PAYMENT............................................................................................ 10
15.0 DOCUMENTS ESTABLISHING THE QUALIFICATIONS OF THE BIDDER ................................. 10
16.0 SPECIAL DOCUMENTATION REQUIREMENT .............................................................................. 11
17.0 PERIOD OF VALIDITY OF BIDS ....................................................................................................... 12
18.0 BID SECURITY .................................................................................................................................... 12
19.0 FORMAT AND SIGNING OF BID....................................................................................................... 13
D SUBMISSION AND OPENING OF BIDS ..................................................................................................... 14
20.0 SEALING AND MARKING OF BIDS ................................................................................................. 14
21.0 DEADLINE FOR SUBMISSION OF BIDS .......................................................................................... 14
22.0 LATE BIDS ........................................................................................................................................... 14
23.0 WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF BIDS ............................................. 15
24.0 BID OPENING ...................................................................................................................................... 15
E EVALUATION AND COMPARISON OF BIDS ........................................................................................... 15
25.0 CONFIDENTIALITY ........................................................................................................................... 15
26.0 DEVIATIONS, RESERVATIONS, AND OMISSIONS ....................................................................... 16
27.0 DETERMINATION OF RESPONSIVENESS ...................................................................................... 16
28.0 CLARIFICATION OF BIDS ................................................................................................................. 16
29.0 EVALUATION OF TECHNO-COMMERCIAL BIDS......................................................................... 17
30.0 PREFERENCE TO MICRO OR SMALL ENTERPRISES ................................................................... 17
31.0 OPENING OF PRICE BID .................................................................................................................... 17
32.0 CORRECTION OF ARITHMETICAL ERRORS ................................................................................. 18
33.0 CONVERSION TO SINGLE CURRENCY .......................................................................................... 18
34.0 EVALUATION AND COMPARISON OF PRICE BIDS ..................................................................... 18
35.0 OWNER/EIL’S RIGHT TO ACCEPT ANY BID, AND TO REJECT ANY OR ALL BIDS ................ 18
F AWARD OF CONTRACT ............................................................................................................................... 18
36.0 AWARD CRITERIA ............................................................................................................................. 18
37.0 NOTIFICATION OF AWARD ............................................................................................................. 19
38.0 SIGNING OF CONTRACT ................................................................................................................... 19
39.0 SECURITY DEPOSIT TOWARDS PERFORMANCE/ RETENTION MONEY................................. 19

Page 2 of 47
Page 28 of 1870
A872-ITB-ITEM RATE

40.0 COMPLIANCE TO REQUIREMENT OF PAN NO. , TAX RESIDENCY CERTIFICATE AND FORM
NO.10F (APPLICABLE FOR FOREIGN BIDDER IN CASE OF SERVICES IN INDIA IS REQUIRED AS PER
SCOPE OF BIDDING DOCUMENT)............................................................................................................... 19
41.0 PURCHASE PREFERENCE (LINKED TO LOCAL CONTENT) (PP-LC): .......................................................... 20
42.0 POLICY FOR PROVIDING PREFERENCE TO DOMESTICALLY MANUFACTURED IRON &
STEEL PRODUCTS IN GOVERNMENT PROCUREMENT (DMI&SP): ...................................................... 25

Page 3 of 47
Page 29 of 1870
A872-ITB-ITEM RATE

A GENERAL

1.0 SCOPE OF BID

1.1 In connection with the Invitation for Bids/ Letter Inviting Bid, Engineers India Limited invites e-
Bid(s) on behalf of Bharat Petroleum Corporation Limited under single stage two bid system, for
the entire scope covered under the Bidding Document (hereinafter for the purpose of these
instructions collectively referred to as the “WORKS” as specified in Bid Data Sheet (BDS)).

1.2 Throughout the Bidding Document:

(a) EIL means Engineers India Limited, a company incorporated under the Companies Act,
1956 having its registered office at 1, Bhikaiji Cama Place, R.K Puram, New Delhi-
110066 (INDIA).

(b) except where the context requires otherwise, words indicating the singular also include
the plural and words indicating the plural also include the singular; and

(c) “day” means calendar day.

(d) The words “un-incorporated Joint Venture (JV)” and “Consortium ” have the same
meaning

2.0 CORRUPT AND FRAUDULENT PRACTICES

2.1 OWNER/EIL requires compliance with its policy in regard to corrupt and fraudulent practices as
per the provisions set forth in Special Condition of Contract (SCC).

3.0 ELIGIBLE BIDDERS

3.1 A bidder may be a firm or a company, who, have been issued the Bidding Document on Limited
Competitive Basis or/and intends to submit Bid, in response to Invitation for Bids (IFB) on Open
Competitive basis.

3.2 The bidders who are on holiday/negative/suspension/banning list of OWNER or EIL or MOP &
NG or other oil PSE on due date of submission of bid/ during the process of evaluation of the
bids, the offers of such bidders shall not be considered for bid opening/evaluation/Award. Further,
in case of a consortium, if any of the member(s) of consortium is on
holiday/negative/suspension/banning list of OWNER or EIL or MOP & NG or other oil PSE on due
date of submission of bid/ during the process of evaluation of the bids, the offers of such
consortium shall not be considered for bid opening/evaluation/Award.

3.3 In case of limited competitive bidding, the bidding is open only to the bidders to whom Bidding
Document has been issued.

B CONTENTS OF BIDDING DOCUMENT

4.0 BIDDING DOCUMENT

4.1 The Bidding Document shall in general consist of the following and should be read in conjunction
with any amendment issued in accordance with ITB Clause No. 6.0 below.

 Invitation for Bid (IFB)/ Letter Inviting Bid (LIB).


 Instructions to Bidders and its attachments.

Page 4 of 47
Page 30 of 1870
A872-ITB-ITEM RATE

 Bid Data Sheet


 Bidding Forms
 General Conditions of Contract (GCC).
 Special Conditions of Contract (SCC) and its Annexure.
 Schedule of Rates (SOR)/ Schedule of Prices (SOP).
 Technical Specifications / Standards.
 Drawings, if any

4.2 Although all the details presented in this Bidding Document have been compiled with reasonable
care, the bidder is expected to examine the Bidding Document, including all instructions, forms,
terms, specifications and drawings in the Bidding Document and it includes all the documents as
per Table of Contents. In case of any ambiguity or incompleteness, the bidder must bring it to the
attention of EIL immediately and prior to submission of Bid.

4.3 Bidding document once issued in case of limited competitive bidding is non-transferable.
However, in case of Open Competitive Bidding, since the Bidding Document is available for free
downloading on the portal, any bidder may submit the Bid and the same shall be evaluated in line
with the provisions of the Bidding Document.

5.0 CLARIFICATION OF BIDDING DOCUMENT, PRE-BID MEETING & SITE VISIT

5.1 Bidder’s authorized representative(s) shall attend the pre bid meeting on the prescribed day at
the given venue specified in IFB/ LIB. During the pre bid meeting, all the technical and
commercial issues shall be discussed and concluded to ensure that the bid received subsequent
to pre bid meeting shall be without any deviations to terms and conditions. Hence, bidders shall
treat the pre bid meeting as utmost important and depute competent & senior person capable of
taking on the spot decision to sort out all the technical and commercial issues.
However, in case any bidder does not attend the pre bid meeting, it shall be understood that the
bidder has a clear understanding of the scope, terms & conditions of the bidding document and
does not have any comments/ deviations to the requirements of the bidding document.
5.2 In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to submit
any queries/clarification/information pertaining to Bidding document in writing delivered by hand
or by e-mail in the format provided in Bidding Forms so as to reach two days prior to Pre-bid
meeting. These queries shall be replied during pre-bid meeting. The editable soft copies of the
queries shall also be e-mailed to concerned persons specified in BDS, to enable EIL to prepare
replies to the queries in the same format expeditiously.

5.3 The bidders are required to participate in the pre-bid meeting after going through the entire
bidding document alongwith BQC. Bidder shall come with all technical and commercial points on
which they need clarifications and also to ensure that they possess all the supporting
documentation for meeting the BQC. In case of any doubt, they may discuss the same during the
meeting to avoid any techno-commercial clarifications/ discussions post bid.

5.4 Replies to the pre-bid queries will be uploaded in EIL website http://tenders.eil.co.in as
expeditiously as possible. After pre-bid meeting, no further queries will be entertained from the
bidders. The response of EIL shall not form part of the Bidding Document unless issued as an
Addendum/ Amendment.

5.5 Any modification of the Bidding Document, which may become necessary as a result of the pre-
bid discussion, shall be intimated to all bidders through the issue of an Addendum/Amendment.

Page 5 of 47
Page 31 of 1870
A872-ITB-ITEM RATE

5.6 Based on the pre-bid discussions, no-deviation form/techno-commercial compliance shall be


signed and submitted by the bidders as part of their offer. After pre-bid meeting, no deviation shall
be accepted. Bidder in their own interest shall submit bids fully complying to bidding document
requirements and OWNER/EIL shall reserve the right to proceed with the available compliant bids
for evaluation without raising any technical/ commercial queries.

5.7 Technical/ Commercial queries (TQ/CQ) shall not be issued once the bid have been opened.
However, wherever CQ/ TQ are unavoidable, the same shall be raised only once and the cut-off
date given for CQ/ TQ replies shall be adhered to. Offers shall be evaluated based on the
information available upto cut-off date for CQ/ TQ replies. Bidder shall not submit any Price
against TQ/ CQ raised unless specifically sought in writing.

5.8 Bidder is advised to visit and examine the Project Site and its surroundings and obtain for itself on
its own responsibility all information that may be necessary for preparing the bid and entering into
a contract for execution of the Works. All costs towards the same including the cost of visiting the
Site shall be at the bidder’s own expense.

5.9 Bidder and any of its personnel will be granted permission by OWNER/EIL to enter upon its
premises and lands/ Project Site for the purpose of such visit, but only upon the express condition
that the bidder and its personnel will relieve and indemnify OWNER/EIL and its personnel from
and against all liability in respect thereof, and will be responsible for death or personal injury, loss
of or damage to property, and any other loss, damage, costs, and expenses incurred as a result
of the inspection. Bidder shall refer BDS for schedule and contact details related to site
visit.

6.0 AMENDMENT OF BIDDING DOCUMENT

6.1 At any time prior to the deadline for submission of bids, EIL may, for any reason whether at his
own initiative or in response to the clarification requested by the prospective bidder(s), issue
amendment in the form of Amendment/ Addendum.

6.2 Any addendum issued shall be part of the Bidding Documents and shall be uploaded on EIL
website http://tenders.eil.co.in /Government website http://eprocure.gov.in/cppp.

6.3 To give bidders reasonable time in which to take an addendum into account in preparing their
bids, EIL may extend the deadline for the submission of bids, pursuant to Clause 21.3 of ITB.

6.4 EIL may also for any reason issue amendment subsequent to receiving the bids. Any
amendment thus issued shall become part of Bidding Document. Bidder shall follow the
instructions issued along with Amendment with regard to submission of impact on quoted price /
revised price, if any.

7.0 ACKNOWLEDGEMENT & CONFIRMATION

7.1 Within 3 days of downloading of Bidding Document, bidder shall acknowledge and confirm his
intention to bid for the tendered work on EIL website http://tenders.eil.co.in.

C PREPARATION OF BIDS

8.0 COST OF BIDDING

8.1 Bidder shall bear all costs associated with the preparation and submission of its Bid, and
OWNER/EIL shall not be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.

Page 6 of 47
Page 32 of 1870
A872-ITB-ITEM RATE

9.0 LANGUAGE OF BID

9.1 The Bid, as well as all correspondence and documents relating to the bid exchanged by the
bidder and EIL, shall be in the English language. Supporting documents and printed literature
that are part of the Bid may be in another language provided they are accompanied by an
accurate translation of the relevant passages in the English language, in which case, for
purposes of interpretation of the Bid, such translation shall govern.

9.2 In the event of submission of any document/ certificate by the bidder in a language other than
English, the bidder shall get the same translated into English and submit the same after getting
the translation duly authenticated by local Chamber of Commerce of bidder’s country or Indian
embassy in bidder’s country or their embassy in India.

10.0 DOCUMENTS COMPRISING THE BID

Electronic Bids (e-bid) in two parts i.e. PART-I (Techno-commercial part)


& PART-II (Priced part) as detailed below shall be submitted in e-tendering portal in accordance
with the instructions and terms & conditions enclosed with the Bidding Document.

10.1.1 PART - I -TECHNO-COMMERCIAL/ UNPRICED BID

(a) Bid forwarding letter;


(b) Table of Contents of the Bidding Document and Amendment/addendum (if any) duly signed
and stamped by the bidder in token of having read all parts of the Bidding Document and
having accepted and considered the same in preparing and submitting the Bid;

(c) Scanned copy of Bid Security as per Clause 10.1.2 of ITB (to be uploaded in “FEE FOLDER”
in e-tendering portal).

(d) Scanned copy of documents submitted in original as per Clause 10.1.2 a) of ITB ;
(e) In case of Invitation for Bids, Scanned Copy of Power of Attorney in favour of person (s)
digitally signing the bid to establish that such person (s) is/are authorised to sign the bid on
behalf of the bidder and any consequence resulting due to such signing shall be binding on
the bidder;

(f) In case of bids submitted by a JV, if permitted in BDS, shall include a copy of the Joint
Venture Agreement entered into by all members;
(g) Bid Form & Information about bidder in accordance with relevant forms provided in Bidding
Forms;

(h) Complete Audited Annual Financial Year Report including auditor report, Balance Sheet,
Profit & Loss Account Statement and all other schedules for the preceding three financial
year;

(i) Past experience along with details and supporting documentation as called for in the Bidder
qualification criteria (BQC);

(j) Copies of documents defining constitution or legal status, place of registration and principal
place of business of the Company.
Organization details
 In case of a proprietorship firm, the name and address of proprietor, and certified
copy of Bank Account Details.

Page 7 of 47
Page 33 of 1870
A872-ITB-ITEM RATE

 In case bidder is a partnership firm, certified copy of the partnership deed.


 In case of company (whether private or public), certified copy of the `Certificate of
Incorporation' together with certified copy of Memorandum/Articles of Association
(k) Compliance to Bid requirement
(l) deleted
(m) Bank Mandate Form with cancelled cheque duly signed and stamped with the Banker’s
certification as per relevant forms provided in Bidding token of Forms;

(n) Unpriced copy (without price) of Schedule of Rates/Prices, in accordance with the
instructions mentioned therein.;

(o) Self certificate that the bidder is not under Liquidation, Court receivership or similar
proceedings on Company’s letter head;

(p) Information about any Current Litigation/ Arbitration, if any, in which bidder is involved;
(q) Declaration by bidder regarding holiday/negative/suspension/banning list of OWNER or EIL
or MOP & NG or other oil PSE;

(r) Compliance to requirement of pan no., tax residency certificate and form no.10F as per
relevant forms provided in Bidding Forms (applicable for foreign bidder in case of services in
india is required as per scope of Bidding document);
(s) any other document required as per, Technical Specifications ; and
(t) any other document required in the BDS.
(u) Proof of valid PF/ GST registration and PAN
(v) Duly signed Integrity Pact
(w) MSE certificate (if applicable)
(x) In case of Consortium/ unincorporated JV, all the necessary documents as defined in NIT.
Note: The above shall be uploaded in “PREQUAL/ TECHNICAL” folder in e-tendering portal
10.1.2 SUBMISSION OF PHYSICAL DOCUMENTS (BID SECURITY / DOCUMENTATION AGAINST
BQC)

The following documents shall be submitted in original on or before the due date and time for
submission of Bid, mentioned in the BDS or any extension thereof as duly notified in writing by
EIL, at the address mentioned in BDS:

a) Booklet titled as “Documentation against Bidder Qualification Criteria” towards fulfilment


of the Bidder Qualification Criteria (BQC) as per NIT in accordance with Clause 15.0 of
ITB.Integrity Pact, duly stamped & signed on each page by Authorized Signatory of the
Bidder (holding Power of Attorney)
b) Valid Power of attorney in favour of signatory (ies) to the bid.
c) EMD in accordance with Clause 18.0 of ITB, wherever applicable
Note: Scanned copy of Bid security shall be uploaded in “FEE FOLDER” in e-tendering portal
10.2 PART-II (Priced Bid)

Priced Bid shall consist of summary of Price duly filled, signed and stamped. (FORM SP-0).

Page 8 of 47
Page 34 of 1870
A872-ITB-ITEM RATE

Deviations to terms and conditions, presumptions, overwriting etc shall not be stipulated in Price
part of bid. In case of any conditions stipulated in price bids, the bids of such bidders shall be
summarily rejected and shall not be considered for further evaluation. Evaluation shall be carried
out excluding such bidder(s.)

Note: Part-II shall be uploaded in “FINANCE” folder in e-tendering portal


11.0 INTEGRITY PACT

11.1 Bidder shall submit, the scanned copy of the Integrity Pact duly signed and stamped in token of
compliance in Part-I of the Bid. Integrity Pact is required to be submitted for Bids of value Rs. 1
(One) crore and above. However, in the event the Integrity Pact is not applicable considering the
value of Bid then a self declaration to this extent shall be submitted by the bidder in Part-I of the
Bid. Copy of the Integrity Pact is provided along with Bidding document.

11.2 Proforma of Integrity Pact (IP) attached shall be returned by the Bidder/s along with the bid
documents (technical bid in case of 2 part bids), duly signed by the same signatory who is
authorized to sign the bid documents. All the pages of the Integrity Pact shall be duly signed.
Bidder’s failure to return the IP duly signed along with the bid documents shall result in the bid not
being considered for further evaluation.

11.3 If the Bidder has been disqualified from the tender process prior to the award of the contract in
accordance with the provisions of the Integrity Pact, BPCL shall be entitled to demand and
recover from Bidder Liquidated Damages amount by forfeiting the EMD/Bid Security as per
provisions of the Integrity Pact.

11.4 If the contract has been terminated according to the provisions of the Integrity Pact, or if BPCL is
entitled to terminate the contract according to the provisions of the Integrity Pact, BPCL shall be
entitled to demand and recover from Contractor Liquidated Damages amount by forfeiting the
Security Deposit/Performance Bank Guarantee as per provisions of the Integrity Pact.

11.5 The Integrity Pact in respect of said tender signed between the parties is part and parcel of the
contract agreement.

11.6 Bidders may raise disputes/complaints, if any, with the nominated Independent External Monitor.
The detail of Independent External Monitors (IEMs), appointed by OWNER, in terms of Integrity
Pact (IP) is specified in the BDS.

12.0 ALTERNATIVE BIDS

12.1 A bidder (i.e., the bidding entity) shall, on no account submit more than one bid either directly (as
a single bidder or as a member of consortium) or indirectly (as a sub-contractor) failing which
following actions shall be initiated:

i) All bids submitted by such bidder (say ‘A’) directly & indirectly, shall stand rejected and
BID SECURITY, if any, in case of direct bid submitted by bidder ‘A’ shall be forfeited.

ii) If another bidder (say ‘B’) has proposed bidder ‘A’ as a sub-contractor then bidder ‘B’’s
bid shall also be rejected. However, in case the bidder ‘B’ has also proposed an
alternative sub-contractor who is other than the bidder ‘A’, then bidder ‘B’’s bid shall be
evaluated with the proposed alternative sub-contractor only. Hence, every bidder shall
ensure in his own interest that his proposed sub-contractor is not submitting alternative/
multiple bids.

13.0 BID PRICES AND DISCOUNTS

Page 9 of 47
Page 35 of 1870
A872-ITB-ITEM RATE

13.1 Unless stated otherwise in the Bidding Document, the Contract shall be for the total works as
described in Bidding Document, based on the Schedule of Rates/ Prices submitted by the bidder
and accepted by EIL.

13.2 Bidder shall indicate percentage increase and Decrease in Summary of Prices ‘FORM-SP 0’ after
downloading the file uploaded in the website referred in IFB. In case separate file is uploaded,
and any variation in item description, unit & quantity are noticed; the bid is liable to be rejected. In
any case, Bidder shall be presumed to have quoted against the tendered description of work as
per the Schedule of Rates (detailed description- Form SP1) and the same shall be binding on the
Bidder.

13.3 The rates quoted by the Bidder shall be checked for arithmetic correction, if any, based on
percentage increase and Decrease in Summary of Prices ‘FORM-SP 0’ filled by the Bidder.

13.4 Bidder shall quote for all the items of Schedule of Rates/Prices after careful analysis of cost
involved for the performance of the complete item considering all parts of the Bidding Document.
In case any activity is not specifically covered in description of item under `Schedule of
Rates/Prices' but is required to complete the work as per Scope of Work, Scope of Supply,
Specifications, Standards, Drawings, General Conditions of Contract, Special Condition of
Contract or any other part of Bidding Document, the rates/ prices quoted shall be deemed to be
inclusive of cost incurred for such activity.

13.5 Rates/ prices quoted by the bidder shall remain firm, fixed and valid till the completion of the
Works and will not be subject to variation on any account except as otherwise specifically
provided in the Bidding Documents.

13.6 All duties, taxes, and other levies payable shall be as per Special Conditions of Contract.

14.0 CURRENCIES OF BID AND PAYMENT

14.1 Refer BDS.

15.0 DOCUMENTS ESTABLISHING THE QUALIFICATIONS OF THE BIDDER

15.1 If specified in the Invitaion for Bids (IFB), bidder(s) intending to participate shall fulfill the
Qualification Criteria specified in the Invitation for Bid (IFB). The experience and financial details
submitted by the bidders shall be evaluated with respect to the Qualification Criteria specified in
the Invitation for Bid. Bidders are requested to submit all qualification details along with relevant
supporting documents in the first instance itself as EIL may finalize the qualification based on
details submitted without asking for any additional details. In view of this, bidder, in their own
interest, must submit experience details for as many Jobs as possible that, in his opinion, meet
the Bidder Qualification Criteria (BQC).

15.2 Bids of only those bidders who are found to qualify based on the Qualification Criteria specified in
the Invitation for Bid shall be considered for detailed Techno-Commercial evaluation. Decision of
OWNER/EIL in this regard shall be final and binding.

15.3 While evaluating the bidder’s conformity with Qualification Criteria, only such works shall be taken
in to consideration, the details of which have been submitted along with the Bid.

15.4 Copy of work order/ notification for award of work along with documentary evidence of its
completion is mandatory, which establishes that the bidder has been awarded a work and proof
of completion which establishes that the work under reference has been completed.(unless
otherwise there is any specific mention in the bidding document regarding consideration of work
in progress)

Page 10 of 47
Page 36 of 1870
A872-ITB-ITEM RATE

15.5 A job completed by a bidder as an authorized sub-contractor shall be considered for the purpose
of meeting the experience criteria of BQC subject to submission of following documents:

I. Copies of work order along with SOR and completion certificate having details like work
order no. /date, brief scope of work, ordered & executed value of the job, completion date
etc. issued by main contractor.

II. Copy of completion certificates from the end user/ Owner mentioning that the work has
been executed by bidder as sub-contractor OR a copy of approval by end user / Owner
for engaging the bidder as sub-contractor.

15.6 A job executed by a bidder for its own plant/projects shall not be considered as experience for the
purpose of meeting the Qualification Criteria of the enquiry document. However, jobs executed for
subsidiary/ fellow subsidiary / holding company will be considered as experience for the purpose
of meeting BQC subject to submission of tax paid invoice(s) duly certified by statutory auditor of
the bidder towards payments of statutory tax in support of the job executed for subsidiary/ fellow
subsidiary / holding company. Such bidders to submit these documents in addition to the
documents specified in the enquiry documents to meet BQC.

15.7 In addition to above, bidder shall also furnish documentary evidence by way of copies of
Complete Audited Annual Financial Year Statements including auditor report, Balance Sheet,
Profit & Loss Account Statement and all other schedules for the preceding three financial year
along with the Bid for meeting the financial criteria.

15.8 Net-Worth shall be calculated as per formula provided in LIB/ NIT.

15.9 Not limited to above, bidder shall submit any additional documents/information as requested in
IFB or/and requested by EIL in writing, subsequent to submission of Bids.

16.0 SPECIAL DOCUMENTATION REQUIREMENT

16.1 All supporting documents, pertaining to “Bid Qualification Criteria” including MSE certificate shall
be submitted.
Either
i. Duly certified by Statutory Auditors of the bidder or practicing Chartered Accountant (not being
an employee or a Director or not having any interest in the bidder’s company/firm) where
audited accounts are not mandatory as per law.
Or
ii. Duly notarized by any Notary Public
Or
iii. Duly certified by reputed Third Party Inspection Agencies (BV/ DNV/TUV/ PDIL / CEIL / LRS /
IRS / MECON / RITES / Moody)
Or
iv. Self-certified documents in original from any one out of CEO or CFO or Company Secretary of
the bidder (Limited company only) along with Self-Certification as per Annexure-1 of NIT. {This
option shall not be applicable to Proprietorship/ Partnership firms}

Page 11 of 47
Page 37 of 1870
A872-ITB-ITEM RATE

16.2 All documents submitted by the bidder towards meeting Bid qualification Criteria shall be furnished
in a separate booklet titled as “Documentation against Bidder Qualification Criteria (Experience &
Financial) with proper index” in original.

16.3 The authenticated/certified copy of all supporting documents as mentioned above, shall be
submitted, in original, to the concerned person at address identified in BDS.

16.4 Submission of authentic documents is the prime responsibility of the bidder. Bidders should
ensure submission of complete information / documentation in the first instance itself.
Qualification may be completed based on the details so furnished without seeking any
subsequent additional information and OWNER/EIL reserves the right to reject the bid without
making any reference to the bidder.

16.5 Wherever OWNER/EIL has concern or apprehension regarding the authenticity/ correctness of
any document, OWNER/EIL reserves a right of getting the document cross verified from the
document issuing authority.

17.0 PERIOD OF VALIDITY OF BIDS

17.1 Bids shall remain valid for the period specified in the BDS after the bid submission deadline date
in accordance with Clause 21.0 of ITB. A bid with shorter validity shall be rejected by EIL as non
responsive. Bidders shall not be entitled during the above period, without the consent of EIL in
writing, to revoke or cancel their Bid or to vary the Bid given or any term thereof. In case of
bidders revoking or cancelling their Bid or varying any terms in regard thereof without the consent
of OWNER/EIL in writing, OWNER/EIL shall forfeit Bid security, submitted along with the bid and
shall reject their bids. Such Bidder may also be put on Holiday list/ Negative List.

17.2 In exceptional circumstances, prior to the expiration of the bid validity period, OWNER/EIL may
request bidders to extend the period of validity of their bids. The request and the responses shall
be made in writing. If a bid security is requested in accordance with Clause 18.1 of ITB, it shall
also be extended for 3 (Three) months beyond the deadline of the extended validity period. A
bidder may refuse the request without forfeiting its bid security. A bidder granting the request
shall not be permitted to modify its bid.

18.0 BID SECURITY

18.1 Bidder shall furnish as part of its bid, a Bid Security, in original form and, in the amount and
currency specified in the BDS. Any bid not accompanied with a requisite Bid security or the Bid
Security not being for the required amount, shall be summarily rejected by OWNER/EIL. Format
of Bank Guarantee for Bid Security is provided in Bidding Forms.

18.2 OWNER/EIL shall not pay any interest on Bid Security furnished. Further, in case bank
guarantee submitted is found to be fake, bid of such bidder shall be rejected and may initiate
action as deemed necessary as per OWNER/EIL Policy.

18.3 The bid security shall be a demand draft / bank guarantee in favour of Bharat Petroleum
Corporation Limited, in any of the following forms at the bidder’s option:

a) an unconditional guarantee issued by any Indian scheduled bank which includes Indian
branch of foreign bank recognized as scheduled bank by RBI, strictly in the format provided
in Bidding Forms ;

b) demand draft payable at Noida;

Page 12 of 47
Page 38 of 1870
A872-ITB-ITEM RATE

18.4 Foreign Bidders may also submit BG from an international bank of repute having a branch in
India or having correspondent banking relationship with an Indian scheduled bank, in which case
the BG shall be countersigned by their Indian Branch or by any Scheduled Indian Bank.

18.5 EMD in the form of Swift message / Cheque/ Cash shall not be acceptable.

18.6 The bid security shall be valid for Three (3) Months beyond the validity period of the bid, or
beyond any period of extension if requested under Clause 17.2 of ITB.

18.7 After award of contract to successful bidder, the Earnest Money Deposit of all unsuccessful
Bidders shall be returned to them. Further, in case the award is delayed due to any reasons, the
EMD submitted by the unsuccessful bidders shall be returned on expiry of validity of their Bids.
EIL shall return EMD to unsuccessful Bidders if it was submitted in the form of BG. BPCL shall
return the EMD submitted in the form of DD directly to unsuccessful Bidders. Also, EMD of late
bids / whose unpriced bids not opened, shall be returned by EIL after priced bid opening. The
bidders who are not qualified for priced bid opening, EMD of such bidders shall be returned after
priced bid opening. However, in case EIL / Owner decides to cancel / annul the Enquiry / Bidding
Document at any stage during the bidding process but before the award of work / items (as
applicable), EMD of the bidders shall be returned at the earliest from the date of such decision. In
the case of successful Bidder, the EMD shall be returned to them after the order / contract is
effective and Security Deposit for Performance is submitted.

18.8 The bid security shall be forfeited:

(a) if a bidder withdraws its bid during the period of bid validity, or any extension thereto provided
by the bidder; or submits multiple bids/alternative bids in accordance with Clause 12.0 of ITB

(b) on his own modifies his bid during the period of bid validity; or

(c) if the successful bidder fails to:


(i) sign the Contract in accordance with Clause 38.0 of ITB; and/or

(ii) furnish a security deposit for performance in accordance with Clause 39.0 of ITB.

(iii) to accept arithmetical corrections pursuant to Clause 32.0 of ITB.

(d) If the Information/ documents forming basis of evaluation submitted by the bidder in the bid is
found to be false/ forged in accordance with relevant provisions provided in Bidding
Document.

18.9 In case of a JV/Consortium bid (if permitted in BDS), the Bid Security shall be submitted by the
Leader in original form and, in the amount specified in the BDS. Bid Security may be submitted
by the Leader or member, on behalf of consortium as follows:
i. Foreign consortium (i.e., consortium formed by foreign companies only)- US $
ii. Indian consortium (i.e., consortium formed by Indian companies only)- Indian Rupees
iii. Consortium bid involving one Indian and one foreign entity- US $ or Indian Rupees.

19.0 FORMAT AND SIGNING OF BID

19.1 The e-bid shall be digitally signed (e-signed) using the digital signature of a person duly
authorised to sign on behalf of the bidder. The digital signature used for signing the bid shall be
issued in the name of such authorised person and the certificate details, available from the signed
documents, should indicate the details of the signatories. All documents/files of the bid shall be
signed by using the digital signature issued in the name of the person having valid Power of

Page 13 of 47
Page 39 of 1870
A872-ITB-ITEM RATE

Attorney (POA) at the time of bid submission. Any consequences resulting due to such signing (e-
signing) shall be binding on the bidder.
19.2 In case of a JV/Consortium bid (If permitted in the bidding document), the Bid shall be digitally
signed (e-signed) using the digital signature of a authorized representative of the JV
/Consortium, and so as to be legally binding on all the members as evidenced by a power of
attorney signed by their legally authorized representatives.

D SUBMISSION AND OPENING OF BIDS

20.0 SEALING AND MARKING OF BIDS

20.1 The bidder shall submit the, original Bid Security along with other documents requested in
“Original”, as per the requirement of clause no. 10.1.2 of ITB, , in separate sealed envelopes, duly
marking the envelopes as per following:.

Part III -Bid Security & Originals


Name of Work:________________________________
Bidding Document No.:_________________________
Due date & Time of Submission: __________________
From: [Name & Address of Bidder]______________

20.2 The envelope shall bear the name and address of the bidder and bear a warning not to open
before the time and date for bid opening.

20.3 If all envelopes are not sealed and marked as required, EIL will assume no responsibility for the
misplacement or premature opening of the Part-III of bid.

20.4 Bidders shall submit bids (Part-I & Part-II) electronically and shall follow the electronic bid
submission procedures enclosed as Appendix-I to this ITB.

21.0 DEADLINE FOR SUBMISSION OF BIDS

21.1 Bidders shall submit their bids electronically in the e-tendering portal, within the date and time
specified in the BDS. Bidders submitting bids electronically shall follow the electronic bid
submission procedures enclosed as Appendix-I to this ITB.

21.2 Bid Security in accordance with ITB 18.0, in original, must be received by EIL at the address and
no later than the date and time for submission of Bids/ specified in the BDS. If the bidder is
unable to submit EMD in original on the Bid Due Date & time, he should upload a scanned copy
of the EMD while submitting the bid in Methodology website, provided the original EMD (copy of
which has been uploaded) is received within 7 calendar days from the date of unpriced bid
opening, failing which the bid will be rejected irrespective of their status/ ranking in tender and
notwithstanding the fact that a copy of EMD was earlier uploaded by the bidder.

21.3 OWNER/EIL may, at its discretion, extend the deadline for the submission of bids by amending
the Bidding Documents in accordance with Clause 6.0 of ITB, in which case all rights and
obligations of OWNER/EIL and bidders previously subject to the deadline shall thereafter be
subject to the deadline as extended.

22.0 LATE BIDS

22.1 E-tendering system shall close immediately after the deadline for submission of bid. Any bids
being submitted in physical form (other than Part-III of Bid) shall not be considered for opening /
evaluation / award and will be returned to such bidders.

Page 14 of 47
Page 40 of 1870
A872-ITB-ITEM RATE

22.2 In the event the Bid Security in original, in accordance with ITB 21.2, are not submitted within 7
days from the date of unpriced bid opening, the bids shall be declared late and shall not be
considered for opening, notwithstanding the fact that the bid has been submitted in electronic
form within the deadline.

23.0 WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF BIDS

23.1 The bidder may modify, re-submit or withdraw its e-bid after the bid submission, but, before the
due date and time for submission of Bid following the electronic bid submission procedures.

23.2 No bid shall be withdrawn, substituted, or modified in the interval between the deadline for
submission of bids and the expiration of the period of bid validity or any extension thereof.

24.0 BID OPENING

24.1 Bidders may witness Unpriced bid opening through CPP Portal remotely from their places.

24.2 EIL shall verify the availability of requisite BID SECURITY, either in original or uploaded in “FEE
FOLDER” in E-tendering Portal, prior to opening of other folders of Part-I of e-Bid. Further Techno-
commercial e-Bid of only those bidders shall be considered for opening, who have already
submitted the requisite Bid Security, in accordance with ITB 21.2 , in original, prior to due date and
time for submission of Bids.

24.3 Except in the cases specified in ITB 22.2, EIL shall open Part-I of all bids received in the e-
tendering portal.

24.4 The order of part wise opening of bids shall be as follows;

i. On scheduled date and time of UNPRICED bid opening,

a) Original Bid Security & other original documents submitted in physical form shall be
opened first and verified that whether Bid Security has been furnished as per bid
requirement.

b) If the bidder is unable to submit EMD in original on the Bid Due Date & time, uploaded
scanned copy of the EMD in e-tendering website shall be opened and verified that
whether Bid Security has been furnished as per bid requirement.

c) Up on meeting the requirement of Bid Security as per Clause 18.1 of ITB, Opening of
other documents of part –I, submitted in electronic form shall be processed on the e-
Procurement module of the e-tendering portal.

d) If a bidder has not complied with Bid Security requirement a) or b) above, such
bidder’s offer (Part-I) is not proceeded for further opening and rejected out rightly.

ii. Other folders of Part-I of bid of only those bidders whose bids is determined to be acceptable
shall be opened.

E EVALUATION AND COMPARISON OF BIDS

25.0 CONFIDENTIALITY

25.1 A bidder may seek clarification regarding the bidding document provisions, bidding process and /
or rejection of his bid. EIL shall respond to such requests within a reasonable time. However, such
information relating to the evaluation of bids and recommendation of contract award shall not be
disclosed to any other persons not officially concerned with the bidding process.

Page 15 of 47
Page 41 of 1870
A872-ITB-ITEM RATE

25.2 Any attempt by a bidder to influence OWNER/EIL in the evaluation of the bids or Contract award
decisions shall render their Bid liable for rejection.

25.3 Notwithstanding Clause 25.2 of ITB, from the time of bid opening to the time of Contract award, if
a bidder wishes to contact OWNER/EIL on any matter related to the bidding process, it shall done
so in writing only.

26.0 DEVIATIONS, RESERVATIONS, AND OMISSIONS

26.1 During the evaluation of bids, the following definitions apply:

(a) “Deviation” is a departure from the requirements specified in the Bidding Documents;

(b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of
the requirements specified in the Bidding Documents; and

(c) “Omission” is the failure to submit part or all of the information or documentation required in
the Bidding Documents.

27.0 DETERMINATION OF RESPONSIVENESS

27.1 OWNER/EIL’s determination of a bid’s responsiveness is to be based on the contents of the bid
itself, as defined in Clause 10.0 of ITB.

27.2 A substantially responsive bid is one that meets the requirements of the Bidding Documents
without material deviation, reservation, or omission. A material deviation, reservation, or omission
is one that,

(a) if accepted, would:

(i) affect in any substantial way the scope, quality, or performance of the Works
specified in the Contract; or

(ii) limit in any substantial way, inconsistent with the Bidding Documents,
OWNER/EIL’s rights or the bidder’s obligations under the proposed Contract; or

(iii)would unfairly affect the competitive position of other bidders presenting substantially
responsive bids.

27.3 Bidder should not be under liquidation, court receivership or similar proceedings. Bidder shall
submit self certificate in this regard.

Bidder who is found to be under court receivership or similar proceeding as per above
declaration, then their offer shall not be considered for further evaluation.

28.0 CLARIFICATION OF BIDS

28.1 Bidders should ensure that the Bid submitted is substantially responsive Bid in the first instance
itself. Evaluation may be completed based on the content of the Bid itself without seeking any
subsequent additional information which may result in rejection of Bid. However, OWNER/EIL may,
at its discretion, may request bidder to submit the necessary information or documentation, within a
reasonable period of time, to withdraw material deviation, reservation, or rectify omission in the bid
related to documentation requirements. Requesting information or documentation on such account
shall not be related to any aspect of the price of the Bid. OWNER/EIL’s request for clarification and
the response shall be in writing.

Page 16 of 47
Page 42 of 1870
A872-ITB-ITEM RATE

28.2 Exceptions and deviations by the Bidder shall be mentioned only in the given pro-forma in
Proposal Forms. Any exceptions/ deviations mentioned elsewhere in the document shall not be
considered for evaluation.

28.3 No change, including any voluntary increase or decrease, in the prices or substance of the bid
shall be sought, offered, or permitted. Bidder shall not be allowed to submit any price implication or
revised price after submission of Bid unless the same is called for by OWNER/EIL in writing.

28.4 Any clarification submitted by a bidder that is not in response to a request by OWNER/EIL shall
not be considered. Failure of the bidder to comply with the request may result in the rejection of its
Bid.

28.5 If a bidder does not provide clarifications of its bid by the date and time set in EIL’s request for
clarification, its bid shall be evaluated with available information which may result in rejection of
their bid.

29.0 EVALUATION OF TECHNO-COMMERCIAL BIDS

29.1 Prior to price opening of bids, EIL will determine whether each bid is accompanied with required
Bid Security, as applicable;

(i) Fulfils the technical, financial, experience and other requirements as specified in the
Bidding Document;

(ii) Bid’s responsiveness, in accordance with Clause 27.0 of ITB;

(iii) Any other relevant factor, if any that EIL deems necessary or prudent to be taken into
consideration.

29.2 OWNER/EIL reserves the right to use in-house information for assessment of capability of bidder
and their performance on jobs completed/ in progress for evaluation purpose.

29.3 BID REJECTION CRITERIA:

Bidders shall adhere to the provisions of the Bidding Document without taking any deviations,
failing which the Bid shall be considered to be non-responsive and are liable to be rejected.

30.0 PREFERENCE TO MICRO OR SMALL ENTERPRISES

30.1 Preference, if applicable to MSEs, shall be as per BDS.

30.2 For facilitating promotion and development of micro and small enterprises, OWNER/EIL is
committed to promote the procurement of supplies/ services from MSEs in Orders/ contracts
awarded. Accordingly, bidders are also encouraged to promote the same by considering MSE sub-
suppliers/ sub-contractors to the extent possible under the Orders/ Contracts awarded on them.
After award of work, supplier/ contractor shall furnish a statement alongwith copies of orders/ FOAs
placed by them on their sub-suppliers/ sub-contractors who are MSEs, to EIL Project Manager/
RCM, as applicable.

31.0 OPENING OF PRICE BID

31.1 Priced Bid (Part-II) of only those bidders whose bids is determined to be technically and
commercially acceptable by OWNER/EIL shall be opened. Bidders may witness Price bid opening
through CPP Portal remotely from their places.

Page 17 of 47
Page 43 of 1870
A872-ITB-ITEM RATE

32.0 CORRECTION OF ARITHMETICAL ERRORS

32.1 EIL shall correct arithmetical errors on the following basis:

(i) The prices quoted by bidders shall be checked for arithmetic correction, if any, based on
rate and amount filled by the bidder in the SOR/price schedule formats. If some
discrepancies are found between the rate / amount given in figures/words, the total amount
shall be corrected as per the following procedure, which shall be binding upon the bidder:

a) When the rate quoted by bidder “in figures” and “words” tallies but the total amount is
incorrect, the rate quoted by the bidder shall be taken as correct and the total amount
shall be reworked.
b) When there is difference between the rate “in figures” and in “words”, the rate that
corresponds to the total amount, shall be taken as correct.
c) When it is not possible to ascertain the correct rate as detailed above, the rate quoted
for the item in words shall be adopted and total amount shall be reworked.
d) If the total amount written against an item does not correspond to the rate written in
figures and if the rate in words is not written by the bidder, then the higher of the rates, i.e.
higher of the rate worked out by dividing the amount by the notional quantity or the rate
quoted, shall be considered for evaluation. In the event that such a bid is determined as
the lowest bid, the lower of the rates shall be considered for award of works.
32.2 Bidders shall be requested to accept correction of arithmetical errors. Failure to accept the
correction in accordance with Clause 32.1 of ITB, shall result in the rejection of the Bid and Bid
Security shall be forfeited.

33.0 CONVERSION TO SINGLE CURRENCY

33.1 Wherever BDS permits bidder to quote prices in more than one currency, for evaluation and
comparison purposes, the currency(ies) of the Bid shall be converted into a single currency, and
that will be Indian Rupees only at the exchange rate published by the RBI on the date of price bid
opening. In case the RBI reference rate of foreign exchange published on the day of opening is
not available, immediate preceding exchange rate published by RBI shall be considered.

34.0 EVALUATION AND COMPARISON OF PRICE BIDS

34.1 EIL shall compare the price bids based on the evaluation methodology and loading criteria, if any,
provided in BDS to determine the lowest evaluated bid.

35.0 OWNER/EIL’S RIGHT TO ACCEPT ANY BID, AND TO REJECT ANY OR ALL BIDS

35.1 OWNER/EIL reserves the right to accept or reject any or all the bids at his discretion and may
annul the Bidding process, without thereby incurring any liability to bidders.

F AWARD OF CONTRACT

36.0 AWARD CRITERIA

36.1 Subject to Clause 35.1 of ITB, the EIL/BPCL shall award the Contract for entire scope of work to
the bidder who has been determined to be the lowest evaluated bid. However, if in the opinion of
OWNER/EIL, the total price or certain item rates quoted by the lowest evaluated bidder are
considered high, OWNER/EIL may invite such bidder for price negotiation. Lowest quoted bidder
shall attend such negotiation meetings and if requested by OWNER/EIL shall provide the analysis
of rates/break-up of amount quoted by him for any or all items of Schedule of Rates/ Prices to

Page 18 of 47
Page 44 of 1870
A872-ITB-ITEM RATE

demonstrate the reasonability. As a result of negotiation, bidder may offer rebate on his earlier
quoted Price.

37.0 NOTIFICATION OF AWARD

37.1 Prior to the expiration of the period of bid validity, the OWNER/EIL shall notify the successful
bidder, in writing, that its bid has been accepted. The notification letter (hereinafter and in the
General Conditions of Contract called the “Letter of Award (LOA)/ Fax of Acceptance (FOA)”)
shall specify the sum that the OWNER/EIL will pay the Contractor in consideration of the execution
and completion of the Works.

37.2 Until a formal contract is prepared and executed, the notification of award along with this Bidding
Document together with the annexed documents, modifications, deletions agreed upon by the
OWNER/EIL shall constitute a binding contract between the successful bidder and the BPCL.

38.0 SIGNING OF CONTRACT

38.1 Promptly upon issue of LOA/ FOA, the successful bidder shall sign, the Contract Agreement on a
non-judicial stamp paper and of appropriate value. The cost of non-judicial stamp paper shall be
borne by the successful bidder.

39.0 SECURITY DEPOSIT TOWARDS PERFORMANCE/ RETENTION MONEY

39.1 Within thirty (30) days of the receipt of notification of award from OWNER/EIL, the successful
contractor shall submit security deposit of 10% of the contract value. The earnest money deposit
(EMD) of the successful contractor, if paid in forms other than Bank Guarantee, can be converted
to security deposit for due performance of the contract if the contractor so desires. However the
“performance security deposit/retention money” shall be limited to a maximum of 10% of the
contract value.

39.2 Failure of the successful bidder to submit the above-mentioned security deposit towards
performance or sign the Contract shall constitute sufficient grounds for the annulment of the award
and forfeiture of the bid security.

40.0 COMPLIANCE TO REQUIREMENT OF PAN NO. , TAX RESIDENCY CERTIFICATE AND


FORM NO.10F (APPLICABLE FOR FOREIGN BIDDER IN CASE OF SERVICES IN INDIA IS
REQUIRED AS PER SCOPE OF BIDDING DOCUMENT)
It is mandatory for the foreign bidder to furnish the following information in case his receipts are
subject to tax deduction at source in India:
40.1 PAN No.
As per the Indian Income Tax requirements failing which the Supplier/Contractor/Consultant shall
be responsible for any additional tax deduction at source as per the provisions of the Indian
Income Tax Act/Rules and the same shall be deducted from the payment made to
supplier/contractor/consultant
40.2 Tax Residency Certificate (TRC)
TRC containing prescribed particulars as per format provided in GCC from the Government of
foreign country in order to claim the benefits of DTAA as per the Indian Income Tax
requirements failing which the relief under DTAA will not be available and consequently the
higher rate of withholding tax @25% will be applicable and deducted from the payment made
to supplier/contractor/consultant (i.e., non-resident taxpayer). The TRC shall be duly verified
by the Government of the country of which the assessee claims to be a resident for the
purposes of tax.

Page 19 of 47
Page 45 of 1870
A872-ITB-ITEM RATE

40.3 Form 10F


In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit additional
information in form no. 10F (as per format provided in GCC). Form 10F has to be signed &
verified by the assessee himself.
If some information is already contained in TRC, the bidder shall not be required to provide
that information in Form no. 10F but even then Form no. 10F is required to be provided by
the bidder.
However, the bidder may write Not Applicable in the relevant column in case that information
is already contained in TRC.
The above shall be furnished before release of any payment or within one month of the
release of Order, whichever is earlier.
Failing submission of the above information, any additional tax liability on Owner, will be
deducted from the payment due to the contractor.

41.0 PURCHASE PREFERENCE (LINKED TO LOCAL CONTENT) (PP-LC):


"MOP&NG has notified the purchase preference (linked with local content) for the procurement of
goods and services under Oil & Gas Projects in India. Under this Policy, the bidders are allowed
to avail the purchase preference linked with attaining the stipulated Local content.
Owner reserves the right to allow Manufacturers or Suppliers or Service providers, purchase
preference as admissible under the prevailing policy, subject to their complying with the
requirements/conditions defined herein and submitting documents required to support the same.
Wherever the goods/ services are procured under this policy, eligible (techno-commercially
qualified) LC manufacturers / LC service providers shall be granted a purchase preference of
10%, i.e. where the quoted price is within 10% of the lowest price, other things being equal,
purchase preference shall be granted to the eligible (techno commercially qualified) LC
manufacturers/ service providers concerned, at the lowest valid price bid as under:-
Goods:
If the tenders can be split (as specified in bidding document) then the order for 50% of the
procured quantity would be awarded to the lowest techno-commercially qualified LC
manufacturer/ supplier, subject to matching with L1, if such bidders are available. The remaining
will be awarded to L1 (i.e.Non Local Content (NLC) manufacturer/ supplier not meeting the
prescribed LC criteria).
If the tendered quantity cannot be divided exactly 50:50, the LC bidder will be eligible for quantity
not less than 50% of tendered quantity.However, if L1 bidder happens to be a LC manufacturer,
the entire procurement value shall be awarded to such bidder.

Page 20 of 47
Page 46 of 1870
A872-ITB-ITEM RATE

If the tender cannot be split (as specified in bidding document) then the order shall be
awarded to the eligible LC manufacturer for the entire quantity.

Services/EPC Contracts (others):

If the tender cannot be split (as specified in bidding document ) the entire contract
would be awarded to the lowest techno-commercially qualified LC service provider,
subject to matching with L1, if such bidders are available and L1 bidder is not a LC
service provider.

In case tender for services/ EPC can be split (as specified in bidding document),
then splitting shall be allowed and specified in tender documents. Such services shall
follow the procedure outlined for goods as described in goods above.

It may be noted that only those LC manufacturers/ service providers whose bids are
within 10% of the L1 bid would be allowed an opportunity to match L1 bid.
In order to avail the Purchase preference under this policy, bidder shall achieve minimum
Local Content (LC) of 22 %. The Policy shall be implemented in the following manner.

a) In case the lowest (L 1) bidder meets the stipulated LC criteria, the order shall be awarded to
such bidder.
b) In case none of the bidders meets the stipulated LC criteria, the order shall be awarded to the
lowest bidder.
c) In case the lowest bidder does not meet the stipulated LC criteria, the bidders shall be ranked
in the ascending order of evaluated prices and next bidder meeting minimum stipulated LC
and with his evaluated price within a price band of (+) 10% of lowest bidder's evaluated price,
shall be given opportunity to supply 50% of the requirement by matching the lowest bidder's
evaluated price. However, if 50% quantity works out to a fraction of quantity, the bidder shall
be considered for next higher quantity. In case the quantity cannot be split, the order shall be
placed with the entire quantity.
d) In case there are more than one bidder within the price band of (+) 10% of lowest bidder's
evaluated price, they shall be ranked in ascending order of their evaluated prices. The
opportunity of matching the price shall be accorded starting from the lowest bidder out of
these bidders and in case of his refusal, to the next bidder, and so on.
e) In case none of the bidders who meet the stipulated LC criteria agree to match the lowest
price, the natural lowest bidder will be awarded the job.
f) The option in case of MSE bidders qualifying under both Policies, namely, Purchase
Preference under the Public Procurement Policy - 2012 (PPP - 2012) from MSE bidders and
Purchase Preference Linked with Local Content (PP-LC 2017) shall be exercised as under :
i) The MSE bidder can avail only one out of the two applicable purchase preference
policies, i.e. PP-LC 2017 or PPP-2012 and therefore, bidder will be required to furnish
the option under which he desires to avail purchase preference. This option must be
declared within the offer and in case bidder fails to do so although he is eligible for both
the Policies, his offer would be evaluated considering PPP-2012 as 'the default chosen
option.

Page 21 of 47
Page 47 of 1870
A872-ITB-ITEM RATE

In case a MSE bidder opts for preference under PPP-2012, he shall not be eligible to
claim benefit under PP-LC 2017 (irrespective of the fact whether he furnishes the detail
of LC in his offer and this LC meets the stipulated LC criteria).

ii) In case a MSE bidder opts for purchase preference based on PP-LC 2017, he shall not
be entitled to claim benefit of purchase preference benefit as applicable for MSE
bidders under PPP-2012. However, the exemptions from furnishing Bidding Document
fee and Bid security shall continue to be available to such a bidder.

g) In view of the above, the bidder's quoted prices against various items of enquiry shall remain
valid even in case of splitting of quantities of the items, except in case of items where the
quantity cannot be split since these are to be awarded in a Lot or as a package or Group.
h) While evaluating the bids, for price matching opportunities and distribution of quantities
among bidders, the order of precedence shall be as under :

• MSE bidder (PPP-2012)


• PP-LC complied bidder (PP - LC)

Examples of Purchase Preference

Non divisible item


L1 bidder is non MSE, non PP-LC bidder
L2 bidder is PPC-LC (within 10%)

L3 bidder is MSE bidder (within 15%)

MSE bidder shall be given preference to match the L1 price. If L3 bidder matches the L1
price, order shall be placed on him, otherwise option for matching the L1 price shall be
given to L2 bidder (PP-LC)

Divisible Item
L1 bidder is non MSE, non PP- LC bidder

L2 bidder is PP-LC (within 10%)

L3 bidder is MSE bidder (within 15%)

MSE bidder shall be given preference to match the L1 price. If bidder matches the L1 price,
order shall be placed on him for the quantity specified in the bidding document. For the
balance quantity (i.e. 50% of tendered quantity/value) option for matching the L1 price
shall be given to L2 bidder (PP-LC) Balance quantity shall be awarded to natural lowest
bidder.

For further clarification, in case an item has quantity 4 nos. then 1no. can be given to MSE
bidder, 2 to PP-LC bidder and left out 01 no. to natural L1 bidder.
i) In case lowest bidder is a MSE bidder, the entire work shall be awarded to him
without resorting to purchase preference to bidders complying with Local Content.

Page 22 of 47
Page 48 of 1870
A872-ITB-ITEM RATE

j) In case lowest bidder is a PP- LC bidder purchase preference shall be resorted to MSE
bidder as per provisions specified in the enquiry document w.r.t. PPP-2012 only.
k) Certification of Local Content

Manufacturers of goods and/or providers of service, seeking Purchase Preference under


the policy, shall be obliged to certify the LC of goods, services or EPC contracts as under:

At bidding stage
Bidder shall furnish the percentage of the local content, taking into account the factors
and criteria listed out in the policy. These details shall be required only at aggregate level like
supply value, transport value and other heads given in the price schedule.

The bidder claiming the PP-LC benefit shall be required to furnish an undertaking on
bidder’s letterhead confirming his meeting the Local Content and this undertaking shall
be certified as under :
• Where the total quoted value is less than INR 5 Crore
The LC content shall be self- assessed and certified by the authorized signatory of the bidder
signing the bid.

• Where the total quoted value is INR 5 Crore or above


i) The Proprietor and an independent Chartered Accountant,not being an employee of the
firm, in case of a proprietorship firm.
ii) Any one of the partners and an independent Chartered Accountant, not being an
employee of the firm in case of a partnership firm.
iii) Statutory auditors in case of a company. However, where statutory auditors are not
mandatory as per laws of the country where bidder is registered, an independent
chartered accountant, not being an Employee of the bidder's organization.

Note:
1. Sample formats for calculation of LC are enclosed as Appendix I, II & Ill (specify
relevant appendix for calculation of the local content by the bidder.
2. LC of goods shall be computed on the basis of the cost of domestic components in
goods, compared to the whole cost of product. The whole cost of product shall be
constituted of the cost spent for the production of goods, covering: direct component
(material) cost; direct manpower cost; factory overhead cost and shall exclude profit,
company overhead cost and taxes for the delivery of goods.
3. However, LC of service shall be calculated on the basis of the ratio of service cost of
domestic component in service to the total cost of service. The total cost of service shall
be constituted of the cost spent for rendering of service, covering: a) cost of component
(material) which is used; b) Manpower and consultant cost; cost of working
equipment/facility; c) general service cost, excluding profit, company overhead cost, taxes
and duties.

Page 23 of 47
Page 49 of 1870
A872-ITB-ITEM RATE

The onus of submission of appropriately certified documents lies with the bidder and
the purchaser shall not have any liability to verify the contents and will not be responsible
for the same.
However, in case the procuring company has any reason to doubt the authenticity of
the local Content, it reserves the right to obtain the complete back up calculations before
award of work failing which the bid shall be rejected.

After award of contract:

• Where the estimated value is less than INR 5 Crore:


The LC certificate shall be submitted along with each invoice duly self-certified by the
authorized signatory of the bidder
• Estimated value is INR 5 Crore or above
Supplier shall provide the necessary local content documentation to the statutory auditor, who
shall review and determine that local content requirements have been met, and issue a local
content certificate to that effect on behalf of procuring company, stating the percentage of local
content in the goods or service measured.

However, procuring company shall also have the authority to audit as well as witness
production processes to certify the achievement of the requisite local content and/or to
obtain the complete back up calculation before award of work failing which the bid shall
be rejected and appropriate action may be initiated against the bidder.

Failure of bidder in complying with the local content post award:

In case a bidder, who has specified in his bid that the bid meets the minimum Local Content
specified in the enquiry document, fails to achieve the sa me, the following actions shall be taken
by the procuring company:

a. Pre-determined penalty @ 10% of total contract va lue


b. Banning business with the supplier/contractor for a period of one year.

To ensure the recovery of above pre-determined penalty, payment against dispatch/shipping


document shall be modified to the extent that the 10% payment out of this milestone payment
shall be released after completion of this milestone as well as submission of certification towards
achievement of Local Content as per provision of enquiry document. Alternatively, this
payment can be released against submission of additional bank guarantee valid till completion
schedule, plus 3 months or as required by purchasing company.

Purchase Preference in case where Negotiation is also required:


In case purchase preference is applicable, but negotiation is to be conducted with L 1
bidder, negotiation shall be carried out. MSE and/or LC complied bidder sha ll be offered to
match the negotiated prices (even if, post negotiation, they are higher by more than 10% as
compared to L 1 bidder provided they were within 10% of L1 bidder as per original quoted prices)
and left out quantity, if any, as per provisions of enquiry document shall be awarded to that bidder.

Page 24 of 47
Page 50 of 1870
A872-ITB-ITEM RATE

42.0 POLICY FOR PROVIDING PREFERENCE TO DOMESTICALLY MANUFACTURED IRON &


STEEL PRODUCTS IN GOVERNMENT PROCUREMENT (DMI&SP):
Ministry of Steel, Govt. of India, vide their notification “The Gazette of India,
Extraordinary Part II no. 357 dated 09.05.2017”, notified the “Policy for providing
Preference to Domestically Manufactured Iron & Steel Products in Government
Procurement” (copy enclosed as Annexure-III to RFQ ):
i) Under the policy, purchase of the Iron & Steel Products covered under column ‘a’
of Appendix – A of the policy, shall be subject to minimum value addition as
stipulated in the Appendix. Value addition shall be determined by formula
specified in clause 7.2 of the policy.
ii) The bidder shall be the manufacturer of offered product except if the specific
enquiry permits Sole Selling / Authorized Distributors / Authorized Dealers /
Authorized Supply Hosues etc. of the domestic manufacturers.
iii) In case of detection of mis-declaration by the bidder of the prescribed domestic
value addition, in the tender document, at any stage before or after award, the
following actions shall be taken by the procuring company:
a. Forfeiture of EMD/CPBG depending upon the stage of detection.
b. Banning of business dealings in line with policy.
iv) In case of any complaint or doubt regarding the domestic value addition
furnished by a bidder in his bid, BPCL / EIL shall reserve the right to verify the
domestic value addition. The bidder shall provide unhindered access to his
relevant records in this regard, to the authorized representatives of BPCL / EIL.
In case of such verification, if the bidder’s claim is found to be incorrect, in
addition to the actions stipulated in 3 above, the bidder shall pay Rs. 10 Lakh to
BPCLL / EIL as the lumpsum cost of verification.
Bidder shall furnish self-certification as per format enclosed with the policy else bid of such
bidder shall be rejected

Page 25 of 47
Page 51 of 1870
Bidding Forms

BIDDING FORMS

Engineers India Limited

Page 52 of 1870
Bidding Forms

TABLE OF CONTENTS

FORM OF BID ........................................................................................................................ 28

INFORMATION ABOUT BIDDER .......................................................................................... 29

FORMAT FOR SELF CERTIFICATION ………………………………………………28

PAST EXPERIENCE IN SUPPORT OF BQC ....................................................................... 29

COMPLIANCE TO BID REQUIREMENT............................................................................... 34

EXCEPTIONS AND DEVIATIONS ........................................................................................ 35

SELF DECLARATION............................................................................................................ 36

CHECK LIST FOR SUBMISSION OF BID............................................................................. 37

FOR BIDDERS’ QUERIES .................................................................................................... 41

BANK MANDATE FORM ....................................................................................................... 39

FINANCIAL

DETAILS………………………………………………………………………………………………

……40

Engineers India Limited

Page 53 of 1870
Bidding Forms

FORM-A

FORM OF BID
(As per 10.1.1 (g) of ITB)

(To be filled by the Bidder)


Serial No. Date:

To
Bharat Petroleum Corporation Limited,

Dear Sirs,

Having examined the Bidding Documents consisting of the Letter Inviting Bid / Invitation for Bids,
Bidding Data Sheet Instructions to Bidders, General Conditions of Contract, Special Conditions of
Contract, Specifications, Technical requirements, Time Schedule, Form of Agreement, Form of Bid,
and Addendum(s) to the Bidding Documents (if any), and having understood the provisions of the
said Bid Documents and having thoroughly studied the requirements of Bharat Petroleum
Corporation Limited in connection with the ---------------------------- (Name of Work) for
……………………………………………………… and having conducted a thorough study of the job
site(s) involved, the site conditions, soil conditions, the climatic conditions, labour, power, water,
material and equipment availability, the transport and communication facilities, the availability and
suitability of Site Fabrication Areas, the availability of land and/or premises for temporary office and
accommodation quarters and all other factors and facilities and things whatsoever necessary or
relevant to the formulation of the Bid and the performance of work, I/we hereby submit our bid/offer
for the performance of the proposed services and supplies in accordance with the terms and
conditions and within the time mentioned in the Bid Documents at the rates/prices quoted by
me/us in Schedule of Rates/Price included within the Bid Documents and arrived at rates/prices for
the services and supplies as per the Schedule of Rates/Price. If the work is awarded to me/us,
I/we undertake to perform the work and make the supplies in accordance with the Contract
Documents as defined in the Form of Agreement forming part of the bid documents and accept the
terms and conditions of Contract as laid down therein and undertake to submit within 30 (Thirty)
days of receipt of Notification of award of Bid for security deposit as specified in the Fax of
Acceptance of bid by way of Bank Guarantee from a Scheduled Bank in India and to commence
work at the job site and to sign the formal Contract in terms of the Proforma of Contract Agreement
(enclosed with GCC) forming part of Bid Documents within 30 (Thirty) days of receipt of the Letter
of Award / Fax of Acceptance from Bharat Petroleum Corporation Limited.

I/ We further undertake to keep my/our Bid/offer open for a period as mentioned in Bid Data Sheet
from the date of opening of bids.

Yours faithfully,
(Signature(s) of the Bidders(s))

Name & Designation of authorised person signing the Bid on behalf of the Bidder(s)
Full Name and address of the Bidder(s).

Engineers India Limited

Page 54 of 1870
Bidding Forms

FORM-B

INFORMATION ABOUT BIDDER


(As per 10.1.1 (g) of ITB)

To
Bharat Petroleum Corporation Limited

1.1 Bidder Name:

1.2 Address of Registered Office:

City________________ District
_________State _______________
PIN/ZIP__________

1.3 Operation Address if different from above:

City________________ District
_________State _______________
PIN/ZIP__________

1.4 Telephone Number:

1.5 Fax Number:

1.6 Name & Mobile no. of Concerned person(s)

1.7 E-mail address:

1.8 Website:

1.9 ISO Certification, if any

1.0 GENERAL

1.1 Income Tax PAN No. of the firm.

1.2 Provident Fund Registration No. of the firm.

1.3 ESI Registration No. of the firm

1.4 GST Registration No. of the firm.

1.5 HSN / SAC CODE

Engineers India Limited

Page 55 of 1870
Bidding Forms

FORM-C
(AS PER CL. NO. 15. 1 OF ITB)
SELF-CERTIFICATION

I, _____________________ S/o/D/o of _________________________________, working as


CEO/CFO/Company Secretary (indicate, as applicable) of the Company
_______________________________ having its registered office at
_________________________________________________________ certify that all the details
including documents pertaining to Bidder Qualification Criteria signed by undersigned vide our offer
reference ___________________ against your Enquiry document
______________________________________, are true, authentic, genuine and exact copy of its
original.

It is certified that none of the documents are false/forged or fabricated. All the documents submitted
has been made having full knowledge of (i) the provisions of the Indian laws in respect of offences
including, but not limited to those pertaining to criminal breach of trust, cheating and fraud and (ii)
provisions of bidding conditions which entitle the Owner/EIL to initiate action in the event of such
declaration turning out to be a misrepresentation or false representation.

I further certify that further documents, if any, required to be submitted by our company, shall be
submitted under my knowledge and those documents shall also be true, authentic, genuine, exact
copy of its original and shall not be false/forged or fabricated.

DECLARATION

I, _____________________ S/o/D/o of _________________________________, working as


CEO/CFO/Company Secretary (indicate, as applicable) of the Company
_______________________________ having its registered office at
_________________________________________________________ with reference to our bid
_________________________ against your Enquiry document
___________________________,declare that in case, at a later date, any of the document
submitted in our bid referred above is found to be false/forged or fabricated, I, shall be held
responsible for the same and EIL/Owner has every right to take action against me and my
company, as deemed fit as per provisions of the bidding documents including EIL/Owner’s right to
put our company on Holiday/Black list for future business with EIL/Owner.

Specimen Signature of authorized representative

Signature

Name & Designation (CEO or CFO or Company Secretary)

Engineers India Limited

Page 56 of 1870
Bidding Forms

FORM – D

A. PROFORMA FOR SUBMISSION OF DETAILS OF SPECIFIC EXPERIENCE AS CALLED


IN “QUALIFICATION CRITERIA” OF NOTICE INVITING BID/ TEDNER (NIB/ NIT)
Name of the Bidder:

S. NO. DESCRIPTION DETAILS


DETAILS OF WORK(S) EXECUTED BY THE BIDDER COMPLYING THE REQUIREMENT OF PARA
5.0 OF NOTICE INVITING BID/ TENDER
1. Name of Project and its location

2. Description of work

2.1 Type of Work executed as per BQC of Notice Inviting Tender


: YES NO

2.2 Type of Project where above work is


executed (eg. Refinery/ Offshore/
Industrial Plant etc)

3. Name of Owner, Postal Address,


Phone/ Fax No./ E-mail Address

4. Name of Consultant, Postal Address,


Phone/ Fax No./ E-mail Address

5. Details of Work executed and its


completed value

Milestone Dates  Date of award : _______________


 Starting date :_______________
 Scheduled Completion Date : ________
 Actual Completion Date : ________
 Reasons for delay, if any : ________

Engineers India Limited

Page 57 of 1870
Bidding Forms

S. NO. DESCRIPTION DETAILS


6. Supporting Document for Experience  Whether copy of Work Order/ Contract
Criteria Agreement enclosed
YES NO

Ref. No.: ______________________ dated


 Whether Completion Certificate enclosed.
YES NO

Ref. No.: ___________________________ dated


Date of Completion _______________

 Whether Client Certificate for Performance of


work enclosed.
YES NO

Ref. No.: ____________________________ dated


____________________
Date of Completion _______________

7. Whether Worked as Contractor directly Executed the Work as


with Client or Sub-contractor of  Main Contractor ( )
Contractor
 Sub-contractor ( )
In case of sub-contractor:-
Please indicate the following:-
(i) All activities of work were executed by the
Sub-contractor. ( )
Or
Part activities were done by the Sub-contractor with
the assistance from main Contractor. In such an
event, following details shall be given:-
Activities of work not done by Sub-contractor
________________________________________
Assistance provided by main Contractor
________________________________________

8. Supporting Document for Financial  Whether Annual Turnover Statement and P&L
Criteria account is enclosed.
YES NO
If Yes, submitted for the financial years
1. _______________
2. _______________
3. _______________
CONFIRMATIONS BIDDER’S CONFIRMATION
9.
Confirm that you have completed the
9.1
above work within last 07 years from

Engineers India Limited

Page 58 of 1870
Bidding Forms

S. NO. DESCRIPTION DETAILS


bid due date submission
Confirm that supporting documents as
9.2
per Sl. No. 6 & Sl. No. 8 above has
been submitted.

Confirm that the information furnished


9.3
by you are correct and do not have any
misrepresentation.
9.4 Confirm that all details as per this
format along with supporting
documents have been furnished in
order to establish the experience and
financial criteria. Failing which the bid
may not be shortlisted for further
evaluation.

Bidder to use separate format for different works.

SIGNATURE AND STAMP OF BIDDER:

Engineers India Limited

Page 59 of 1870
Bidding Forms

FORM-E

COMPLIANCE TO BID REQUIREMENT


(AS PER Clause 10.1.1 (k) of ITB)

We hereby agree to fully comply with, abide by and accept without variation, deviation or reservation
all technical, commercial and other conditions whatsoever of the Bidding Documents and
Amendment/ Addendum to the Bidding Documents, if any, for subject work issued by Owner/EIL.

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

Engineers India Limited

Page 60 of 1870
Bidding Forms

FORM–F

EXCEPTIONS AND DEVIATIONS

SL.NO REF OF BID DOCUMENT SUBJECT DEVIATIONS

PAGE NO. CLAUSE NO.

Bidder’s Declaration: We confirm that any exceptions/ deviations mentioned elsewhere in the unpriced bid stands withdrawn and shall not be
considered for evaluation.
NOTE: This shall be submitted separately for Commercial & Technical Sections.

SIGNATURE OF BIDDER: _______________________NAME OF BIDDER: _______________________


COMPANY SEAL: _______________________

Engineers India Limited

Page 61 of 1870
Bidding Forms

FORM–G

SELF DECLARATION
(AS PER Clause 10.1.1 (o, p & q) of ITB

Bidder’s declaration as furnished in the here shall supersede the stipulations mentioned elsewhere in
their bid.

SL. NO. DESCRIPTION BIDDER'S DECLARATION


We confirm that we are not involved in any
1. Litigation/ Arbitration, otherwise, if involved
please furnish information about the same.
We confirm that we are not on
2. holiday/negative/suspension/banning list of
OWNER or EIL or MOP & NG or other oil PSE.
We confirm that we are not under liquidation,
3.
court receivership or similar proceedings.
We confirm that the content of the Bidding
Document including schedule of rates/ prices
4.
and Corrigendum / Addendum (if any) have not
been altered or modified.

Engineers India Limited

Page 62 of 1870
Bidding Forms

FORM-H
CHECK LIST FOR SUBMISSION OF BID

Bidder is requested to fill this check list and ensure that all details/documents have been furnished as
called for in the Bidding Document.

Please tick the box and ensure compliance:

(A) PART-III- ORIGINAL DOCUMENTS


√ whichever is applicable
S.No. Documents Submitted Not Applicable
1. Bid Security / MSE certificate in accordance with
Clause 18.0 of ITB
2. Booklet titled as “Documentation against Bidder
Qualification Criteria (Technical, Commercial &
Financial)” in accordance with Clause 15.0 of ITB and
including Form-D
3. Integrity Pact, duly stamped & signed on each page by
Authorized signatory of Bidder (holding Power of
Attorney)
4. Valid Power of Attorney in favour of signatory (ies) of
the bid

(B) PART-I- TECHNO-COMMERCIAL/ UNPRICED BID


√ whichever is applicable
S.No. Documents Submitted Not Applicable
1. Bid forwarding letter

2. Table of Contents of the Bidding Document and


Amendment/addendum
3. Copy of Power of Attorney in favour of person (s)
digitally signing the bid that such person (s) is/are
authorised to sign the bid on behalf of the bidder and
any consequence resulting due to such signing shall
be binding on the bidder.
4. In case of bids submitted by a JV, if permitted in BDS,
shall include a copy of the Joint Venture Agreement
entered into by all members

5. Bid Form as per Bidding Form-A

6. Information about Bidder in accordance with Bidding


Form B

7. Detailed Financial Statement for the preceding three


financial year as per Bidding Form-L.
8. Past experience along with details and supporting
documentation as called for in the Bidder qualification
criteria as per Bidding Form-D
9. Copies of documents defining constitution or legal

Engineers India Limited

Page 63 of 1870
Bidding Forms

S.No. Documents Submitted Not Applicable


status, place of registration and principal place of
business of the Company
10. Compliance to Bid requirement (Bidding Form-E)

11. Self-Declaration as per Bidding Form- G

12. Bank Mandate Form duly signed and stamped with


the Banker’s certification as per Bidding Form-I
13. Unpriced copy (without price) of Schedule of
Rates/Prices
14. Compliance to Requirement of Pan No. , Tax
Residency Certificate and Form No.10 as per GCC
15. PAN NO.

16. Tax Residency Certificate (TRC) containing


prescribed particulars & Form No. 10 F as per GCC

17. Minimum requirement of Construction Equipment to


be mobilized by the contractor as per Annexure-VI to
SCC.

18. Key Construction Manpower to be deployed by the


contractor as per Annexure-VII to SCC.

19. Integrity Pact

20. Proof of valid PF/ VAT/ GST registration and PAN

(C) PART-II- PRICE BID


√ whichever is applicable
S.No. Documents Submitted Not Applicable
1. Schedule of Prices with rates/ prices filled in
(including rebate, if any).

FORM–I

Engineers India Limited

Page 64 of 1870
Bidding Forms

BANK MANDATE FORM


(AS PER Clause 10.1.1 (m) of ITB

1. Bidder Name :
2. Bidder Code :
3. Address of the Bidder :
4. Particulars of Bank Account of Bidder :
a. Name of the Bank :
b. Name of the Branch and Address of the Branch :
c. Branch Code :
d. 9-Digit MICR code Number of the Bank & Branch
(As appearing in the MICR Cheque issued by the bank)
(Please do not give multicity cheque book code
Number)
e. Type of account (Saving Bank, Current or Cash Credit) :
f. Account Number :
g. RGTS/IFSC Code (11 digit) :
h. NEFT Code No. :
5. E-mail address of the Bidder :
6. Contact Person(s) of the Bidder :

I/we declare that the particulars given above are correct and complete and I/we accord our
consent
for receiving all our payments through Electronic Mechanism.

______________________________________________________
(Signature and designation of the Authorised person(s) of Bidder)

Official seal of the Bidder


Place :
Date :

BANK CERTIFICATION

Certified that the particulars furnished above are correct as per our records.

Place :
Date :

_____________________________________
Signature of the Authorised Official of the Bank

Bank’s Stamp

Engineers India Limited

Page 65 of 1870
Bidding Forms

FORM –J
(AS PER Clause 10.1.1 (q) of ITB
Applicable for foreign bidder. Format of TRC & 10F are already attached with GCC.

Engineers India Limited

Page 66 of 1870
Bidding Forms

FOR BIDDERS’ QUERIES


(AS PER Clause 5.2 of ITB)

SL. NO. REFERENCE OF BIDDING DOCUMENT BIDDER'S QUERY EIL REPLY

PART/VOL. PAGE NO. CLAUSE NO. SUBJECT

NOTE: The Pre-Bid Queries may be sent on fax numbers and also by e-mail to concern persons,
the details of which is provided in BDS/ IFB.

SIGNATURE OF BIDDER : ___________________________

NAME OF BIDDER : ___________________________

Engineers India Limited

Page 67 of 1870
FORM–L

FINANCIAL DETAILS
(AS PER Clause 10.1.1 (h) of ITB)

FINANCIAL DATA FOR IMMEDIATE PRECEDING THREE AUDITED ANNUAL FINANCIAL


YEARS

Description Amount (Rs.)


Immediate
preceding Financial
Financial Year Financial Year
Year
(_________) (_________)
(_________)
1. Annual Turnover

2. Net Worth

3. Working Capital

SIGNATURE OF BIDDER : ___________________________

NAME OF BIDDER : ___________________________

Note: Bidder shall submit the supporting documents as per requirements of Notice Inviting Bid (NIB).

Page 68 of 1870
Bidding Forms

Engineers India Limited

Page 69 of 1870
Bidding Forms

FORM-1
UNDERTAKING FOR APPLICABILITY OF POLICY

To,

M/s ENGINEERS INDIA IMITED


___________________

SUB:
TENDER NO:

Dear Sir

We, M/s____________ (Name of Bidder) hereby confirm that following purchase


preference to be considered:-

Description Preference
Purchase Preference (linked with local
content) or
Purchase Preference under Public
Procurement Policy for MSE

Note:
(i) Please indicate your preference against only one policy.
(ii) The above preference shall be extended only after submission of requisite
documents (as mentioned in the tender documents).
(iii) In case a bidder is eligible to seek benefit under PP-LC policy as well as PPP
for MSE 2012, then the bidder should categorically seek benefits against only
one of the two policies i.e. either PP-LC and MSE policy.
(iv) In case a MSEs bidder opts for purchase preference based on PP-LC, he shall
not be entitled to claim purchase preference benefit available to MSE Bidders
under PPP for MSE 2012. However, the exemptions from furnishing Bidding
Document fee and Bid security/EMD shall continue to be available to MSE
Bidders
(v) The option once exercised cannot be modified subsequently.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Engineers India Limited

Page 70 of 1870
Bidding Forms

FORM-2
UNDERTAKING BY BIDDER TOWARDS MANDATORY MINIMUM LC
(IN CASE SEEKING BENEFIT OF PP-LC)

To,

M/s ENGINEERS INDIA IMITED


___________________

SUB:
TENDER NO:

Dear Sir

We, M/s____________ (Name of Bidder) have submitted bid no………………….


against aforesaid tender.

We hereby confirm that we are eligible for benefit under Purchase Preference (linked
with local content) and undertake that we meet the mandatory minimum Local content
requirement of ………………………% specified in tender document. The certificate
from Statutory auditor in this regard has been submitted in un-priced bid and the value
& percentage of the local content has been provided in priced-bid.

We further confirm that in case we fail to meet the minimum local content, GAIL will
take action as per provision of tender document.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Engineers India Limited

Page 71 of 1870
Bidding Forms

FORM-3
CERTIFICATE BY CHARTER ACCOUNT OF BIDDER TOWARDS
MANDATORY MINIMUM LC
(IN CASE BIDDER SEEKING BENEFIT OF PP-LC)

To,

M/s ENGINEERS INDIA IMITED


___________________

SUB:
TENDER NO:

Dear Sir

We,………………………………………. (Name of the Statutory Auditor) have


verified relevant records of M/s……………………………… (Name of the bidder)
and certify that M/s …………………………..(Name of the bidder) meet the
mandatory minimum Local content requirement of ……% specified in tender
document no………………………………….

Name of Audit Firm: [Signature of Authorized Signatory]


Name:
Date: Designation:
Seal:
Membership no.

Engineers India Limited

Page 72 of 1870
Bidding Forms

FORM-4
CERTIFICATE BY STATUTORY AUDITORS OF BIDDER TOWARDS
MANDATORY MINIMUM LC
(IN CASE BIDDER SEEKING BENEFIT OF PP-LC)

To,

M/s ENGINEERS INDIA IMITED


___________________

SUB:
TENDER NO:

Dear Sir

We,………………………………………. (Name of the Statutory Auditor) have


verified relevant records of M/s……………………………… (Name of the bidder)
and certify that M/s …………………………..(Name of the bidder) meet the
mandatory minimum Local content requirement of ……% specified in tender
document no………………………………….

Name of Audit Firm: [Signature of Authorized Signatory]


Name:
Date: Designation:
Seal:
Membership no.

Engineers India Limited

Page 73 of 1870
Annexure – 1 to ITB

E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are meant to
assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and
submitting their bids online on the CPP Portal.

More detailed information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal
(URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click here to Enroll” on the CPP
Portal is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username and
assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process and submit in EIL tender portal for updation of records (http://tenders.eil.co.in).
These details would be used for any communication from the CPP Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (DSC)
(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized
by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.

5) Foreign Bidders have to refer “DSC details for foreign Bidders” for Digital signature Certificates
requirements which comes under Download Tab at https://eprocure.gov.in/eprocure/app and the
remaining part is same as above and below.

6) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to
ensure that they do not lend their DSC’s to others which may lead to misuse.

7) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the
password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders
by several parameters. These parameters could include Tender ID, organization name, location, date,
value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a
number of search parameters such as organization name, form of contract, location, date, other
keywords etc. to search for a tender published on the CPP Portal.

2) Once the bidders have selected the tenders they are interested in, the same can be moved to the
respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS
/ e-mail in case there is any corrigendum issued to the tender document.

Page 74 of 1870
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to
obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before submitting
their bids.

2) Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please note the number of covers in which the
bid documents have to be submitted, the number of documents - including the names and content of
each of the document that need to be submitted. Any deviations from these may lead to rejection of
the bid.

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid documents may be
scanned with 100 dpi with black and white option. However, Price Schedule / SOR shall be
strictly in RAR format without altering any contents of the formats uploaded by EIL in their
Bidding Document.

4) To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard documents
(e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders.
Bidders can use “My Space” area available to them to upload such documents. These documents may
be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded
again and again. This will lead to a reduction in the time required for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time
i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the
tender document.

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and
enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original
should be posted/couriered/given in person to the Tender Processing Section, with in 7 calendar days
of the date of Unpriced bid opening. The details of the DD/any other accepted instrument, physically
sent, should tally with the details available in the scanned copy and the data entered during bid
submission time. Otherwise the uploaded bid will be rejected.

5) A Price Bid format has been provided with the tender document to be filled by all the bidders. Bidders
are requested to note that they should necessarily submit their financial bids in the format provided
and no other format is acceptable. Bidders are required to download the Price Bid file, open it and
complete the cells with their respective financial quotes and other details (such as name of the bidder).
No other cells should be changed. Once the details have been completed, the bidder should save it
and submit it online, without changing the filename. If the Price Bid file is found to be modified by the
bidder, the bid will be rejected.

Page 75 of 1870
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time
for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The
bidders should follow this time during bid submission.

7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized
persons until the time of bid opening. The confidentiality of the bids is maintained using the secured
Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.

8) The uploaded tender documents become readable only after the tender opening by the authorized bid
openers.

9) Upon the successful and timely submission of bids, the portal will give a successful bid submission
message & a bid summary will be displayed with the bid no. and the date & time of submission of the
bid with all other relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid.
This acknowledgement may be used as an entry pass for any bid opening meetings.

RETENDER

1) Please note that if Tender has been retendered, than it is mandatory for the bidder to submit
their offer again on CPP Portal.

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions contained therein should be
addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the
tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is
1800 3070 2232.

Page 76 of 1870
LPG import facilities Project Annexure-III to RFQ
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS

Job Number: A872 Page 1 of 8

POLICY PROVIDING
PREFERENCE TO
DOMESTICALLY
MANUFACTURED IRON & STEEL
PRODUCTS IN GOVERNMENT
PROCUREMENT

Page 77 of 1870
Page 78 of 1870
Page 79 of 1870
Page 80 of 1870
Page 81 of 1870
Page 82 of 1870
Page 83 of 1870
Page 84 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 1 of 32

SPECIAL CONDITIONS
OF
CONTRACT

_____________________________________________________________________________________________
Engineers India Limited

Page 85 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 2 of 32

Table of Contents
1.0 GENERAL .......................................................................................... 5
2.0 SCOPE OF WORK & SCOPE OF SUPPLY ........................................... 5
3.0 TIME SCHEDULE ............................................................................... 5
4.0 CONSTRUCTION WATER & POWER SUPPLY AND LAND FOR
RESIDENTIAL ACCOMMODATION .................................................... 6
5.0 MEASUREMENT OF WORKS .............................................................. 6
6.0 TERMS OF PAYMENT ........................................................................ 6
7.0 ROYALTY, TAXES, DUTIES ............................................................... 6
8.0 GOODS AND SERVICES TAX (GST): .................................................. 8
9.0 TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES ................. 10
10.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS ............ 10
11.0 INPUT CREDIT................................................................................. 11
12.0 FIRM PRICES ................................................................................... 11
13.0 WORKS CONTRACT......................................................................... 11
14.0 TEMPORARY WORKS ...................................................................... 11
15.0 UNDERGROUND AND OVERHEAD STRUCTURES ........................... 11
16.0 PROTECTION OF EXISTING FACILITIES ......................................... 11
17.0 WORK FRONT .................................................................................. 11
18.0 SETTING OUT OF WORK ................................................................. 12
19.0 CHECKING OF LEVELS ................................................................... 12
20.0 MECHANISED CONSTRUCTION ...................................................... 12
21.0 CONSTRUCTION AIDS, EQUIPMENTS, TOOLS & TACKLES ........... 12
22.0 WORKING HOURS ........................................................................... 13
23.0 LABOUR LICENSE ........................................................................... 13
24.0 DELETED ......................................................................................... 13
25.0 ESI / EPF .......................................................................................... 13
26.0 UTILISATION OF LOCAL RESOURCES ............................................ 13
27.0 LABOUR .......................................................................................... 13
28.0 FUEL REQUIREMENT OF WORKERS ............................................... 15
29.0 RESPONSIBILITY OF CONTRACTOR ............................................... 15
30.0 COORDINATION WITH OTHER AGENCIES ...................................... 15
31.0 CLEARANCE OF SITE ON COMPLETION ......................................... 16
32.0 CONSTRUCTION EQUIPMENT, TOOLS & TACKLES AND
MANPOWER .................................................................................... 16
33.0 QUALIFICATION AND EXPERIENCE OF KEY CONSTRUCTION
PERSONNEL ................................................................................... 16
34.0 CONSTRUCTION ............................................................................. 16
35.0 DRAWINGS ...................................................................................... 17
36.0 MAKE OF MATERIALS ..................................................................... 17
37.0 SITE CLEANING .............................................................................. 17
38.0 QUALITY MANAGEMENT SYSTEM .................................................. 18
39.0 HSE MANAGEMENT AND OTHER SAFETY REQUIREMENT............. 18
___________________________________________________________________________________________
Engineers India Limited

Page 86 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 3 of 32

40.0 ELECTRICAL WORKS ...................................................................... 19


41.0 STATUTORY APPROVALS ............................................................... 19
42.0 SUB-CONTRACTING ........................................................................ 20
43.0 ADDITIONAL WORKS/EXTRA WORKS ............................................. 20
44.0 INSURANCES .................................................................................. 20
45.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE . 20
46.0 LEADS ............................................................................................. 21
47.0 LABOUR MANAGEMENT ................................................................. 21
48.0 GOVERNMENT OF INDIA NOT LIABLE ............................................ 21
49.0 PACKING, FORWARDING AND SHIPMENT ...................................... 22
50.0 CERTIFICATE OF VERIFICATION & GOOD CONDITION .................. 22
51.0 PROVISION OF FABRICATION YARD .............................................. 23
52.0 PROVISION OF PROPER WAREHOUSING........................................ 23
53.0 WATER FILLING & WATER DISPOSAL ............................................ 23
54.0 TESTS, INSPECTION AND COMPLETION ........................................ 24
55.0 COMPUTERISED CONTRACTOR’S BILLING SYSTEM ...................... 25
56.0 ROUNDING OFF ............................................................................... 25
57.0 STATEMENT OF FINAL BILLS – ISSUE OF NO DEMAND
CERTIFICATE.................................................................................. 25
58.0 CONDITIONS FOR ISSUE & RECONCILIATION OF MATERIALS...... 25
59.0 ENTRY PASSES, GATE PASSES AND WORK PERMITS ................... 26
60.0 DISPUTE SETTLEMENT BETWEEN GOVT. DEPT. / PSU & PSE ....... 27
61.0 DOCUMENTATION ........................................................................... 27
62.0 INTEGRITY PACT ............................................................................ 28
63.0 FRAUDULENT PRACTICES .............................................................. 29
64.0 CALIBRATION REQUIREMENT OF MONTORING AND MEASURING
DEVICES AT CONSTRUCTION SITES ............................................. 29
65.0 CONTRACT AGREEMENT ................................................................ 29
66.0 REQUIREMENT OF EMPLOYEMENT VISA FOR FOREIGN
NATIONALS .................................................................................... 30
67.0 GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT .... 30
68.0 LIMITATION OF LIABILITY .............................................................. 30
69.0 MODIFICATION TO GCC .................................................................. 31
70.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION............. 31
71.0 CONCLUSION OF CONTRACT ......................................................... 32

ANNEXURES TO SCC
Annexure No. Description
Annexure-I SCOPE OF WORK
Annexure-II SCOPE OF SUPPLY
Annexure-III TIME SCHEDULE
Annexure-IV MEASUREMENT OF WORK
Annexure-V TERMS OF PAYMENT

___________________________________________________________________________________________
Engineers India Limited

Page 87 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 4 of 32

Annexure-VI MINIMUM EQUIPMENT, TOOLS & TACKLES


Annexure-VII MINIMUM KEY CONSTRUCTION MANPOWER
Annexure-VIII QUALIFICATION AND EXPERIENCE OF KEY SUPERVISORY PERSONNEL
Annexure-IX SPECIFICATION FOR QUALITY MANAGEMENT SYSTEM REQUIREMENTS
Annexure-X SPECIFICATION FOR HSE MANAGEMENT AND OISD GUIDELINES
Annexure-XI PROFORMA FOR APPROVAL OF CONSTRUCTION SUB-CONTRACTOR
Annexure-XII CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIALS
Annexure-XIII INTEGRITY PACT
Annexure-XIV SPECIFICATIONS FOR DOCUMENTATION REQUIREMENTS
Annexure-XV METHODOLOGY FOR PROCURMENT OF STRUCTURAL STEEL, TMT BARS &
CEMENT BY CONTRACTORS
Annexure-XVI CALIBERATION REQUIREMENT OF MONTORING AND MEASURING DEVICES AT
CONSTRUCTION SITES
Annexure-XVII RELEASE OF FRONT TO THE CONTRACTOR
Annexure-XVIII REQUIREMENT FOR RADIOGRAPHY & OTHER NDT

___________________________________________________________________________________________
Engineers India Limited

Page 88 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 5 of 32

1.0 GENERAL
1.1 Special Conditions of Contract (SCC) shall be read in conjunction with the General Conditions of
Contract (GCC), Schedule of Rates/Prices, Specifications, drawings and any other document
forming part of this Contract wherever the context so requires.
1.2 Notwithstanding the subdivisions of the document into separate sections / 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.
1.3 Where any portion of the GCC is repugnant to or at variance with any provisions of the SCC, then
unless a different intention appears, the provision(s) of the SCC shall be deemed to override the
provision(s) of GCC only to the extent that such repugnance or variations in the SCC are not
possible of being reconciled with the provisions of GCC.
1.4 Wherever it is stated in this Bidding Document that a supply is to be made or a work is to be carried
out, it shall be understood that the same shall be made/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 Price shall be deemed to have included such cost.
1.5 The materials, design and workmanship shall satisfy the applicable relevant Indian Standards, the
job specifications contained herein and codes referred. 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 for detailed specifications covering any part of the work covered in
this bidding document, the instructions/directions of EIL will be binding upon the CONTRACTOR.
1.6 The documents forming the Contract are to be taken as mutually explanatory of one another. If
there is an ambiguity or discrepancy in the documents, the Engineer-in-Charge shall issue
necessary clarifications or instructions to the Contractor, and the order of precedence of the
documents shall be as follows:
a) Contract Agreement
b) Detailed Letter of Acceptance along with its enclosures
c) Letter of Award / Fax of Acceptance
d) Job Specifications
e) Drawings
f) Technical Specifications
g) Special Conditions of Contract
h) Instruction to Bidders
i) General Conditions of Contract
j) Other Documents

2.0 SCOPE OF WORK & SCOPE OF SUPPLY

2.1 The brief scope of work and brief scope of supplies under this Contract has been described in
Annexure – I and II of SCC and detailed in Technical Part of the Bidding Document. The detailed
scope of supplies and work/services shall be derived by the CONTRACTOR from various parts of
the Bidding Document including addenda/amendment(s) issued.

3.0 TIME SCHEDULE


3.1 Time is the essence of this Contract. The Work shall be executed strictly as per time schedule
enclosed as Annexure – III herewith. The time period of completion includes the time required for
mobilisation as well as testing, rectifications, if any, retesting, commissioning and performance
guarantee test runs, if any, and completion in all respects to the satisfaction of Engineer-In-Charge.
3.2 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
3.1.
3.3 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
___________________________________________________________________________________________
Engineers India Limited

Page 89 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 6 of 32

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.
3.4 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.

4.0 CONSTRUCTION WATER & POWER SUPPLY AND LAND FOR RESIDENTIAL
ACCOMMODATION
4.1 Clause Nos. 2.3 of General Conditions of Contract (GCC) stands modified to the following extent:
4.1.1 Construction Water
Construction Water shall be arranged by the Contractor at his own cost.
4.1.2 Construction Power
Construction Power shall be arranged by the Contractor at his own cost.
4.1.3 Land for residential accommodation
The OWNER shall not provide and permit any land at site to be used for residential purposes.
5.0 MEASUREMENT OF WORKS
5.1 Mode of Measurement of Works shall be as specified in Annexure-IV of this SCC.
6.0 TERMS OF PAYMENT
6.1 Terms of Payment shall be as per enclosed Annexure-V to SCC.
7.0 ROYALTY, TAXES, DUTIES
7.1 Royalty, Levies, Taxes
7.1.1 All royalties, levies, taxes, etc., as may be required for any Borrow Areas, Own red earth, including
right of way etc. to be arranged by CONTRACTOR shall be deemed to have been included in the
quoted prices. Unless otherwise specified, the CONTRACTOR shall pay all tonnage and other
royalties, rents and other payments or compensation (if any) for getting stone, sand, gravel, clay,
bricks or other materials required for the works or any temporary works.

7.1.2 CONTRACTOR's quoted rates should include the royalty on different applicable items as per the
prevailing State Government rates. Any increase in prevailing rate of royalty shall be borne by the
CONTRACTOR at no extra cost to Owner.

7.2 Taxes, Duties, Octroi, Levies etc.


The quoted price shall be deemed to be inclusive of all taxes and duties except “Goods and Services
Tax” (hereinafter called GST) (i.e., IGST or CGST and SGST/UTGST applicable in case of interstate
supply or intra state supply respectively and GST compensation Cess if applicable).
Except as specifically provided to the contrary in the Special Conditions of Contract,
Contractor shall within their quoted price be liable to pay and bear any and all duties, taxes, levies
and cesses lawfully payable on any goods, equipment or materials imported into India or within any
local limits for permanent incorporation in the work(s), and on materials sold and supplied to the
Owner pursuant to the Contract.
The Contractor shall within their quoted price be liable to pay and bear any and all duties, taxes,
levies and cesses lawfully payable on any Services for use in the performance of the work(s), and on
services performed pursuant to the contract.
In addition, the Contractor shall be responsible for payment of all Indian duties, levies, and taxes

___________________________________________________________________________________________
Engineers India Limited

Page 90 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 7 of 32

assessable against the Contractor or Contractor’s employees or Sub-contractor’s whether corporate


or personal or applicable in respect of property.
The Contractor shall accept full and exclusive liability at his own cost for the payment of any and all
taxes, duties, cesses and levies howsoever designated, as are payable to any government, local or
statutory authority in any country other than India as are now in force or as are hereafter imposed,
increased or modified and as are payable by the Contractor, his agents, Sub-contractors and
Suppliers and its/their respective employees for or in relation to the performance of this Contract. The
Contractor shall be deemed to have been fully informed with respect to all such liabilities and shall
further be deemed to have considered and included the same in his bid and the quoted Price shall not
be varied in any way on this account.
Any errors of interpretation of applicability of taxes/ duties by the CONTRACTOR shall be to
CONTRACTOR’s account.

___________________________________________________________________________________________
Engineers India Limited

Page 91 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 8 of 32

8.0 Goods and Services Tax (GST):


8.1 Contractor shall be required to issue tax invoice in accordance with GST Rules so that input credit
can be availed by Owner. In the event that the Contractor fails to provide the invoice in the form and
manner prescribed under the GST Act read with GST Invoicing Rules thereunder, Owner shall not
be liable to make any payment on account of GST against such invoice.
8.2 GST shall be paid against receipt of tax invoice and proof of payment of GST to Government. In
case of non-receipt of tax invoice or non-payment of GST by the Contractor, Owner shall withhold
the payment of GST.
8.3 GST payable under reverse charge for specified services or goods under GST act or rules, if any,
shall not be paid to the Contractor but will be directly deposited to the Government by Owner.
8.4 Further, GST payment shall be limited to the amount worked out at the quoted rate on the ceiling
amount (on which GST is applicable) quoted by the Bidder as per FORM SP-1. In case of reverse
charge, wherein Owner has to pay GST over & above the GST worked out at the quoted rate on the
ceiling amount quoted by the Bidder, such extra amount shall be deducted/ setoff / recovered
against any amounts paid or payable by Owner to Contractor (or from any other Securities like Bank
Guarantees available to Owner).
8.5 Where Owner has the obligation to discharge GST liability under reverse charge mechanism and
Owner has paid or is /liable to pay GST to the Government on which interest or penalties becomes
payable as per GST laws for any reason which is not attributable to Owner or input tax credit with
respect to such payments is not available to Owner for any reason which is not attributable to
Owner, then Owner shall be entitled to deduct/ setoff / recover such amounts against any amounts
paid or payable by Owner to Contractor (or from any other Securities like Bank Guarantees
available to Owner).
8.6 Every invoice of the Contractor shall contain invoice number, date, GSTIN number and HSN / SAC
code (Harmonized system of Nomenclature / service accounting code) for the items being supplied
or services being provided along with tax rate.
8.7 The Contractor shall mention their registration status (Registered / Composition/ Unregistered) on
the bill / invoice. In case there is change in the Registration status of the Contractor during the
execution of the contract the same should be advised immediately. Due to change in the
Registration status from Composition to Registered vendor etc. Owner will not be liable for any
additional tax payments.
8.8 The Contractor shall comply with all the provisions of the GST Act / Rules / requirements like
providing of tax invoices, payment of taxes to the authorities within the due dates, filing of returns
within the due dates etc. to enable Owner to take Input Tax Credit. The Contractor shall always
comply with the requirements of applicable laws and provide necessary documents as prescribed
under the Rules & Regulations, as applicable from time to time. In particular, if any tax credit, refund
or other benefit is denied or delayed to Owner due to any non-compliance / delayed compliance by
the Contractor under the Goods & Service Tax Act (such as failure to upload the details of the sale
on the GSTN portal, failure to pay GST to the Government) or due to non-furnishing or furnishing of
incorrect or incomplete documents by the Contractor, the Contractor shall be liable to reimburse
Owner for all such losses and other consequences including, but not limited to the tax loss, interest
and penalty.
8.9 Notwithstanding anything contained anywhere in the Agreement, in the event that the input tax
credit of the GST charged by the Contractor is denied by the tax authorities to Owner for reasons
attributable to Contractor, Owner shall be entitled to recover such amount from the Contractor by
way of adjustment from the next invoice (or from any other Securities like Bank Guarantees
available to Owner). In addition to the amount of GST, Owner shall also be entitled to recover
interest at the rate prescribed under GST Act and penalty, in case any penalty is imposed by the tax
authorities on Owner.
8.10 TDS under GST, if applicable, shall be deducted from Contractor’s bill at applicable rate and a
certificate as per rules for tax so deducted shall be provided to the Contractor.
Note: Input credit of GST shall not be considered for evaluation purposes (i.e., for arriving at L1
Bidder).

___________________________________________________________________________________________
Engineers India Limited

Page 92 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 9 of 32

8.11 Any statutory variation (increase or decrease) in all Taxes/ Duties within the contractual completion
period, shall be to Owner’s account against submission of documentary evidence for substantiating
the variation by way of relevant notification. However, in case of delay in completion of work beyond
the contractual completion date, for reasons attributable to contractor, any increase in these rate(s)
shall be borne by Contractor, whereas any decrease shall be passed on to Owner.
Any new or additional taxes/duties or levies imposed during the contractual completion period shall
be paid to CONTRACTOR on submission of documentary proof. However, in case of delay in
completion of work, due to reasons attributable to contractor, any new or additional taxes, duties or
levies imposed after the contractual completion date shall be to Contractor’s account. However if
the new levy (like GST) is levied as a substitute of taxes and duties existing on the last bid due date,
then the implication of the new levy shall be worked out and the differential amount shall be
reimbursed or recovered by BPCL.

8.12 Goods and Service tax at prevailing rate is applicable on penal recovery or Liquidated Damages, if
any levied under the contract and shall be recovered extra from the CONTRACTOR.

7.2.2 Building and Other Construction Worker’s Act


In order to govern welfare and working conditions of labourers engaged in construction activities,
the Building and other Construction Workers’ (Regulation of Employment and Conditions of Service
“RE &CS”) Act, 1996 came into force. RE&CS Act’1996 is applicable in respect of building and
other construction work. Wherever applicable, The SUB-CONTRACTOR shall strictly comply with
the following provisions pertaining to RE &CS Act’1996.
a. The SUB-CONTRACTOR must be registered with the concerned authorities under the Building and
Other Construction Workers’ (RE&CS) Act, 1996 or in case of non-registration; the SUB-
CONTRACTOR should obtain registration within one month of the award of contract.

b. The SUB-CONTRACTOR shall be responsible to comply with all provisions of the Building and
Other Construction Workers’ (RE&CS) Act, 1996, the Building and Other Construction Workers’
Welfare Cess Act, 1996, the Building and other Construction Workers’ (RE&CS) Rules, 1998 and
the Building and Other Construction Workers Welfare Cess Rules, 1998.

c. Cess as per the prevailing rate, shall be deducted at source from bills of the SUB-CONTRACTOR
by the engineer-in-Charge of the contract and remitted to the “Secretary, Building and Other
Construction Workers Welfare Board” of the concerned State. The SUB-CONTRACTOR shall be
responsible to submit final assessment return of the cess amount to the assessing officer after
adjusting the cess deducted at source.

8.13 Notwithstanding the foregoing, OWNER shall not bear any liability in respect of:
a) Personal taxes on the personnel deployed by the CONTRACTOR, his SUB-CONTRACTOR(s)
and Agent(s) etc.

b) The Corporate Taxes in respect of CONTRACTOR and his Sub-Contractor and other Agents,
Indian or foreign based.

c) Any other taxes/ duties/ levies.

d) Method of valuation prescribed under the service tax rules opted by bidder.

8.14 Income tax/Withholding tax at the prevailing rate shall be deducted from Contractor’s bills as per
Indian Income Tax Act. Tax Deduction Certificate shall be issued by Owner.
8.15 CUSTOMS DUTY
7.7.1 No concessional/Project rate of customs duty is applicable for this Project and owner shall not
provide any certificate towards the same.

7.7.2 The CONTRACTOR shall be fully responsible for payment of Custom Duty, Port and Customs
clearance including stevedoring, handling, unloading, loading and storage and for satisfying all Port

___________________________________________________________________________________________
Engineers India Limited

Page 93 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 10 of 32

and Customs formalities for the clearance of the goods, including preparation of the Bill(s) of Entry
and other documents required for import and/or clearance of the goods. The CONTRACTOR shall
also be fully responsible for any delays, penalties, demurrages, shortages and other charges and
losses, if any, in this regard.
7.7.3 The CONTRACTOR shall appoint a Customs House Clearing Agent of good standing and ensure
speedy customs clearance.
7.7.4 The CONTRACTOR shall be responsible to register the import Licence with Customs Authorities at
the Port of Import, and to answer and sort out technical queries (if any) raised by Customs
Authorities in regard to any import(s). The CONTRACTOR shall arrange for TRA (Telegraphic
Release Advice) in case the goods arrived are required to be cleared at a port other than the
Registered Port.
7.7.5 Custom Duty Variation For Indian Bidders (On Built-in Import Content):
a) The prices shall be firm and fixed on account of FE variation.
b) Prices shall remain firm and fixed without any escalation except for statutory variation in
customs duty rate up to 2/3rd of Mechanical completion period for which the following
methodology shall be followed:
c) Indigenous bidders shall be required to quote their prices including customs duty (Merit rate)
towards their built in import content. Maximum CIF value of import content in Indian Rupees
shall also be furnished by Bidders along with the merit rate of customs duty considered and list
of items to be imported.
d) Any increase in price due to increase in customs duty rate beyond two-third of the contractual
Mechanical completion period will be to supplier’s account. However, any decrease in price
due to decrease in customs duty rate at the time of actual clearance of imported materials
shall be passed on to BPCL.
e) Variation in price due to customs duty rate will be dealt with separately after receipt of
materials at site against documentary evidence.
7.7.6 Rate of Custom Duty for Foreign Bidders:
a) No concessional/Project rate of customs duty is applicable for this Project and owner shall
not provide any certificate towards the same.
b) The bidder must ascertain and confirm along with supporting documents in the bid, if any
Customs Duty exemption / waiver is applicable to the products being supplied by him under
any multi-lateral / bi-lateral trade agreement between India and bidder's country.
c) The bidder shall be liable to provide all documentation to ensure availment of the exemption
/ waiver. In case the bidder defaults on this due to any reason, whatsoever, he shall be liable
to bear the incremental Customs Duty applicable, if any.
9.0 TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES
9.1 The CONTRACTOR shall accept full and exclusive liability at his own cost for the payment of any
and all taxes, duties, cesses and levies howsoever designated, as are payable to any government,
local or statutory authority in any country other than India as are now in force or as are hereafter
imposed, increased or modified and as are payable by CONTRACTOR, his agents, SUB-
CONTRACTORs and its/their respective employees for or in relation to the performance of this
Contract. The CONTRACTOR shall be deemed to have been fully informed with respect to all such
liabilities and considered and included the same in its bid and the Contract Price shall not be varied
in any way on this account.
10.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS
10.1 The CONTRACTOR shall withhold from wages and salaries of its agents, servants or employees all
sums required to be withheld by the laws of India, and to pay the same promptly and directly when
due to the proper authority (ies). The CONTRACTOR further agrees to comply with all accounting
and reporting requirements under the laws of India, and to pay and bear the cost of such
compliance. Upon request by the OWNER, the CONTRACTOR will furnish OWNER evidence of
payment of applicable withholding taxes in India.

___________________________________________________________________________________________
Engineers India Limited

Page 94 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 11 of 32

11.0 INPUT CREDIT


Contractor shall provide all necessary documents to owner to take input credit if available.
12.0 FIRM PRICES
12.1 Subject to Clause 7.2.1 above, 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.
13.0 WORKS CONTRACT
13.1 The entire work as per Scope of Work covered under this Contract shall be treated as Indivisible
Works Contract and shall be awarded on single point responsibility basis.
14.0 TEMPORARY WORKS
14.1 All temporary works, ancillary works, enabling works, including dewatering of surface and subsoil
water, preparation and maintenance of temporary drains at the work site, preparation and
maintenance of approaches to working areas, wherever required, for execution of the work, shall be
the responsibility of the CONTRACTOR and all costs towards the same shall be deemed to have
been included in the quoted prices.

15.0 UNDERGROUND AND OVERHEAD STRUCTURES


15.1 The CONTRACTOR will familiarise himself with and obtain information and details from Owner in
respect of all existing structures, overhead lines, existing pipelines and utilities existing at the job
site before commencing work. 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 Owner from and against any destruction thereof or damages thereto.
16.0 PROTECTION OF EXISTING FACILITIES
16.1 CONTRACTOR shall obtain all safety clearance (viz. Excavation, Hot/ Cold work permit) from
Owner, as may be required from time to time, prior to start of work. Work without safety permit shall
not be carried out. Safety permit and fire service facility, if available, shall be provided on daily
allocation basis upon application.
16.2 CONTRACTOR shall obtain plans and full details of all existing and planned underground services
from Engineer- in- Charge and shall follow these plans closely at all times during the performance of
work. CONTRACTOR shall be responsible for location and protection of all underground lines and
structures at his own cost.
16.3 Despite all precautions, should any damage to any structure / utility etc. occur, the Contractor shall
contact the Engineer- in- Charge and CONTRACTOR shall forthwith carry out repair at his
expenses under the direction and to the satisfaction of EIL and Owner/concerned authority.
16.4 CONTRACTOR shall take all precautions to ensure that no damage is caused to the existing
pipelines, cables etc. during construction. Any such damage during construction shall be repaired
and restored to their original condition by CONTRACTOR after completion of construction to the
complete satisfaction of Owner/ EIL.
16.5 CONTRACTOR shall in consultation with Owner/ EIL and the concerned authorities, take adequate
measures for strengthening the existing electric poles, telephone poles etc. in the proximity of the
pipeline / cable alignment. CONTRACTOR shall take adequate protective measures to prevent
damage to these facilities during construction. CONTRACTOR shall have to adopt such method of
construction as will be suitable for working in these areas using the limited space available and
without causing any damage to these facilities. Contractor shall be deemed to have taken
cognizance of all such constraints, etc. while working in this area and Contractor shall not be
entitled to any extra claim at a later stage.
17.0 WORK FRONT
17.1 The work involved under this Contract may include such works as have to be taken up and
completed after other agencies have completed their jobs. The CONTRACTOR will be required and
bound to take up and complete such works as and when the fronts are available for the same and
___________________________________________________________________________________________
Engineers India Limited

Page 95 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 12 of 32

no claim of any sort whatsoever shall be admissible to the CONTRACTOR on this account. Only
extension of time limit shall be admissible, if the availabilities of work fronts to the CONTRACTOR
are delayed due to any reason not attributable to the CONTRACTOR.
17.2 Fronts shall be released to the contractor as per Annexure-XVII to SCC. Time extension due to
non-availability of Physical front shall be considered only if the progress of work is corresponding to
the work fronts released.
18.0 SETTING OUT OF WORK
18.1 The Engineer-in-Charge shall furnish the relevant existing grid point with Bench Mark, on the land. It
shall be CONTRACTOR’S responsibility to set out the necessary control points in and to set out the
alignment of the various works. The CONTRACTOR shall employ an efficient survey team for this
purpose and the accuracy of such setting out works shall be the CONTRACTOR’S responsibility.
18.2 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.
18.3 Work shall be scheduled so as to enable checking lines and levels on any part of the work.
18.4 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.
19.0 CHECKING OF LEVELS
19.1 The Contractor shall be responsible for checking levels, orientation plan of all foundations,
foundation bolts, etc., well in advance of taking up the actual erection work and bring to the notice of
Engineer-in-Charge discrepancies, if any. In case of minor variations in levels etc. the Contractor
shall carry out the necessary rectifications to the foundations within his quoted price.
19.2 The Contractor shall also be responsible for checking with templates, wherever necessary, the
disposition of foundation bolts with the corresponding bases of structure and shall effect
rectifications, as directed, within his quoted rate.
20.0 MECHANISED CONSTRUCTION
20.1 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
types of the plant & machinery applicable for different activities in consultation with the Engineer-in-
charge during execution of works.
20.2 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 mechanised construction techniques and
that the Owner/Consultant in this regard shall entertain no claim whatsoever.
21.0 CONSTRUCTION AIDS, EQUIPMENTS, TOOLS & TACKLES
21.1 The CONTRACTOR shall be solely responsible for making available for executing the work all
requisite construction equipments, Special Aids, Barges, Vehicles, Cranes and all tools, tackle and
testing equipment and appliances (hereinafter in this clause collectively referred to as the
“equipments”) including import thereof as required. In case of imports the rates applicable for
levying Custom Duty on such equipments and the duty draw back applicable thereon shall be
ascertained by the CONTRACTOR from the concerned authorities of the Government of India. It
shall be clearly understood that OWNER shall not in any way be responsible for arranging Custom
Clearance and/or for payment of any duties or other levies on such equipments and the
CONTRACTOR shall be fully responsible for all taxes, duties, levies and charges whatsoever and
documentation with regard thereto. No adjustment whatsoever in Contract Price shall be
permissible for any change in customs duties or on other levies or on drawbacks applicable in
respect of such equipment brought in to India.

___________________________________________________________________________________________
Engineers India Limited

Page 96 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 13 of 32

22.0 WORKING HOURS


22.1 Contractor shall mobilize sufficient work force, machinery, equipments etc. so as to complete the job
by working in normal working hours prevailing at Site of Owner. However, depending upon the
requirement, time schedule/ programmes and the target set to complete the job in time, the works
may have to continue beyond normal working hours to the extent of round the clock and Holidays
also, for which no extra claim shall be entertained.
23.0 LABOUR LICENSE
23.1 Before starting of Work, the CONTRACTOR shall obtain a license from the concerned authorities
under the Contract Labour (Abolition and Regulation) Act, 1970 and shall furnish copy of the same
to the OWNER. The labour license for the appropriate labour shall be valid for the total contractual
period including extended period, if any.
24.0 DELETED

25.0 ESI / EPF


25.1 The Contractor shall cover all employees engaged by him or through subcontractors under ESI as
well as EPF Acts as per provisions of Acts and shall submit necessary records and returns in proof
of compliance of these statutory enactments, as a mandatory requirement.
25.2 Contractor shall defend, indemnify and hold the Owner harmless from any liability or penalty which
may be imposed by the Central, State, Local or other statutory authority for any violation of labour
enactments or any other enactments, by the Contractor or his sub-contractor.
25.3 The Owner shall pay, in advance, the contributions of all the Contractors to the concerned
authorities, on a month to month basis. Upon such payment, the Owner shall have right to recover
such amounts paid to the concerned authorities from the running account bills/any amount payable
by the Owner to the Contractor. In case the Contractor commits any delay or default in complying
with any of the terms and conditions of this Contract and/or the provisions of the said ESI and EPF
Acts and Rules, or if the amount so paid by the Owner to the concerned authorities could not be
recovered by deduction from the running account bills/any amount payable by the Owner to the
Contractor, due to whatever reasons, the Owner shall be at liberty to enforce the Bank Guarantee or
to encash the Demand Draft, as the case may be, and adjust the amount so realized against its
dues.
26.0 UTILISATION OF LOCAL RESOURCES
26.1 The CONTRACTOR shall ascertain the availability of local Sub-Contractors and skilled/unskilled
manpower and engage them to the extent possible for performance of the works.
26.2 The CONTRACTOR shall not recruit personnel of any category from among those who are already
employed by the other agencies working at the site unless NOC to this effect is obtained from
present employer, but shall make maximum use of local labour available.
27.0 LABOUR
27.1 The Contractor shall make his own arrangements for the engagement of all labour for doing the
work at site or in respect of or in connection with the execution of work as also for the transport,
housing, feeding and payment thereof.
27.2 The Contractor shall provide on the site, an adequate supply of drinking and other water for the use
of the Contractor's staff and labours. The construction area shall be properly illuminated so that
work is performed safely and to achieve the required progress at construction site.
27.3 The Contractor shall not import, sell, give, barter or otherwise dispose of any alcoholic liquor, or
drugs, or permit or suffer any such importation, sale, gift, barter or disposal by his sub-Contractor/s,
his/ their servants, agents or employees.
27.4 The Contractor shall not give, barter or otherwise dispose of to any person or persons, any arms or
ammunition of any kind or permit or suffer the same as aforesaid by his sub-Contractor/s, his/their
servants, agents or employees.

___________________________________________________________________________________________
Engineers India Limited

Page 97 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 14 of 32

27.5 The Contractor shall in all dealings with labour in his employment have due regard to all recognised
festivals, days of rest and religious or other customs.
27.6 In the event of any outbreak of illness of an epidemic nature, the Contractor shall comply with and
carry out such regulations, orders and requirements as may be made by the Government, or the
local medical or sanitary authorities for the purpose of dealing with and overcoming the same.
27.7 The Contractor shall at all times take all reasonable precautions to prevent any unlawful, riots or
disorderly conduct by or amongst his employees/labour and for the preservation of peace and
protection of persons and property in the neighbourhood of the works against the same.
27.8 The Contractor shall at all times during the continuance of the contract comply fully with all existing
Acts, Regulations and bye laws including all statutory amendments and re-enactment of State or
Central Government and other local authorities and any other enactments and acts that may be
passed in future either by the State or the Central Government or local authority, including Indian
Workmen's Compensation Act., Contract Labour (Regulation and Abolition) Act, 1970 and Equal
Remuneration Act, 1976, Factories Act, Minimum Wages Act, Provident Fund Act, etc., and sanitary
arrangement for the said Act. Health and Sanitary Arrangements for workmen, Insurance and other
benefits etc., and shall indemnify and keep the Owner/Engineer-in-Charge indemnified in case any
proceedings are taken or commenced by any authority against the Owner/Engineer-in-Charge for
any contravention of any of the laws, bye laws or scheme by the Contractor. If as a result of
Contractor's failure, negligence, omission, default or non-observance of any provisions of any laws,
the Owner/Engineer-in-Charge is called upon by any authority to pay or reimburse or required to
pay or reimburse any amount, the Owner/Engineer-in-Charge shall be entitled to deduct the same
from any money due or that may become due to the Contractor under this contract or any other
contract or otherwise recover from the Contractor any sums which the Owner/Engineer-in-Charge is
required or called upon to pay or reimburse on behalf of the Contractor. All registration and
statutory inspection fees in respect of his work pursuant to the contract shall be paid by the
Contractor.
27.9 The Contractor shall pay the labourers engaged by him on the work not less than a fair wage, which
expression shall mean, whether for time or piece work, rates of wages as may be fixed by the Public
Works Department as fair wages for Haldia (West Bengal) Region payable to the different
categories of labourers or those notified under the Minimum Wages Act. Any revision in labour
wages is applicable within the quoted rates.
27.10 The Contractor shall notwithstanding the provisions of any contract to the contrary, cause to be paid
a fair wage to the labourers indirectly engaged by sub-Contractors in connection with the said works
as if the labourer had been directly employed by him.
27.11 The Contractor shall maintain records of wages and other remuneration paid to his employees in
such form as may be convenient and to the satisfaction of the Owner/Engineer-in-Charge and the
Conciliation Officer (Central), Ministry of Labour, Government of India, or such other authorised
person appointed by Central or State Government and the same shall interalia include the following
particulars of each worker:
i) Name, works number and grade.
ii) Rate of daily or monthly wage.
iii) Nature of work on which employed.
iv) Total number of days worked during each wage period.
v) Total amount payable for the work during each wage period.
vi) All deductions made from the wage with details in each case of the ground for which the
deduction is made.
vii) Wage actually paid for each wage period.

27.12 The Contractor shall comply with all the precautions as required for the safety of the workmen by
I.L.O. convention (No. 62) as far as they are applicable to the contract. The Contractor shall provide
all necessary safety appliances e.g., safety shoes, hand gloves, full body harness, goggles,
helmets, masks, etc.(as applicable) to the workmen and the staff.
27.13 The CONTRACTOR shall adhere to established norms of health, safety and environment (HSE)
management in line with Document No-6-82-001, Rev-6 attached in Technical Part.

___________________________________________________________________________________________
Engineers India Limited

Page 98 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 15 of 32

27.14 While engaging workers/employees by the successful bidder/tenderer/ contractor (hereinafter


referred to as the "CONTRACTOR") in connection with the execution of the jobs awarded by BPCL,
the contractor shall give preference to the evictees to whom ID cards have been issued by BPCL,
and who meet the eligibility conditions of the contractor & subject to the law, rules and regulations in
force.

28.0 FUEL REQUIREMENT OF WORKERS


28.1 The CONTRACTOR shall be responsible to arrange for the fuel requirement of his workers and staff
without resorting to cutting of trees and shrubs. Cutting of trees and shrubs is strictly prohibited for
this purpose.

29.0 RESPONSIBILITY OF CONTRACTOR


29.1 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 to the OWNER. 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.
29.2 It shall be responsibility of the CONTRACTOR to provide, operate and maintain all necessary
construction equipment, steel scaffoldings and safety gadgets, 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.
29.3 Preparing approaches and working area for the movement and operation of the cranes/ derrick,
levelling 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.
29.4 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, other than specifically mentioned in the Owner’s scope of
supply.
29.5 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.
29.6 Area for Installation of batching plant shall not be made available by Owner. Contractor to establish
a batching plant of suitable capacity outside works premises as per approved procedure or arrange
for ready-mix concrete from reputed RMC supplier with prior approval as per approved procedure.
29.7 Clause No. 33 of GCC (Contractor’s office at site) shall be modified as follows:
Contractor shall provide and maintain office, anywhere inside project complex
as Portable Cabins within a space of 3M x 10 M at the site for accommodation for his Officers and
staff and shall relocate as and when required to facilitate Site Works. The area required to be
develop by contractor by their own.
29.8 The CONTRACTOR shall remove all temporary buildings / facilities etc. before leaving the site after
completion of works in all respect.

30.0 COORDINATION WITH OTHER AGENCIES


30.1 CONTRACTOR shall be responsible for proper coordination with other agencies operating at the
site of work so that work may be carried out concurrently, without any hindrance to others. The
Engineer-in-Charge shall resolve disputes, if any, in this regard, and his decision shall be final and
binding on the CONTRACTOR.
___________________________________________________________________________________________
Engineers India Limited

Page 99 of 1870
LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 16 of 32

30.2 If and when required for the coordination of the works with other agencies involved at site, the
CONTRACTOR shall within the scope of work, re-route and/or prepare approaches and working
areas as may be necessary.

31.0 CLEARANCE OF SITE ON COMPLETION


31.1 Upon the issue of the taking-over certificate the Contractor shall clear away and remove from the
part of the site to which such taking-over certificate relates all Contractors equipment, surplus
material, rubbish and temporary work of every kind and leave such part of the site and works clean
and in a workmanlike condition to the satisfaction of the Engineer-in-Charge. Provided that the
Contractor shall be entitled to retain on site, until the end of the defects liability period, such
materials, Contractors equipment and temporary works as are required by him for the purpose of
fulfilling his obligations during the defects liability period.
32.0 CONSTRUCTION EQUIPMENT, TOOLS & TACKLES AND MANPOWER
32.1 Construction Equipment, Tools & Tackles:
The Contractor shall without prejudice to his overall responsibility to execute and complete the work
as per specifications and time schedule, progressively deploy equipments, tools & tackles on the
work and augment the same as decided by the Engineer-in-Charge depending upon the site
requirement & the exigencies of the work so as to complete all works within the time schedule of
completion of work and without any additional cost to Owner. A list of Minimum key construction
equipment, Tools and Tackles to be mobilized by the contractor during execution of civil works is
enclosed as Annexure VI to SCC.

32.2 Construction Manpower:


The Contractor shall without prejudice to his overall responsibility to execute and complete the work
as per specifications and time schedule, progressively deploy qualified skilled, semi skilled and
unskilled personnel on the work and augment the same as decided by the Engineer-in-Charge
depending upon the site requirement & the exigencies of work so as to complete all works within the
time schedule of completion of work and without any additional cost to OWNER. A list of Minimum
key construction Manpower to be mobilized by the contractor during execution of works is
enclosed as Annexure VII to SCC.

33.0 QUALIFICATION AND EXPERIENCE OF KEY CONSTRUCTION PERSONNEL


33.1 Qualification and Experience of Key Construction Personnel to be deployed for this work shall be as
per Annexure-VIII to SCC. CONTRACTOR shall submit bio-data of Key Supervisory Personnel,
after award, meeting the requirement of this Annexure which will be reviewed and approved by
Engineer-in-Charge prior to deployment by Contractor.
33.2 Price adjustment due to delayed mobilization or shortfall in mobilization of minimum
manpower
33.3 The Key Supervisory Personnel as mentioned in Annexure-VII to SCC shall be mobilized within 15
days of written instructions for mobilization given during Kick-off-meeting or by Engineer-in-charge
based on front availability at site. In case of delay in mobilization or shortfall in Key personnel
th
manpower (Annexure-VII to SCC), penal recovery shall be levied from 16 day onwards as per the
recovery rates specified in Annexure- VIII to SCC, till the date of mobilization of Key Supervisory
personnel at site.
33.4 Deduction under this clause is in addition to Price adjustment for Delay applicable pursuant to GCC
clause no. 22. The provisions of GCC clause no. 22 shall have no bearing on this clause.
33.5 Price adjustment for non-mobilization of specified manpower shall be limited to 3% (three percent)
of the total executed contract value.
34.0 CONSTRUCTION
34.1 The CONTRACTOR shall within the scope of work observe in addition to specifications, all national
and local laws, ordinances, rules and regulation and requirements pertaining to the work.

___________________________________________________________________________________________
Engineers India Limited

Page 100 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 17 of 32

34.2 Various procedures and methods to be adopted by CONTRACTOR during the construction as
required in the respective specifications shall be submitted to OWNER in due time and well in
advance of the specific work for approval.
34.3 The CONTRACTOR shall carry out required supervision as per Quality Assurance Plan and furnish
all assistance required by the OWNER/EIL in carrying out inspection work. The OWNER/EIL will
have authorised representatives present who shall have free access to the work at all times. If an
OWNER’s/EIL’s representative notifies the CONTRACTOR’S representative of any deficiency in
any work or in the supervision thereof, the CONTRACTOR shall make every effort to carry out such
instructions consistent with best industry practice.
35.0 DRAWINGS
35.1 Drawings accompanying the Bidding Document, if any, are indicative of scope of work and issued
for bidding purpose only. Purpose of these drawings is to enable the bidder to make an offer in line
with the requirements of bidding document. However, no extra claim whatsoever shall be
entertained for any variation in the “Approved for Construction” and “Bidding Document Drawings”
regarding any changes/units. Construction shall be as per drawings/ specifications issued /
approved by the Engineer-in-Charge during the course of execution of work. Detailed construction
drawings on the basis of which actual execution of work is to proceed will be furnished to the
Contractor progressively based on the detailed construction programme evolved after the award of
work and also based on construction progress achieved.
35.2 Detailed working drawings on the basis of which actual execution of the works is to proceed, will be
furnished from time to time during the progress of the work. The contractor shall be deemed to
have gone through the drawings and bring to the notice of the Engineer-in-Charge discrepancies if
any, therein before actually carrying out the work.
35.3 Copies of all detailed working drawings relating to the works shall be kept at the Contractor’s office
on the site and shall be made available to the Engineer-in-Charge at any time during execution of
the contract. The drawings and other documents issued by the Owner shall be returned to the
Owner on completion of the works.
36.0 MAKE OF MATERIALS
36.1 All equipment and materials to be supplied under this Contract shall be from approved vendors as
indicated in the Technical Volume of the Bidding Document.
36.2 Where the makes of materials are not indicated in the Bidding Document, the CONTRACTOR shall
furnish details of proposed makes for supplies and supply the same after obtaining the
OWNER’s/Engineer-In-Charge’s approval.
36.3 VENDOR LIST FOR CEMENT, TMT BARS AND STRUCTURAL STEEL
STRUCTURAL STEEL AND TMT BAR: The methodology for procurement of structure steel & TMT
Bars shall be as per Annexure – XV-A of this SCC
Cement: The methodology for procurement and supply of cement by the CONTRACTOR from
manufacturers shall be as per Annexure – XV-B of this SCC.
37.0 SITE CLEANING
37.1 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.

37.2 If the work involves dismantling of any existing structure in whole or part, care shall be taken to limit
the dismantling upto 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 by the CONTRACTOR at his cost, to the satisfaction of the
Engineer-in-Charge, failing which the same shall be rectified/restored at the risk and cost of
CONTRACTOR by Engineer-In-Charge, whose decision shall be final and binding upon the
CONTRACTOR.

___________________________________________________________________________________________
Engineers India Limited

Page 101 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 18 of 32

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

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

37.5 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.

37.6 No extra payment shall be paid on this account. The rates quoted in SOR are deemed to be
inclusive of all the costs towards all the above activities as well.
38.0 QUALITY MANAGEMENT SYSTEM
38.1 The CONTRACTOR shall adhere to the quality assurance system as per EIL Specification No.
6-78-0001 Rev. 1 enclosed as per Annexure-IX to SCC. After the award of the contract, detailed
quality assurance programme to be followed for the execution of contract shall be submitted by
CONTRACTOR.
38.2 The CONTRACTOR shall establish document and maintain an effective quality assurance system
as outlined in recognised codes.
38.3 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. 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 despatch of materials.
38.4 The Quality Assurance plan for various equipment and materials shall be furnished to the EIL/
OWNER prior to commencement of manufacturing. The EIL/ OWNER shall review the same within
3 (three) weeks of its submission.
38.5 The responsibility for inspection/ testing as per specification approved documents and agreed
Quality Assurance procedure and plans shall be that of the CONTRACTOR. Inspection activities of
the Third Party Inspection Agency shall be coordinated by the Inspection Coordinator of
CONTRACTOR.
38.6 The OWNER/EIL 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.
38.7 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 per standards and all code requirements. In case Engineer-In-Charge feels
that QA/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.
38.8 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 until he complies with the
instructions to the full satisfaction of Engineer-In-Charge.
38.9 Laboratory Equipment for Quality Assurance, as required shall be arranged by Contractor at Site as
per requirement of Technical Specifications.
39.0 HSE MANAGEMENT AND OTHER SAFETY REQUIREMENT
39.1 The CONTRACTOR shall adhere to the Health, Safety and Environment (HSE) management
system as per EIL Specification No. 6-82-0001 Rev.6 (enclosed in Technical volume of Bidding
Document, Procedure for Safe Operation with Hydra Crane as per Doc. No. 5-1940-9500 Rev. 0
enclosed as Annexure-X to this SCC.
39.2 The CONTRACTOR shall establish document and maintain an effective Health, Safety and
Environment (HSE) management system.

___________________________________________________________________________________________
Engineers India Limited

Page 102 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 19 of 32

39.3 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.
39.4 Oil Industry Safety Directorate (OISD) Guidelines – 192 & 207
The Contractor in addition to the safety measures mentioned elsewhere in the Tender document
shall comply with Safety Practices during construction as mentioned in OISD Guidelines-192 and
Contractor Safety as mentioned in OISD Guidelines-207 enclosed with the Bidding document as
Annexure-X to SCC.
39.5 Access to Site
The Contractor shall obtain prior permission of the Owner/Engineer-in-Charge before any person
not directly connected with the works visits the site. Contractor shall obtain prior permission for his
workers gate pass/for materials etc., as may be required to carry out the works inside the plant
premises from the Owner/Engineer-in-Charge and shall follow the rules and regulations of
CISF/Owner/Engineer-in-Charge which may be enforced from time to time for entry or exit.
Contractor shall make adequate arrangements for uninterrupted working during monsoon season at
site.
39.6 Contractors are required to submit a Monthly Safety Report in the prescribed format to Engineer in
rd
Charge and F&S Dept. by 3 of every month.
39.7 Hindrance to Work: The Contractor may be required to suspend work for a short time / period in
certain areas for the safety requirement. The Contractor should strictly comply with the instruction
from the Engineer-In-Charge from time to time at no extra cost. Any obstruction/hindrance to the
work from labour, unions, etc. Shall be settled by the Contractor for successful completion of job
within the Contractual completion date, as per scope of Contract.
40.0 ELECTRICAL WORKS
40.1 Subject to provisions of the General Conditions of Contract, the inspection and tests as required
under Indian Electricity Rules-1956 and prescribed in I.S.732 (Part-III) - 1982 shall be conducted.
40.2 All tests clearances and certificates required by the State Government authorities for energising/
commissioning the electrical system laid by the Contractor shall be obtained by the Contractor at his
costs and initiative, for which the Contractor shall perform such tests and undertake such
rectification and/ or changes as may be required.
40.3 The CONTRACTOR or its nominated Sub-Contractor(s), as the case may be, shall have a valid
electrical contractor's license from concerned state Licensing Authority for executing Electrical
works. The Contractor shall furnish a copy of the same to Engineer-in- Charge before
commencement of any electrical work or work pertaining to Electrical System. No electrical work or
work pertaining to electrical system(s) shall be permitted to be executed without a valid Electrical
Contractors License being produced by the CONTRACTOR.
41.0 STATUTORY APPROVALS
41.1 Obtaining statutory approvals, required as defined in CONTRACTOR’s scope under Technical
Scope of Work, shall be the responsibility of the CONTRACTOR. CONTRACTOR shall arrange the
inspection of the works by the authorities and necessary co-ordination and liaison work in this
respect. The application on behalf of the OWNER for submission to relevant authorities alongwith
copies of required certificate complete in all respects shall be prepared and submitted by the
CONTRACTOR well ahead of time so that the actual construction/commissioning of the work is not
delayed for want of the approval/inspection by concerned authorities.
41.2 Statutory fees paid, if any, for all such inspections and approvals by authorities shall be deemed to
be included in the quoted prices, if not specified otherwise.
41.3 Any change/addition required to be made to meet the requirements of the statutory authorities shall
be carried out by the CONTRACTOR free of charge. The inspection and acceptance of the work by
statutory authorities shall however, not absolve the CONTRACTOR from any of his responsibilities
under this contract.

___________________________________________________________________________________________
Engineers India Limited

Page 103 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 20 of 32

41.4 All statutory approvals other than specified under 41.1 above shall be obtained by OWNER and
provided to the CONTRACTOR.
42.0 SUB-CONTRACTING
42.1 If the CONTRACTOR is required to engage a Sub-Contractor for any part of work, then such Sub-
Contractors shall have prior proven experience of similar work and shall require specific approval by
EIL/OWNER after award of work.
42.2 Following the notification of Acceptance of Bid, the CONTRACTOR will submit to the OWNER for
approval the details of Sub-Contractors as per Annexure-XI to SCC. CONTRACTOR shall ensure
that very competent and resourceful agencies with proven track record and performance should be
proposed for the work to be sub-contracted.
43.0 ADDITIONAL WORKS/EXTRA WORKS
43.1 OWNER reserves the 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.

44.0 INSURANCES
44.1 Owner will arrange Comprehensive Insurance Policy covering marine, Inland Transit Insurance (in
India) and Site Erection/Storage Insurance.
44.2 However, Bidder shall carry and maintain any and all other Statutory Insurance(s) required under
Indian Laws and Regulations, including Workmen Compensation Act / Employee State Insurance /
Third Party Liabilities, etc. and Insurances for their personnel & machineries engaged in
performance of the work at Contractor’s own cost. All insurances of material pertaining to the scope
under this contract shall be in the scope of the contractor till permanent incorporation in the work.
44.3 Irrespective of work acceptance, the responsibility to maintain adequate insurance coverage at all
times during the period of Contract shall be that of Contractor alone. Contractor’s failure in this
regard shall not relieve him of any of his responsibilities and obligations under the contract.
44.4 Contractor shall provide the Owner with a copy of all insurance policies and documents taken out by
him in pursuance of the Contract. Such copies of documents shall be submitted to the Owner
immediately upon the Contractor having taken such insurance coverage. Contractor shall also
inform the Owner atleast 60 (Sixty) days in advance regarding the expiry, cancellation and/or
changes in any such documents and ensure revalidation/renewal, etc. as may be necessary well in
time.
45.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE
45.1 To distinguish between work in foundations and superstructure, the following criteria shall apply:

45.2 For all Equipment pedestals, pipe racks, other foundations and RCC structures, work done upto
300mm level above finished grade level will be taken as work in foundation and work above this
level will be treated as work in superstructures and payments would be made accordingly. For
retaining walls, work done upto 300mm above the lowest of the Finished ground level on the either
side of the retaining wall will be taken as work done in foundation.

45.3 For buildings only, all works upto level corresponding to finished floor level shall be treated as work
in "Foundation and Plinth" and all works above the finished floor level shall be treated as "Work is
superstructure".

45.4 Irrespective of what has been stated above, all pipe sleepers and any similar item would be taken
as work done in foundations irrespective of locations, nomenclature, and levels given anywhere.

45.5 Where not specifically pointed out, all works in cellars/sumps, tank pads, cable trenches or such
similar items would be taken as work in foundations.

___________________________________________________________________________________________
Engineers India Limited

Page 104 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 21 of 32

46.0 LEADS
46.1 For the various works, in case of contradiction, leads mentioned in the Schedule of Rates shall
prevail over those indicated in Technical Specifications.

47.0 LABOUR MANAGEMENT


47.1 Provision of ESI Act & PF Act:

i. Contractor shall adhere to all provisions of ESI & PF Act and make contribution to ESIC
and PF in respect of their workmen and submit all necessary clearance documents to the
Engineer-in- Charge.

ii. The Bidder shall furnish independent P.F. Code applicable to them or their firm, if there is
any, while bidding for the tender.

47.2 Provision of facilities to be provided by the Contractor to workers:

For all Contractor(s) under which 50 or more persons are working, the Contractor shall provide the
following facilities to the workers and their quoted rates shall be deemed to cover these facilities:

i. Arrangement for First Aid,


ii. Arrangement for clean and potable drinking water,
iii. Toilet,
iv. Canteen where tea and snacks are available,
v. Rest Room
vi. A crèche where 10 or more women workers are having children below the age of 6 years.
vii. Any other facilities/utilities as may be required under the Contract.

Owner shall not pay extra amount for providing above facilities by the Contractor.

47.3 Contract Labour gate passes:

I. The Contractor, at his own cost, shall arrange for gate passes of contract labours including
their photographs. Owner shall not pay any amount to the Contractor on this account.
II. Return of Contract Labour Passes on completion of contract work.

Immediately after completion of a particular contract, the Contractor shall return the gate passes of
contract labours to CISF without fail through the concerned Engineer-in-Charge. This is a very
essential requirement of the contract. Contractor is to note that their final bill shall not be processed
for payment until a certificate to this effect is issued by Engineer-in-charge / OWNER.

48.0 GOVERNMENT OF INDIA NOT LIABLE


48.1 It is expressly understood and agreed by and between the CONTRACTOR and the OWNER that
the OWNER is entering into this agreement solely on its own behalf and not on behalf of any other
person or entity. In particular, it is expressly understood and agreed that the Government of India is
not a party to this agreement and has no liabilities, obligations or rights thereunder. It is expressly
understood and agreed that the OWNER is an independent legal entity with power and authority to
enter into contracts, solely in its own behalf under the applicable laws of India and general principles
of Contract Law. The CONTRACTOR expressly agrees, acknowledges and understands that the
OWNER is not an agent, representative or delegate of the Government of India. It is further
understood and agreed that the Government of India is not and shall not be liable for any acts,
omissions, commissions, breaches or other wrongs arising out of the contract. Accordingly,
CONTRACTOR hereby expressly waives, releases and foregoes any and all actions or claims,
including cross claims, impleader claims or counter claims against the Government of India arising
out of this contract and covenants not to sue the Government of India on any matter, claim, cause of
action or thing whatsoever arising of or under this contract.

___________________________________________________________________________________________
Engineers India Limited

Page 105 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 22 of 32

49.0 PACKING, FORWARDING AND SHIPMENT


49.1 Imported Supplies (if any)

49.1.1 The CONTRACTOR wherever applicable, shall after proper painting, pack and crate all items for
shipment in a manner suitable for export to a tropical, humid climate in accordance with
internationally accepted export practices and in such a manner so as to protect them from damage
and deterioration in transit by road, rail and/or sea and during storage at the site till the time of
erection. The CONTRACTOR shall be responsible for all damage(s) due to improper packing.

49.1.2 The CONTRACTOR shall notify the OWNER of the date of each shipment from the port of
embarkation as well as of the expected date of arrival of such shipment at the designated port of
arrival only for the OWNER’s information.

49.1.3 The CONTRACTOR’S notification shall give complete shipping information concerning the weight,
size and content of each package and such other information OWNER may require.

49.1.4 Custom Duty for imported material (if any) shall be borne by Contractor.

49.2 Indigenous Supplies

49.2.1 The CONTRACTOR shall, wherever applicable, after proper painting, pack and crate all items in
such a manner as to protect them from deterioration and damage during rail and road
transportation to the site and during storage at the site till the time of erection. The
CONTRACTOR shall be responsible for all damage(s) due to improper packing.

49.2.2 The CONTRACTOR shall notify OWNER of the date of each shipment from his/vendor’s works and
expected date of arrival at the site for the information of OWNER.

49.2.3 The CONTRACTOR’S notification shall also give all shipping information concerning the weight,
size and content of each packing and such other information as the OWNER may require.

49.3 Domestic Invoices

49.3.1 The following documents shall be sent to the OWNER/ EIL within 3 (three) days from the date of
shipment:

a) Invoice (2 copies)
b) Packing List (2 copies)
c) Test Certificate (4 copies)
d) Railway receipt/Lorry receipt (2 copies)

49.4 The CONTRACTOR shall be responsible for loading, unloading and other handling of all materials
commencing from manufacturers/suppliers’ work/port of disembarkation till the material is erected,
tested and commissioned. He shall be solely responsible for transportation/shipment, proper
storage and safe custody of all equipment and materials

50.0 CERTIFICATE OF VERIFICATION & GOOD CONDITION


50.1 The CONTRACTOR shall before supply of material covered within the scope of supply at his own
risks, cost and initiative undertake or cause to be undertaken all tests, analysis and inspections as
shall be required to be undertaken with regard to the materials under the specifications and any
codes, practices, orders and instructions with respect thereto and cause the results thereof to be
recorded, reported or certified, as the case may be, and shall not offer for delivery or deliver any
material which has not passed such tests/analysis or Inspection and which are not accompanied by
the test results, reports and/or certificates in this behalf provided in the applicable specifications,
code(s) and or practices.

50.2 On arrival of the material at site the CONTRACTOR shall give a written notice thereof to the
Engineer-in-charge and Site engineer or Inspection Agency notified by the OWNER in this behalf to
___________________________________________________________________________________________
Engineers India Limited

Page 106 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 23 of 32

inspect the materials, and shall keep in readiness for the inspection the materials and the relevant
test results, reports and certificates applicable thereto.

50.3 Notwithstanding any other provisions in the Contract documents for analysis or tests of materials
and in addition thereto, the CONTRACTOR shall if so required by the Engineer-in-charge or site
Engineer/Inspection Agency in writing at its own risks and costs, analysis, test, prove and/or weigh
all materials (including incorporated materials) required to be analysed, tested, proved and/or
weighed by the Engineer-in-Charge or site Engineer/Inspection Agency and shall have such
analysis/test conducted by the Agency(ies) or Authority(ies) if any, specified by the Engineer-in-
Charge or site Engineer/Inspection Agency. The CONTRACTOR shall provide all equipment,
labour, materials and other things whatsoever required for testing, preparation of the samples,
measurement and/or proof of weighment of the material as directed by the Engineer-in-Charge or
site Engineer/Inspection Agency.

50.4 If on inspection or proof, analysis or tests as aforesaid or otherwise the Engineer-in-Charge or site
engineer/Inspection Agency nominated by the OWNER in this behalf is prima-facie satisfied that the
material received is in conformity with the material requirements of the Bill of Materials, the
description given in the shipping documents and in the CONTRACTOR’S invoices in this behalf and
that the test reports/results/Certificates given in respect thereof are prima-facie in conformity with
the relevant result(s), report(s), certificate(s) required in respect thereof in terms of the
specifications and/or relevant codes and practices, and that the material appears to be prima-facie
in good order and condition, the Engineer-in-charge shall issue to CONTRACTOR a Certificate of
Verification and Good Condition in respect of such material, and this shall constitute the Certificate
of Verification and Good Condition which is envisaged in the Contract documents.

50.5 Such certificate is only intended to satisfy the OWNER that prima-facie the material supplied by the
CONTRACTOR is in order and shall not otherwise absolve the CONTRACTOR of his/its full
responsibility under the contract in relation thereto, including in relation to specification fulfilment
and/or performance or other guarantees.

51.0 PROVISION OF FABRICATION YARD


51.1 Area for carrying out fabrication/ storage yard of contractor’s supply items such as structural steel,
etc. shall not be provided by Owner within the project premises.

Contractor to arrange land outside OWNER’s premises for fabrication and storage of fabricated
materials and all bought out materials in contractor’s scope of supply, if any.
Reinforcement steel fabrication may be allowed at BPCL premises (At plot C, within limited space
provided for bar bending activities) however RMC plant has to be installed outside BPCL premises.

Payment towards supply & fabrication of structural steel outside OWNER’s premises shall be made
to the contractor as per the terms of payment, against Bank Guarantee of equal amount. On receipt
of materials at site, the same bank guarantee can be utilized for payment against next lot of
materials.

52.0 PROVISION OF PROPER WAREHOUSING


52.1 In line with requirements specified in GCC and specifications, materials shall be properly stored by
Contractor in his warehouse to enable easy traceability, handling and preservation with all materials
having proper identification marks, colour coding etc. In case Contractor fails to follow the specified
requirements, next payment due to him shall not be released till he complies with all the
requirements to the satisfaction of Engineer-In-Charge.

53.0 WATER FILLING & WATER DISPOSAL


53.1 The details proposed for hydrostatic testing shall be furnished by the Contractor for review/approval
of Engineer-in-charge on award of contract, taking into account the completion schedule. The
necessary piping, pumps etc. shall be provided by the Contractor. The final disposal of water after
testing shall also be Contractor’s responsibility. Suitable drains shall be provided for this purpose

___________________________________________________________________________________________
Engineers India Limited

Page 107 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 24 of 32

as directed by the Engineer-in-Charge. All necessary blind flanges, bolts, nuts etc. for testing shall
be supplied by Contractor within his quoted price.
53.2 The final disposal of water after hydrostatic testing shall be the Contractor’s responsibility. Suitable
drains for this purpose shall be provided by the Contractor as directed by Engineer-in-Charge.

54.0 TESTS, INSPECTION AND COMPLETION


54.1 Tests and Inspection

54.1.1 The CONTRACTOR shall carry out the various tests as enumerated in the technical specifications of
this Bidding Document and technical documents that will be furnished to him during the
performance of the work at no extra cost to Owner.

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

54.1.3 The work is subject to inspection at all times by the EIL/Owner. 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.

54.1.4 The CONTRACTOR shall provide for purposes of inspection access ladders, lighting equipment for
testing, necessary instruments etc. at his own cost, low voltage lighting equipment for tray fixing
and inspection work.

54.1.5 For material supplied by Owner, CONTRACTOR shall carry out the tests, if required by EIL/Owner,
and the cost of such tests shall be reimbursed by Owner at actual to the CONTRACTOR on
production of documentary evidence.

54.1.6 All results of inspection and tests will be recorded in the inspection reports, proforma of which will
be approved by EIL. These reports shall form part of the completion documents. Any work not
conforming to execution drawings, specifications or codes shall be rejected and the
CONTRACTOR shall carry out the rectifications at his own cost.

54.2 Final Inspection

54.2.1 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 defect is noticed, the
CONTRACTOR will be notified by EIL/Owner and he shall make good the defects with utmost
speed. If however the CONTRACTOR fails to attend to these defects within a reasonable time
(time period shall be fixed by EIL/Owner) then EIL/owner may have defects rectified at
CONTRACTOR's cost.

54.3 Inspection of Supply Items

54.3.1 All inspection and tests on bought out items shall be made as required by specifications forming
part of this contract. .

54.3.2 It is the responsibility of the CONTRACTOR to get the bought out items inspected by TPIA (i.e.
Lloyds / BV / DNV / TUV/ CEIL) and the charges towards the same should be included in the
quoted price. No additional charges shall be paid by owner towards the same.

54.3.3 The CONTRACTOR shall ensure that the equipment/assemblies/component of the plant and
equipment required to be inspected are not assembled or despatched before inspection.

54.3.4 The CONTRACTOR shall not offer equipment for inspection in painted conditions unless otherwise
agreed in writing with Owner /EIL.

___________________________________________________________________________________________
Engineers India Limited

Page 108 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 25 of 32

54.3.5 The CONTRACTOR shall ensure that the parts once rejected by the inspection engineer are not
used in the manufacture of the plant and equipment. Where parts rejected by the inspection
engineer have been rectified or altered, such parts shall be segregated for separate inspection and
approval, before being used in the work.

54.3.6 On satisfactory completion of final inspection and testing, all accepted plant and equipment shall
be stamped suitably and inspection certificate shall be stamped suitably and inspection certificate
shall be issued in requisite copies for all accepted items. For stage inspection and for rejected
items, only inspection memo shall be issued indicating therein the details of observations and
remarks.

54.3.7 All inspections and tests shall be made as required by the specifications forming part of this
contract. Manufacturers inspection or testing certificates for equipment and materials supplied may
be considered for acceptance, at the discretion of EIL. All costs towards testing etc. shall be borne
by the CONTRACTOR within their quoted rates.

55.0 COMPUTERISED CONTRACTOR’S BILLING SYSTEM


55.1 Without prejudice to stipulation in General Conditions of Contract, CONTRACTOR should follow
following billing system:

55.2 The bills will be prepared by the CONTRACTOR on their own PCs as per the standard formats and
codification scheme proposed by Owner/EIL. The CONTRACTOR will be provided with data entry
software to capture the relevant billing data for subsequent processing, if available.
CONTRACTOR will submit these data to Owner/EIL 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.

55.3 Owner/EIL will utilise these data for processing and verification of the CONTRACTOR's bill.

56.0 ROUNDING OFF


56.1 All payments to and recoveries from the 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 than 50 (fifty) paise, the same shall be ignored.

57.0 STATEMENT OF FINAL BILLS – ISSUE OF NO DEMAND CERTIFICATE


57.1 The final bill of CONTRACTOR shall be accompanied by no-demand certificate from the following
departments of Owner:

a) Administration & Personnel department regarding vacation of land, recovery of rents etc.
b) Fire and Safety Officer and Security Deptt. of Owner.
c) Maintenance Departments regarding recoveries for hire charges of equipment, water and
electricity charges etc. if any.

57.2 The Contractor shall obtain such no-demand certificates from the concerned authorities of Owner
and furnish the same to EIL.

58.0 CONDITIONS FOR ISSUE & RECONCILIATION OF MATERIALS


58.1 The conditions for issue and reconciliation of materials supplied by the OWNER are enclosed as
Annexure-XII to SCC herewith. The same shall be applicable only for those materials specified in
OWNER’s scope of supply, if any.
58.2 For Contractor supplied materials, Statement of Reconciliation of such materials shall be submitted
by Contractor to Owner/Engineer-In-Charge.

___________________________________________________________________________________________
Engineers India Limited

Page 109 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 26 of 32

59.0 ENTRY PASSES, GATE PASSES AND WORK PERMITS


59.1 Entry Passes

The Contractor shall follow regulations of Owner for arranging entry passes for his workers and
staff.

59.2 The works under this contract are to be carried out in areas within the LPG import terminal project
site adjacent/ adjoining to the existing operating units. As such, Contractor is required to abide by
safety and security regulations of Owner enforced from time to time.

59.3 Contractor has to carry out necessary coordination with Owner/Engineer-In-Charge and also with
Contractor’s Transporters at the Project gate and also assist Owner/ Engineer-In-Charge in making
required documents / gate passes for entry of their consignments that are to be directly unloaded
at the erection site as per directions and instruction of Engineer-in Charge.

59.4 Gate Passes and Shipping Memos

To bring materials/ equipments/ tools/ tackles etc. inside the LPG import terminal project site for
construction work, the Contractor has to produce challans/ proper documents to Owner's personnel
at gates. The materials shall be checked thoroughly by Owner's personnel at Gate and recorded in
their register before allowing any material to be brought inside the project site area by Contractor. It
shall be Contractor's responsibility to ensure that the recorded entry no., date, signature of Owner's
authorised representative with stamp are recorded on challans/ supporting documents signed by
Owner's personnel at gate during entry. Shipping Memos issued by Owner shall be preserved by
Contractor and enclosed while returning the materials to Owner.

59.5 Work Permits

59.5.1 When work is to be carried out in hazardous areas, hot work permit are to be obtained before start
of work for all the jobs which are capable of generating flame, spark, heat etc. namely, Gas cutting,
grinding, welding, use of any electrical/ diesel/ petrol/ battery operated prime mover/ machine tools/
equipment/ generator sets/ mixer machine/ drilling machine/ pumps/ crane/ forklift/ truck/ trailer/
chipping/ breaking of rocks/ concrete/ hacksaw cutting and drilling, etc.

59.5.2 Cold work permits are to be obtained for all the jobs.

59.5.3 According to the nature of work and use of various types of equipment and tools the Contractor
has to apply for cold and hot permits in a prescribed format at least two days before the work is
planned to start. No work permit shall be issued by Owner unless proper arrangement is made by
Contractor to ensure safe performance of work inside the plant. Job wise and area wise permits
shall be issued to Contractor and against each permit at least one construction supervisor and one
safety supervisor of required level shall always be made available at site by Contractor.

59.6 Vehicle Permits

Permits are to be obtained separately for entry/ use of vehicles/ trailers etc. inside the plant. Only
Diesel Vehicles shall be permitted within project site. The following requirements are to be met to
obtain vehicle permit:
a) Vehicle/ Equipment etc. should be brought to site in good condition.
b) Valid Road tax certificate, fitness certificate and insurance policy from competent authority.
c) Valid operating/ driving licence of driver/operator.

59.7 Validity of the Permits

59.7.1 Permit is valid for one shift of 08 (Eight) hours.

59.7.2 No permit is valid if it is not renewed by the shift in-charge/ shift representative in shifts (Morning &
Evening).
___________________________________________________________________________________________
Engineers India Limited

Page 110 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 27 of 32

59.7.3 The permit shall be issued for a maximum period of one month. However for hot work, permit shall
be valid for one week (seven days). If extension is required, contractor has to apply for fresh
permit.

59.7.4 No permit is valid on holidays unless special permission is obtained from the competent authority.

59.8 Safety Regulations

59.8.1 Regarding Work Permit:

The work shall be carried out inside project site as per Owner’s Safety rules and Regulations and
instructions of EIL issued from time to time. Many times it may happen that the working hours shall
be drastically reduced or increased to meet certain safety requirements and Contractor shall meet
these requirements without any schedule or financial implications. To obtain work permit and to
satisfy all conditions laid down therein, shall be the responsibility of Contractor. No claim for idling
of machinery, plant, manpower etc. for safety reasons or non-issuance of work permit shall be
admissible.

The Contractor shall abide by all safety regulations and ensure that safety equipment for specific
job as stipulated in the factory act/ safety handbook is issued to workers during execution of work,
failing which all the works at site shall be suspended.

59.8.2 Regarding Hot work:

When doing hot work Contractor must ensure that the fire hose is hooked up with the fire water
system and extended to the work spot. Fire extinguisher must be kept near the working spot. Area
around and below the hot working place must be adequately protected from falling/ coming out of
sparks/ hot metals from the booth made of asbestos cloth/ sheet and wetting them with water.
Contractor must arrange sufficient number of fire hoses and fire fighting equipment of approved
quality at his own cost to carry out hot job inside the plant. Welding and electrical cables should be
of approved quality, and no jointing and loose connection shall be permitted. At the end of the
working day Contractor must inform the Electrical section to switch off power at sub-station end.
Contractor must provide cotton dress, safety shoe, safety helmet, safety belt, hand gloves of
approved quality to his workers to meet the safety requirement of various jobs to be carried out
inside the project site.

59.8.3 Regarding use of Vehicles:

Vehicles shall be allowed to run at site after taking all safety measures with the permission of
concerned authority of site. Vehicle must not ply on any road within the plant at speed exceeding
25 KM/hr. Mobile crane/ loaded trucks/ trailers must not exceed speed limit of 15 KM/hr inside the
plant. No crane is allowed to move inside the plant with load. No vehicle is allowed to park inside
the plant.

59.8.4 Work Permit System:

During execution Contractor is required to obtain work permit from the operation department of
Owner. For issuance of work permit, Owner’s instructions shall be followed.

60.0 DISPUTE SETTLEMENT BETWEEN GOVT. DEPT. / PSU & PSE


As per GCC.

61.0 DOCUMENTATION
61.1 Completion Documents

a) The following documents shall also be submitted by the CONTRACTOR in triplicate as part of
completion documents:
___________________________________________________________________________________________
Engineers India Limited

Page 111 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 28 of 32

i) Test certificate for materials supplied by the CONTRACTOR.


ii) All original IBR Certificates compiled in a separate file shall be submitted to Owner.
iii)Certified records of field tests on materials/equipment, as applicable.
iv) Material appropriation statement as required.
v) Three sets of construction drawings showing therein the as built conditions of the work
duly approved by EIL along with two copies of CD ROMs containing drawings in native soft
file (editable format) (drawings prepared by CONTRACTOR).
vi) Other documents as mentioned in Technical Specification.

61.2 "AS BUILT" Drawings

a) Upon completion of work, the CONTRACTOR shall incorporate the changes in all drawings to
"As Built" status (including all vendor/Sub-vendor’s drawings for bought out items). Editable
soft copy of drawings / models shall be provided to the Contractor for above purpose. Final As-
built shall be submitted to Engineer-in-charge for checking and certification for correctness with
actual field conditions and then Contractor shall provide to Owner, the following:

Three complete sets of reduced size (279mm x 432mm) prints and two copies of CD-ROM’s
containing the drawings in native soft file (editable format). For catalogue/ Manual/ Proprietary
information and Data, PDF file to be furnished.

The contractor shall prepare and submit the AS-BUILT drawing to match with the final bill
submission within one month of completion of work in all respects as per contract provision.

61.3 The CONTRACTOR shall adhere to Documentation requirements from Contractor as per
specification No. 6-78-0002, Rev.1 enclosed along with Annexure-XIV to SCC.

62.0 INTEGRITY PACT


62.1 Bidders are required to sign an Integrity Pact (IP) as per the proforma enclosed as Annexure-XIII to
SCC herewith. Proforma of Integrity Pact shall be returned by the Bidder along with the bid
documents (Technical Bid), duly signed by the same signatory who is authorized to sign the bid
documents. All the pages of the Integrity Pact shall be duly signed. Bidder’s failure to return the
Integrity Pact duly signed along with the bid documents shall result in the bid not being considered
for further evaluation.

62.2 If the Bidder has been disqualified from the tender process prior to the award of the contract in
accordance with the provisions of the Integrity Pact, BPCL shall be entitled to demand and recover
from Bidder Liquidated Damages amount by forfeiting the EMD/ Bid Security as per provisions of
the Integrity Pact.

62.3 If the contract has been terminated according to the provisions of the Integrity Pact, or if BPCL is
entitled to terminate the contract according to the provisions of the Integrity Pact, BPCL shall be
entitled to demand and recover from Contractor Liquidated Damages amount by forfeiting the
Security Deposit/ Performance bank Guarantee as per provisions of the Integrity Pact.

62.4 Bidders may raise disputes/ complaints, if any, with the nominated Independent External Monitor.
Address and contact details of the Independent External Monitor are as follows:

Mr. Mr. Shantanu Consul


No.9 MCHS (IAS officers colony),
16th Main (IAS officers colony),
BTM 2nd stage, Bangalore-560076
Mobile No.: 09740069318
shantanuconsul@gmail.com

Shri. S.S.N Moorthy


Address- GFQ, 1st Floor, B. Block,
Summit Apts. Mettupalayam Road,
___________________________________________________________________________________________
Engineers India Limited

Page 112 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 29 of 32

Coimbatore-641 043
Email- ssnm1950@yahoo.com
Mobile- 09500998610

Shri Vikram Srivastava


Address- E-202, Second Floor,
Greater Kailash Part-2,
New Delhi-110048
Email- vikramsrivastava1973@gmail.com
Mobile- 09810642323

63.0 FRAUDULENT PRACTICES


63.1 The OWNER requires that Bidders / Contractors observe the highest standard of ethics during
the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts in order
to influence the award of a Contract to the detriment of the Owner, and includes collusive
practice among bidders (prior to or after bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive the Owner of the benefits of free and open
competition.
a) The OWNER will reject a proposal for award if it determines that the bidder recommended for
award has engaged in fraudulent practices in competing for the Contract in question.

Bidder is required to furnish the complete and correct information/ documents required for
evaluation of their bids. If the information/ documents forming basis of evaluation is found to be
false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture
of Earnest Money Deposit.
b) In case, the information/ document furnished by the Bidder / Contractor forming basis of
evaluation of his bid is found to be false / forged after the award of the contract, Owner shall
have full right to terminate the contract and get the remaining job executed at the risk & cost of
such Bidder/ Contractor without any prejudice to other rights available to Owner under the
contract such as forfeiture of CPBG / Security Deposit, withholding of payment etc.
c) In case, this issue of submission of false documents comes to the notice after execution of
work, Owner shall have full right to forfeit any amount due to the Bidder / Contractor along with
forfeiture of CPBG / Security Deposit furnished by the bidder / contractor.
d) Further, such bidder / contractor shall be put on Blacklist/ Holiday/ Negative List of
OWNER/EIL debarring them from future business with Owner & EIL for a time period, as per
the prevailing policy of OWNER & EIL.
64.0 CALIBRATION REQUIREMENT OF MONTORING AND MEASURING DEVICES AT
CONSTRUCTION SITES
64.1 Contractor shall calibrate the monitoring and measuring devices from time to time to be used for this
contract at construction sites as per the requirement specified in Standard document no. 7-82-0002
Rev.0 attached as Annexure-XVI to SCC.

65.0 CONTRACT AGREEMENT


65.1 The CONTRACTOR shall execute a formal contract as per proforma given in the General
Conditions of Contract with the OWNER within Thirty (30) days from the date of Notification of
Award on a non-judicial stamp paper of appropriate value. The cost of non-judicial stamp paper
shall be borne by the CONTRACTOR.
65.2 Contract documents for agreement shall be prepared after the acceptance of bid. Until the final
contract documents are prepared and executed, this bid document together with the annexed
documents, modifications, deletions agreed upon by the OWNER and bidders acceptance thereof

___________________________________________________________________________________________
Engineers India Limited

Page 113 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 30 of 32

shall constitute a binding contract between the successful Bidder and the OWNER based on terms
contained in the aforesaid documents and the finally submitted and accepted prices.
65.3 The Contract Document shall consist of the following:
i) Original Bidding Document along with its enclosures issued.
ii) Amendment/Corrigendum to original Bidding Document issued, if any.
iii) Fax/Letter of Intent/ Acceptance.
iv) Detailed letter of Award/Acceptance along with enclosures attached therewith.
v) Agreement on non-judicial stamp paper

66.0 REQUIREMENT OF EMPLOYEMENT VISA FOR FOREIGN NATIONALS


66.1 All foreign nationals coming to India for execution of Projects/Contracts will have to apply
for Employment Visa only and that grant of Employment Visa would be subject to strict
adherence of following norms:

i) Employment Visa is granted only for the skilled and qualified professionals or to a
person who is being engaged or appointed by a Company, Organisation, Industry
or Undertaking etc. in India on contract or employment basis at a senior level,
skilled position such as technical expert, senior executive or in managerial position
etc.

ii) Request for Employment Visa for jobs for which large number of qualified Indians
are available, is not considered.

iii) Under no circumstances an Employment Visa is granted for routine, ordinary


secretarial / clerical jobs.

Bidders are advised in their own interest to check latest Visa rules from Indian Embassy /
High Commission in their country in case foreign nationals are required to be deputed to
India during execution of the Contract.

67.0 GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT


The CONTRACTOR shall carry out the radiography and other non-destructive tests as per the
requirements specified in the Annexure-XVIII to SCC, if required as per Technical Specification.

68.0 LIMITATION OF LIABILITY


68.1 The aggregate total liability of the CONTRACTOR to BPCL under the Contract shall not exceed the
total Contract Price, except that this Clause shall not limit the liability of the CONTRACTOR for
following:
(a) In the event of breach of any Applicable Law;
(b) In the event of fraud, willful misconduct or illegal or unlawful acts, or gross negligence of the
CONTRACTOR or any person acting on behalf of the CONTRACTOR; or
(c) In the event of acts or omissions of the CONTRACTOR which are contrary to the most
elementary rules of diligence which a conscientious CONTRACTOR would have followed in
similar circumstances; or
(d) In the event of any claim or loss or damage arising out of infringement of Intellectual Property;
or
(e) For any damage to any third party, including death or injury of any third party caused by the
CONTRACTOR or any person or firm acting on behalf of the CONTRACTOR in executing the
Works.

___________________________________________________________________________________________
Engineers India Limited

Page 114 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 31 of 32

68.2 Neither Party shall be liable to the other Party for any kind of indirect or consequential loss or
damage including, loss of use, loss of profit, loss of production or business interruption which is
connected with any claim arising under the Contract.
69.0 MODIFICATION TO GCC
69.1 Guidelines for medical fitness certification of Workers employed for working at elevation:

The following guidelines are incorporated under Clause 89 B of GCC i.e. MEDICAL FITNESS
CERTIFICATION.
The contractor shall ensure the following at time of working at higher elevation:-
i) Doctor’s fitness certificate shall be mandatory for workers executing work at a height more
than 30 meters using temporary structures.
ii) List of workers engaged for working at heights more than 30 meters shall be forwarded to
OHC for medical examination.
iii) Tests / Parameters for medical fitness shall be as per CMO (OHC).
iv) BPCL medical officer will issue the Fitness certificate with validity (6 months) and shall
endorse in the entry pass.
v) The fitness certificate shall be renewed every 6 months.
vi) The medical fitness for those employed in working at height shall be included in the work
permit given for such jobs.

69.2 Land for Contractor’s Field, Go-down and Workshop

Clause No. 2.3 (Fabrication yard) of GCC shall stand partially modified to the extent as detailed in
Clause No. 51.0 of Special Conditions of Contract.

Clause no. 33 (Contractor’s office space) of GCC shall stand modified to the extent as detailed in
Cl. No. 28.7 of Special Conditions of Contract.

Installation of Batching Plant shall be as mentioned in Cl. No. 28.6 of Special Conditions of
Contract.
rd
69.3 Words “maximum of 5% of the value of contract” mentioned in 3 Line of Sub Clause 22.1 of GPC
stands modified as “maximum of 5% of Final executed Contract Value”. Time schedule for
applicability of this clause shall be Mechanical completion period.

70.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION


70.1 CONTRACTOR to study the equipment layout and his scope of work carefully and accordingly
workout the erection sequence and execution methodology of various equipments, piping,
structural and other facilities in the scope.
70.2 Orientation of all foundation, elevations, lengths and disposition of anchor bolts and diameter of
holes in the supports saddles shall be checked by contractor, well in advance. Minor rectifications
including chipping of foundations as the case may be shall be carried out at no extra cost by the
Contractor after obtaining prior approval of the Engineer-in-charge. The Contractor shall also be
provided with the necessary structural drawings and piping layouts etc. wherever required for
reference. If a structural member needs to be dismantled, to facilitate the equipment erection,
same shall be done by the Contractor after ensuring proper stability of main structure with prior
permission of Engineer-in-charge. All such dismantled members shall be put in position back after
the completion of equipment erection to satisfaction of Engineer-in-charge.
70.3 CONTRACTOR to note that work of other agencies will not be kept under hold for the purpose of
release of work front for equipment erection and other works in CONTRACTOR’s scope.
70.4 A well planned and feasible erection sequence shall be developed by the CONTRACTOR in such
a way that it results into NO HOLD on nearby equipments foundations/civil and structural works or
erection of any facility. CONTRACTOR will identify and indicate clearly the detailed erection
sequence of various equipments for review / approval of OWNER/ EIL on award of contract.

___________________________________________________________________________________________
Engineers India Limited

Page 115 of 1870


LPG IMPORT FACILITIES AT HALDIA PROJECT Special Conditions of Contract (SCC)
Bharat Petroleum Corporation Limited CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job No.: A872 Page 32 of 32

70.5 The CONTRACTOR shall be responsible for organizing the lifting of the equipment in proper
sequence so that orderly progress of the work is ensured and access routes for erecting the other
equipments/facilities are kept open.
70.6 CONTRACTOR to mobilize Cranes and other resources, as required, to meet the sequence/
schedule of completion at no extra cost to OWNER.
70.7 The CONTRACTOR on award of contract will furnish, the make and model of cranes proposed to
be mobilized by him at site to work as main crane and trailing cranes. Erection of equipments by
any other means other than cranes is not acceptable. Further, the Erection schemes proposing
erection by Tandem lift method, Derrick arrangement, Strand Jack method and guy type crawler
crane shall not be considered for any equipment.
70.8 Detailed erection scheme for all critical equipments will be developed and submitted by the
CONTRACTOR on award of work for approval of Engineer-in-charge at site. All the Cranes and
lifting tackles are subjected to load testing by authorised testing and certification agency at site /
should have valid load test certificates. For the purpose of load testing of cranes, the
CONTRACTOR will submit a “Procedure for Load Testing of Cranes” to the Engineer-in-Charge.
The actual load testing shall be carried out in accordance with the procedure, as approved by the
Engineer-in-Charge. The CONTRACTOR at no extra cost to OWNER will arrange required loads
for load testing purpose.
70.9 All lifting tackles to be used during erection shall be appropriately labelled/ stamped for their safe
working loads. The safe working loads mentioned on labels/ stamping on lifting tackles will be as
per the latest test certificates, which will be made available by CONTRACTOR (in original) before
actual use of such lifting tackles at site.
70.10 During the performance of the work the CONTRACTOR shall at his own cost keep structures,
materials and equipment adequately braced by guys, struts or other approved means which shall
be supplied and installed by the CONTRACTOR as required till the installation work is satisfactorily
completed. Such guys, shoring , bracing, strutting , planking supports etc. shall not interfere with
the work of other agencies and shall not damage or cause distortion to other works executed by
the CONTRACTOR or other agencies.
70.11 The CONTRACTOR shall duly comply with manufacturer’s recommendations and detailed
specifications for the installation of the various equipments and machines.
70.12 Various tolerances required as marked on the drawings and /or in accordance with the
specifications and/or instructions of the Engineer-in-charge shall be maintained. Verticality shall be
verified with the Theodilite and shall be maintained.
71.0 CONCLUSION OF CONTRACT
In a situation where the L1 bidder is not lowest for some specific line items and the L1/L2 parity is
likely to be affected during the execution of the contract, due to variation in quantities of individual
line items in contract based on site conditions, then the final payment could be restricted to ensure
that the overall total payment of the executed work does not exceed the overall amount that would
have been payable to the then L1 as per the latter’s quoted rates.

___________________________________________________________________________________________
Engineers India Limited

Page 116 of 1870


LPG import facilities Project Annexures to SCC
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT
BUILDINGS

Job Number: A872 Sheet 1 of 1

ANNEXURES
TO
SPECIAL CONDITIONS
OF
CONTRACT

Engineers India Limited


New Delhi

Page 117 of 1870


LPG import facilities Project Annexures to SCC
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT
BUILDINGS

Job Number: A872 Page 1 of 6

SCOPE OF WORK
[ANNEXURE - I TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 118 of 1870


LPG import facilities Project Annexures to SCC
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT
BUILDINGS

Job Number: A872 Page 2 of 6

SCOPE OF WORK

1.0 The scope of work in general includes scope of work specified in Technical Section and
Schedule of Rates enclosed in Commercial Section of the Bidding Document. Further, it
includes any other work not specifically mentioned but required to complete the work as
per specifications, drawings and instructions of Engineer-in-Charge, which could be
reasonably implied from the contents of the Bidding Document.
2.0 Scope of work shall be read in conjunction with item description of Schedule of Rates and
Contractor's scope shall include all activities of work specified in the item description of
Schedule of Rates.
Rates shall include all cost for the performance of the item considering all parts of the
Bidding Document. In case any activity though specifically not covered in description of
item under ‘Schedule of Rates’ 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.

Engineers India Limited


New Delhi

Page 119 of 1870


LPG import facilities Project SCC : Annexure-II: Scope of Supply
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT
BUILDINGS
Job Number: A872 Sheet 1 of 2

SCOPE OF SUPPLY
[ANNEXURE - II TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 120 of 1870


LPG import facilities Project SCC : Annexure-II: Scope of Supply
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT
BUILDINGS
Job Number: A872 Sheet 2 of 2

SCOPE OF SUPPLY

1.0 The Contractor’s and Owner’s scope of supply shall be as specified in the
documents of Technical Volume and Schedule of Rates enclosed with the
Bidding Document.

Engineers India Limited


New Delhi

Page 121 of 1870


LPG import facilities Project SCC : Annexure-III : Time Schedule
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT
BUILDINGS
Job Number: A872 Page 1 of 2

TIME SCHEDULE
[ANNEXURE - III TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 122 of 1870


LPG import facilities Project SCC : Annexure-III : Time Schedule
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT
BUILDINGS
Job Number: A872 Page 2 of 2

TIME SCHEDULE

NAME OF WORK TIME OF COMPLETION


Completion period for entire
BALANCE CIVIL WORKS FOR PLANT AND NON PLANT work shall be 04 (Four) Months
BUILDING from the date of issue of Fax of
BIDDING DOCUMENT NO.: DC/A872-030-CI-TN-9514/1015 Acceptance / Letter of
Acceptance (FOA/LOA).

Note:

1. The time of completion shall be reckoned from the date of award of Contract,
which shall be the date of issue of Fax of Acceptance / Letter of Acceptance
(FOA/ LOA)

2. The time indicated is for completing all the works in all respects as per
specifications, codes, drawings and instructions of Engineer-in-Charge.

3. It should be noted that the period of completion of all works given above
includes time required for mobilisation at Site, carrying out the works as per the
requirements of Contract documents, demobilisation, preparation of all reports
in requisite quantities as mentioned in the Bidding Document, rectifications, if
any, rework, etc. complete in all respects to the entire satisfaction of Engineer-
in-Charge.

(STAMP & SIGNATURE OF BIDDER)

Engineers India Limited


New Delhi

Page 123 of 1870


LPG import facilities Project SCC : Annexure-IV : Measurement of Work
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING

Job Number: A872 Sheet 1 of 11

MEASUREMENT OF WORK
[ANNEXURE - IV TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


Gurgaon

Page 124 of 1870


LPG import facilities Project SCC : Annexure-IV : Measurement of Work
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING

Job Number: A872 Sheet 2 of 11

MEASUREMENT OF WORK

1.0 GENERAL

1.1 The mode of measurement shall be as mentioned in relevant standard


specification incorporated in the Bidding Document. Any other mode of
measurements not covered in above specifications shall be followed in
accordance with relevant BIS codes /Schedule of Rates/ Specifications etc. and/or
as decided by Engineer-in-Charge. Only the relevant mode(s) of measurement as
detailed in this Section shall be applicable for the items covered in the scope of
work / Schedule of Rates of the Bidding Document.

1.2 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" drawings, to the extent that the work conforms to the drawings
and details are adequate.

1.3 Wherever work is executed based on instructions of Engineer-In-Charge or details


are not adequate in the drawings, physical measurements shall be taken by
Contractor in the presence of Engineer-In-Charge.

1.4 Measurements of weights shall be in metric tonnes corrected to the nearest


Kilogram. Linear measurements shall be in meters corrected to the nearest
centimetres.

1.5 The weights mentioned in the drawing or shipping list shall be the basis for
payment. If mountings for panels etc. are packed separately, their erection
weights shall include all mountings.

1.6 No other payment either for temporary works connected with this Contract or for
any other item such as weld, shims, packing plates etc. shall be made. Such items
shall be deemed to have been included for in the rates quoted.

1.7 Measurements will be made for various items under schedule of rates on the
following basis as indicated in the unit column

i) Weights MT or Kg
ii) Length M (Metre)
iii) Number No.
iv) Volume Cu.M
v) Area Sq.M

1.8 Wherever the unit of items has been indicated as lumpsum, the payment shall be
made on lumpsum basis on completion & no mode of measurement shall be
applicable.

1.9 The measurement for cable laying shall be made on the basis of length actually
laid from lug to lug including length of loops provided.

Engineers India Limited


Gurgaon

Page 125 of 1870


LPG import facilities Project SCC : Annexure-IV : Measurement of Work
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING

Job Number: A872 Sheet 3 of 11

2.0 STRUCTURAL STEEL WORK & MISCELLANEOUS STRUCTURES

2.1 Payment for steel work shall be made on basis of admissible weight of the structure
accepted, the weight being determined as described below.

2.2 The weight for payment will be assessed from the approved fabrication drawings
and the respective bill of materials prepared by the Contractor and approved by the
Engineer-in-Charge. The weight of structural material/Plate shall be calculated
wherever necessary on the basis of IS Hand Book. If sections are different from IS
Sections, then Manufacturer Hand Book shall be referred to.

2.3 Sections built out of plates/structural shall be paid on the actual weight incorporated
except for gussets which will be paid on the weight of the smallest rectangle
enclosing the shape.

2.4 Gratings shall be paid on the basis of calculated weights as determined from the
dimensions given on the design drawings/bill of materials. Full deduction shall be
made for all opening above 300 mm size and skews.

2.5 Welds, bolts, nuts, washers etc. shall not be measured. Rate of structural steel
work shall be deemed to include the same.

2.6 No other payment either for temporary works or for any other item such as welds,
shims, packing plates etc., shall be made. Such items shall be deemed to have
been included in the rate quoted for steel work.

3.0 PIPING

3.1 Mode of Measurement of Piping works is based on Inch. dia of Fabrication and Inch.
Meter of Erection of Piping Works

Measurement of above ground and underground piping shall be done in the


following manner:

3.1.1 Fabrication of Piping


i) Measurement for fabrication of pipe shall be done on the basis of Inch. dia (the
nominal diameter of pipe in ‘Inches’ multiplied by number of weld joints). All
pre-fabrication work (including transportation of materials to site, fit up, shop
weld, fabrication of spool pieces for erection) as well as all piping welding in
situ are covered in Inch. dia. of fabrication. This shall include all types of
BUTT-welding e.g. GTAW, SMAW.

ii) Payment shall be made based on the unit rate against following diameter
range of pipes and type of welds, under the headings of pipe metallurgy
(CS/AS/SS etc., separately for IBR/NIBR and thickness upto 10 MM/10-20
MM/20-30 MM/30-40MM etc.).

(a) Butt Welds

Upto 1-1/2” NB

Engineers India Limited


Gurgaon

Page 126 of 1870


LPG import facilities Project SCC : Annexure-IV : Measurement of Work
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING

Job Number: A872 Sheet 4 of 11

2” to 6” NB
8” to 14” NB
16” to 24” NB
26” to 36” NB
38” to 48” NB
50” to 60” NB
Above 60” NB

(b) Fillet Welds

Upto 1-1/2” NB
2” to 6” NB
8” to 14” NB
16” to 24” NB
26” to 36” NB
38” to 48” NB
50” to 60” NB
Above 60” NB

iii) Total welding for slip on flanges shall be accounted as one single joint per
flange.

iv) Seal welds, wherever required shall not be counted under weld joints.

v) No separate payment shall be made for welding involved in pipe supports as


well as corrosion pads. Payment for corrosion pads shall be made under pipe
supports only.

vi) Branch welds shall be considered under butt welds

3.1.2 Erection of Piping

i) Measurement will be done based on Inch. Meter (the nominal diameter of pipe
in ‘Inches’ multiplied by the installed length of piping in ‘Meters’) as per
execution drawing. Inch. Meter shall include all work pertaining to Erection of
Fabricated spools/straight lengths, providing vent, drains, instrument tapings,
alignment, hydro-testing and all other activities required as per item
description, but not covered in scope under Inch. dia.

(ii) Payment shall be made based on the unit rate against following diameter
range of pipes:

Upto 1-1/2” NB
2” to 6” NB
8” to 14” NB
16” to 24” NB
26” to 36” NB
38” to 48” NB
50” to 60” NB
Above 60” NB

(iii) All lines shall be measured along the centre lines of pipes, curvilinear centre
lines of bends and elbows, centre line of flanges and all other fittings such as
tees, reducers, expansion joints etc. all in line instruments, line mounted

Engineers India Limited


Gurgaon

Page 127 of 1870


LPG import facilities Project SCC : Annexure-IV : Measurement of Work
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING

Job Number: A872 Sheet 5 of 11

fittings, ejectors, eductors, mixers, sight glasses, trays, filters, desuperheaters


etc. Length of all types of valves except socket weld valves upto 1-1/2” shall
be excluded in this measurement. However, no separate payment for socket
weld valves upto 1-1/2” size shall be made and the quoted rates for piping
shall be deemed to include the same.

REMARKS:
1. Measurement of following items shall be in linear Running meter
basis/Lumpsum basis, as applicable:

i) Cement lined piping


ii) Rubber lined piping
iii) Teflon lined piping
iv) Plastic piping (HDPE etc.)
v) Galvanised piping
vi) Jacketed piping
vii) Steam Tracers
viii) Tubing

2. Measurement of following items shall be on number basis:


i) Piping Specials like Mitres & Fabricated Reducers
ii) Reinforcement pads
3.2 Piping

3.2.1 For measurement and payment of Supply, fabrication and erection of Piping work,
only finished item shall be measured. Payment will be based on linear
measurements as per execution drawings. No separate measurement shall be
made for the activities covered under the description of item for piping work.

i) All lines shall be measured along the centre lines of pipes, curvilinear centre
lines of bends and elbows, centre line of flanges and all other fittings such as
tees, reducers, expansion joints etc. all in line instruments, line mounted
fittings, ejectors, eductors, mixers, sight glasses, tray, filters, desuperheaters
etc. All type of valves other than those specifically mentioned in Schedule of
Rates shall be excluded from this measurement. However, no separate
payment for socket weld valves upto 1½” size shall be made and the quoted
rates for piping shall be deemed to include the same.

ii) The socket weld fittings shall be supplied to the Contractor as per the
requirements of the drawings. All other hot/cold bends, reducers etc. for size
1-1/2" and below shall be fabricated and erected as per requirements by the
Contractor at no additional cost and his rates for piping of size 1-1/2" and below
shall be inclusive of this work.

iii) The forged tees shall be supplied to the contractor as per the requirements of
the drawings. All other branch connections including reinforcement pads shall
be accomplished by pipe to pipe connections. The rates quoted for piping shall
be inclusive of making branch connections. The reinforcement pads shall be
measured separately.

iv) Vents and drains shall be measured from O.D. of pipe lines and shall be paid
for at the corresponding unit rates for similar sizes of pipe. Other piping
attachment such as couplings, earthing lugs etc. shall be supplied and erected
by the Contractor within his quoted rates for piping. Vents and drains required

Engineers India Limited


Gurgaon

Page 128 of 1870


LPG import facilities Project SCC : Annexure-IV : Measurement of Work
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING

Job Number: A872 Sheet 6 of 11

temporarily for flushing and testing shall be provided by the Contractor at their
cost.

v) Fabrication of spool pieces for temporary use to aid Contractor’s work such as
fabrication, erection, flushing and testing of piping etc. shall be done by
Contractor at his cost as part of piping work and no separate payment shall be
made for the same.

vi) In case of branch piping, the measurement shall be made from outer surface of
the main line except in case of equal size branches, in which case
measurement shall be made from centre line of the branching header.

vii) As regards safety valves, size of valves will be identified by inlet pipe size.

viii) Reducers will be paid along with piping of larger diameter except in case of
funnels where they are welded only to the smaller diameter pipe, for which
payment will be made along with piping of such smaller dia.

ix) All piping attachments such as couplings, orifice plates, steam traps, strainers,
earthing lugs etc. shall be erected by the Contractor as part of piping erection
work and no separate payment will be made for the same.

3.3 Erection of Valves

Subject to 3.2 above, all types of valves erection of all types of valves such as
gate/globe/ check/ plus/needle/ ball/ control/ safety valves/gate valves/butterfly
valves etc. will be paid measured and paid on number basis at the rates given
separately in the Schedule of Rates. Any dismantling and re-erection of the valves
required for the purpose of testing, calibration etc. will be carried out by the
Contractor within his quoted rates. The length of such valves along with
companion flanges shall be excluded from piping length.

All the safety valves in the pump skid, compressors and other package, skid items
which are erected by the contractor for which payment is made in MT, contractor
shall dismantle the safety valves, hand it over for calibration and re-erect the same.
No separate payment will be made for dismantling, handing over for calibration and
re-erection of safety valves. The rate for such works is included in the contractor
quoted rate for erection of the equipments.

3.4 Fabrication of Supports

i) If piping supports, corrosion pads are to be measured and paid under a


separate item, measurement and payment of supply, fabrication and
erection of pipe supports shall be on weight basis. Only the finished item
shall be measured.

ii) Bolts, nuts and washers including U-bolt will be supplied by Contractor.
Weight of bolts, nuts and clamps etc. shall not be added to the weight of
pipe support for payment purpose.

iii) Erection of all types of supports, spring supports and turn buckles,
including grouting of supports, if required, shall be carried out by the
Contractor as part of piping work and no separate measurement and
payment will be made for it.

Engineers India Limited


Gurgaon

Page 129 of 1870


LPG import facilities Project SCC : Annexure-IV : Measurement of Work
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING

Job Number: A872 Sheet 7 of 11

4.0 VESSELS, EXCHANGERS, ETC.

4.1 Payment will be made on weight basis. Weights as indicated on execution drawings
will be considered for payment. Where weight is not indicated on the execution
drawings, weights as indicated on packing lists will be considered for payment. In
case where weights are neither indicated on execution drawings nor on packing list,
weight will be calculated. Weld metal weight will not be considered and no
deduction will be made towards opening less than 300 mm diameter. Full
deductions shall be made for all openings above 300 mm diameters.

4.2 For erection of mounting and accessories such as safety valves with manifold,
distance piece, rupture discs, sight glasses, davits etc., including weight of these
will be added to that of respective equipments for the purpose of payment.

4.3 Internals etc. measured as actual quantity that has been erected and consumed
shall be taken for payment purpose.

5.0 PUMPS, COMPRESSORS AND MISCELLANEOUS EQUIPMENTS

5.1 Payment will be made on weight basis. Weights as indicated on execution drawings
will be considered for payment. Where weights are not indicated on the execution
drawings, weights as indicated on packing lists will be considered for payment. In
case where weights are neither indicated on execution drawings nor on packing list,
weight will be calculated.

5.2 For erection of auxiliaries and accessories, weight of these will be added to that of
respective machinery for the purpose of payment.

5.3 If piping for cooling water, lubricating oil, etc. are supplied to the Contractor in
prefabricated condition with the machinery, the weights of these will be added to
the respective machinery for the purpose of payment. In case these are required to
be fabricated and erected by the contractor, these will be paid at the rates
applicable for the respective size of piping and in such case the weight of these
shall not be added to that of the machinery.

5.4 No separate measurement and payment for supply and application of ordinary/non-
shrink grouting shall be made, as the unit rates are inclusive of supply and
application of ordinary/non-shrink grouting.

6.0 POST WELD HEAT TREATMENT (IF APPLICABLE)

Payment for post weld heat treatment shall be made on the basis of per
circumferential joint for different diameters of pipes as per the rates quoted
separately. Repeat post weld heat treatment for repaired joints or otherwise due to
Contractor’s fault will be carried out at Contractor’s cost.

7.0 RADIOGRAPHY / DYE-PENETRANT EXAMINATIONS / MAGNETIC PARTICLE


TEST (MPT)

Payment for radiography shall be made on the basis of circumferential joints for
different pipe dia. Repeat radiography due to defective films or on repaired joint
due to Contractor’s fault or for additional radiography necessitated due to poor
performance of Contractor’s welder will be done at Contractor’s cost.

Engineers India Limited


Gurgaon

Page 130 of 1870


LPG import facilities Project SCC : Annexure-IV : Measurement of Work
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING

Job Number: A872 Sheet 8 of 11

Magnetic particle and dye penetrant test will be paid on the weld length tested/
circumferential weld joints as mentioned in Schedule of Rates.

8.0 PAINTING ON EQUIPMENTS/PIPING/STRUCTURAL STEEL ETC.

a) EQUIPMENTS

i) For columns, vessels, reactors, Exchangers, furnaces, ejectors etc.,


measurement shall be on square meter basis taken over the painted
surface.

ii) For pumps, motors and compressors measurement shall be made on


number basis.

b) PAINTING ON PIPING INCLUDING SPECIALS AND FITTINGS

i) Payment will be made on linear measurement in ‘Metres’ corrected to


the nearest centimeter.

ii) Piping shall be measured along the centre line through all types of
fittings and flanges.

iii) Rates for painting of pipes shall be inclusive of painting of all types of
pipe supports, flanges, guides, shoes, saddles, clamps, corrosion pads
etc and also all types of fittings except valves (2" and above) which shall
be paid separately on number basis.

iv) There will be no separate measurements of the colour bands/


identification signs (line numbering), flow direction etc. on uninsulated
piping, the rates of painting of linear length of piping shall be inclusive of
cost of such items.

c) PAINTING ON STEEL STRUCTURE

i) Payment for steel structures shall be made on the basis of admissible


weight of structure painted.

ii) Welds, bolts, nuts, washers etc. shall not be measured and rates for
painting of structure shall be inclusive of painting such items.

9.0 PAINTING WORK UNDER INSULATION

a) EQUIPMENTS:
i) For Columns, vessels, reactors, Exchangers, furnaces, ejectors etc.,
measurement shall be on square meter basis taken over the painted
surface.

ii) For pumps, motors and compressors measurement shall be made on


number basis.

b) PIPING:
i) Payment will be made on linear measurement in ‘Metres’ corrected to
the nearest centimeter.

Engineers India Limited


Gurgaon

Page 131 of 1870


LPG import facilities Project SCC : Annexure-IV : Measurement of Work
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING

Job Number: A872 Sheet 9 of 11

ii) Piping shall be measured along the centre line through all types of
fittings and flanges.

iii) Rates for painting of pipes shall be inclusive of painting of all types of
pipe supports, flanges, guides, shoes, saddles, clamps, etc and also all
types of fittings except valves (2" and above) which shall be paid
separately on number basis.

iv) There will be no separate measurements of the colour bands/


identification signs (line numbering), flow direction etc. on un-insulated
piping, the rates of painting of linear length of piping shall be inclusive of
cost of such items.

10.0 INSULATION WORK ON PIPING / EQUIPMENT, ETC.

10.1 PIPING

Measurement of piping shall be taken/ considered along Curvilinear center lines


of pipe insulated and through all fittings which are insulated but excluding valves
(2" and above). Instruments and fittings which are insulated, measurements shall
be considered as under:

i) For all types of valves (2" and above), including control valves on which
removable box has been provided, payment shall be made per number. This
shall be including mating flanges on either side and proper body of valves/
control valves.

ii) For all type of flange assembly including orifice plate, payment shall be made
on number basis.

iii) For bends, additional measurement equivalent to single the length of


curvilinear center lines of bends shall be added to the respective size of piping.

iv) Reducers will be considered with larger diameter.

v) No extra payment shall be made for tees, branch connections and inspection
plugs and the rates quoted shall be inclusive of all these items. Branch
connections shall be measured from the outer surface of the header.

vi) No extra payment shall be made for vents, drains and instrument
connections having nozzles length upto 12". However, if the length of such
connections exceeds 300 mm the same will be paid as per piping
measurement in respective sizes.

vii) For all fittings measurement along curvature center line shall be considered.

viii) Steam/Refrigerent traced lines and untraced pipelines shall be normally


specified and measured separately. Steam/Refrigerent traced lines shall also
be normally specified and measured separately, according to the number of
tracers.

ix) For Steam/Refrigerent traced pipelines, which are specified and are
measured separately, only the diameter of the main pipelines (s) shall be
reckoned for measurement of insulation. No separate measurement shall be
made for the insulation of the steam tracer line (s) which shall be deemed to

Engineers India Limited


Gurgaon

Page 132 of 1870


LPG import facilities Project SCC : Annexure-IV : Measurement of Work
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING

Job Number: A872 Sheet 10 of 11

have been covered under the insulation of the main pipeline.

x) No extra payment shall be made for all types of valves of size 1½" and below
and these shall be considered as part of the piping Insulation work.

10.2 TANKS, COLUMNS, VESSELS, DRUMS, EXCHANGERS, AND MISC.


EQUIPMENTS:

Measurements shall be made over finished area of insulation. No deduction shall


be made for any area required to be left un-insulated, the area of which is
equivalent to a circle of 300mm in diameter or less.
All insulated nozzles/manholes shall be measured as given below:

i) All Piping Insulation, if the area of such nozzle is equivalent to a circle of


300mm in diameter or less. The area covered by such nozzle shall not be
deducted from the over all area of tank/column/vessel/exchanger/ equipment
insulation measurements

ii) If any nozzle/manhole, insulated is equivalent to a circle of over 300mm in


diameter, the area of such nozzle/manhole to be considered for
measurements shall be taken as twice the actual insulated area and paid for
as vessel insulation. The areas of tank/column/vessel/exchangers/
equipment, covered by such nozzle/manhole shall be excluded from
measurements.

iii) The area of standard dished ends of vessels, exchangers etc. shall be
considered as the square of the diameter of the insulated body of shell for
purpose of measurement. For flat ends actual area shall be considered for
payment. For removable boxes, if any, on exchangers no extra payment will be
made

iv) Insulated areas with different specification shall be measured separately, such
as:

- Roofs/tops of tanks considering them as flat surfaces.


- Sides of tanks and vessels where corrugated aluminium sheets are to be
used measurements being taken over the crest of corrugated sheets

- However, the quoted price shall be deemed to be on the above


considerations i.e. Roofs/Tops of tanks by using flat Aluminium sheet. No
additional payment shall be made for using corrugated Aluminium sheets
as per Technical Specification and the quoted rates shall be deemed to be
inclusive of it.

- For boxes or stiffener rings, area over two sides of boxes perpendicular to
the axis of the equipment shall be added to the area of equipment.

- For any other connected structure, if insulated, the measurement shall be


taken on actual area basis.

11.0 ELECTRICAL WORKS

Engineers India Limited


Gurgaon

Page 133 of 1870


LPG import facilities Project SCC : Annexure-IV : Measurement of Work
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING

Job Number: A872 Sheet 11 of 11

11.1 The measurement of works as mentioned in the relevant Technical/Standard


Specification shall be followed.

12.0 INSTRUMENTATION WORKS

12.1 The measurement of works as mentioned in the relevant Technical/Standard


Specification shall be followed.

Engineers India Limited


Gurgaon

Page 134 of 1870


LPG import facilities Project

Bharat Petroleum Corporation Limited
SCC : Annexure-V : Terms of Payment
ITEM RATE TENDER INSTALLATION WORKS 4.9 KM
Job Number: A872 Sheet 1 of 14

TERMS OF PAYMENT
[ANNEXURE-V TO SPECIAL CONDITIONS OF CONTRACT]

Page 1 of 14

Page 135 of 1870


LPG import facilities Project

Bharat Petroleum Corporation Limited
SCC : Annexure-V : Terms of Payment
ITEM RATE TENDER INSTALLATION WORKS 4.9 KM
Job Number: A872 Sheet 2 of 14

PAYMENT TERMS
1.0 MOBILIZATION ADVANCE
1.1 No mobilization advance shall be paid to the CONTRACTOR.
2.0 SECURED ADVANCE ON MATERIALS
2.1 No Secured Advance on materials shall be paid to the CONTRACTOR.
3.0 ON ACCOUNT PAYMENTS
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 as below:

S. NATURE OF PAYMENT TERMS


NO. WORK

1. CIVIL

1.1 Soil - 80% on completion of work on prorate basis as certified in monthly progress bill.
Investigation/
- 15% on submission of Final Documentation / Reports.
Geotechnical /
Topographical & - 5% on completion of all works in all respects and issuance of completion certificate.
route survey

1.2 Piling – - 95% on installation of individual Pile for full length.


Installation
- 05% on completion of all works in all respects and issuance of completion certificate.

1.3 Piling - testing - 95% on field testing and acceptance thereof.


- 05% on completion of all works in all respects and issuance of completion certificate.

1.4 U/G PIPING


Measurement in a. CARBON STEEL (PIPES – FREE ISSUE)
Running Meter - 30% on fabrication.
- 30% on NDT, Pre-testing, wrapping, coating.
- 20% on laying in position, welding, radiography etc.
- 15% after flushing, hydro-testing and back filling of trenches.
- 05% on completion of all works in all respects and issuance of completion certificate.

b. CARBON STEEL (CEMENT LINED) (PIPES – FREE ISSUE)


- 15% on completion of Cement lining and receipt of lined pipe at site.
- 20% on fabrication.
- 25% on NDT, Pre-testing, wrapping, coating.

Page 2 of 14

Page 136 of 1870


LPG import facilities Project

Bharat Petroleum Corporation Limited
SCC : Annexure-V : Terms of Payment
ITEM RATE TENDER INSTALLATION WORKS 4.9 KM
Job Number: A872 Sheet 3 of 14
S. NATURE OF PAYMENT TERMS
NO. WORK
- 20% on laying in position, welding, radiography etc.
- 15% after flushing, hydro-testing and back filling of trenches.
- 05% on completion of all works in all respects and issuance of completion certificate.

Note: Contractor shall submit the Bank Guarantee for an equivalent amount of Free
Issue Material taken outside the Project premises for cement lining purpose with validity
till receipt of materials at Project premises plus 03 Months claim period.

c. CARBON STEEL(PIPES – SUPPLIED BY CONTRACTOR)


- 50% on receipt and acceptance of pipes at site.
- 15% on fabrication.
- 10% on NDT, wrapping, coating.
- 15% on laying in position, welding, jointing, radiography etc.
- 05% after flushing, hydro-testing and back filling of trenches.
- 05% on completion of all works in all respects and issuance of completion certificate.

d. CARBON STEEL (CEMENT LINED) (PIPES – SUPPLIED BY


CONTRACTOR)
- 60% (#) on receipt and acceptance of Cement lined pipe at site.
- 10% on fabrication.
- 10% on NDT, wrapping, coating.
- 10% on laying in position, welding, jointing, radiography etc.
- 05% after flushing, hydro-testing and back filling of trenches.
- 05% on completion of all works in all respects and issuance of completion certificate.
## Further break up of payment schedule, if necessary, shall be recommended /
approved by Engineer-in-charge.

1.5 U/G PIPING CARBON STEEL(PIPES – FREE ISSUE)- Incase SOR items are in Inch dia
Measurement in (fabrication) and Inch meter (erection)
In-Dia & In- Fabrication (ID)
Meter
- 65% on welding of joints.
- 30% on radiography and other examinations, repair of welds, repeat radiography,
extensions and penalty shots, if any, making the spools ready for erection.
- 05% on completion of all works in all respects and issuance of completion certificate.

Erection (IM)
- 30% on pre-testing, coating & wrapping of prefabricated pipes.
- 45% on trenching, laying in position, field welding, jointing, radiography and ready for
hydrotesting.

Page 3 of 14

Page 137 of 1870


LPG import facilities Project

Bharat Petroleum Corporation Limited
SCC : Annexure-V : Terms of Payment
ITEM RATE TENDER INSTALLATION WORKS 4.9 KM
Job Number: A872 Sheet 4 of 14
S. NATURE OF PAYMENT TERMS
NO. WORK
- 20% on hydrotesting, drying, (if applicable) and backfilling of trenches.
- 05% on completion of all works in all respects and issuance of completion certificate.

1.6 Other Civil, - 95% on completion of work as certified in monthly progress bill.
Structural &
Architectural - 05% on completion of all works in all respects and issuance of completion certificate.
works

1.7 SPECIALS / - 85% after welding of joints & its acceptance.


MITRES for U/G
piping - 10% after completion of tests as per respective piping spec, wrapping/coating,
painting (as applicable).
- 05% on completion of all works in all respects and issuance of completion certificate.

2. STRUCTURAL STEEL WORKS

2.1 I. In case of Contractor supplied material.


a. FABRICATION AT SITE
- 05% on finalization of quantities, plan and submission of approved fabrication
drawings.
- 55% on receipt and acceptance of material at site.
- 20% on fabrication, surface preparation and application of primer coat.
- 15% on erection, alignment, welding, grouting etc.
- 05% on completion of all works in all respects and issuance of completion certificate.

b. FABRICATION AT YARD OUTSIDE PROJECT PREMISES


- 05% on finalization of quantities, plan and submission of approved fabrication
drawings.
- 55% on receipt and acceptance of material at contractor fabrication yard outside the
Project premises against Rolling Bank Guarantee for an equivalent amount of
materials at contractor’s shop with a validity till receipt of materials at Project
premises plus 03 Months claim period.
- 20% on fabrication, surface preparation and application of primer and receipt of
fabricated structures at site.
- 15% on erection, alignment, welding etc.
- 05% on completion of all works in all respects and issuance of completion certificate.

II. At issue rates (Chargeable basis)


- 05% on finalization of quantity, plan and submission of fabrication drawings.
- 75% on transportation of material from storage yard / stores points to fabrication yard
and fabrication surface preparation and application of primer coat.

Page 4 of 14

Page 138 of 1870


LPG import facilities Project

Bharat Petroleum Corporation Limited
SCC : Annexure-V : Terms of Payment
ITEM RATE TENDER INSTALLATION WORKS 4.9 KM
Job Number: A872 Sheet 5 of 14
S. NATURE OF PAYMENT TERMS
NO. WORK
- 15% on erection, alignment, welding/grouting etc.
- 05% on completion of all works in all respects and issuance of completion certificate.

III. Free Issue


- 05% on finalization of quantity, plan and submission of fabrication drawings.
- 50% on transportation from storage yard / stores points to fabrication yard,
fabrication, surface preparation and application of primer coat.
- 40% on erection, alignment, welding/grouting etc.
- 05% on completion of all works in all respects and issuance of completion certificate.

2.2 Precast - 60% on completion of casting work duly certified by Engineer-in- charge.
concrete Item/
- 35% on completion of erection, alignment, leveling etc.
Block
- 05% on completion of all works in all respects and issuance of completion certificate.
(Contractor
supplied
material)

2.3 Precast - 50% on completion of casting work duly certified by Engineer-in- charge.
concrete Item/
- 45% on completion of erection, alignment, leveling etc.
Block
- 05% on completion of all works in all respects and issuance of completion certificate.
(Cement Free
issue material)

2.4 Structural Steel - 55% after completion of touch up/repair of primer and intermediate coat/coats.
Painting Works
- 40% after completion of final coat
- 05% on completion of all works in all respects and issuance of completion certificate.

3. MECHANICAL WORKS

3.1 Above Ground a) Fabrication & Erection of Piping


Piping Works
- 45% after fabrication including NDT, as applicable.
- 30% after site erection, field welding, radiographic and other examination.
(Pipes, Valves,
- 10% after providing supports, alignment, providing vents, drains.
Orifice plates -
Free issue) - 08% after flushing, testing, draining and drying.
- 02% after mechanical completion.
- 05% on completion of all works in all respects and issuance of completion certificate.

b) Erection of Valves, Orifice Plates


- 85% after transportation and erection.
- 08% after flushing and testing.

Page 5 of 14

Page 139 of 1870


LPG import facilities Project

Bharat Petroleum Corporation Limited
SCC : Annexure-V : Terms of Payment
ITEM RATE TENDER INSTALLATION WORKS 4.9 KM
Job Number: A872 Sheet 6 of 14
S. NATURE OF PAYMENT TERMS
NO. WORK
- 02% after mechanical completion
- 05% on completion of all works in all respects and issuance of completion certificate.

3.2 Piping Works- a) Fabrication & Erection of Piping


fabrication at
- 50% after receipt and acceptance of material at site.
site
- 20% on fabrication including NDT, as applicable.
(Pipe, Valves -
Supplied by - 15% after site erection, field welding, radiographic and other examination.
Contractor)
- 05% after providing supports, alignment, providing vents, drains
- 03% after flushing, testing, draining and drying.
- 02% after mechanical completion
- 05% on completion of all works in all respects and issuance of completion certificate.

b) Fabrication and Erection of Valves


- 70% after receipt and acceptance of material at site.
- 15% after erection, welding, radiographic and other examination.
- 08% after hydro-testing and final approval.
- 02% after mechanical completion.
- 05% on completion of all works in all respects and issuance of completion certificate.

3.3 Piping Works- a) Fabrication & Erection of Piping


fabrication at
yard outside the - 50% after receipt and acceptance of material at contractor fabrication yard outside
project the Project premises against Rolling Bank Guarantee for an equivalent amount of
premises materials at contractor’s shop with a validity till receipt of materials at Project
premises plus 03 Months claim period.
(Pipe, Valves –
Supplied by - 20% on fabrication including NDT, as applicable, and receipt of fabricated Piping at
Contractor) site.
- 15% after site erection, field welding, radiographic and other examination.
- 05% after providing supports, alignment, providing vents, drains
- 03% after flushing, testing, draining and drying.
- 02% after mechanical completion
- 05% on completion of all works in all respects and issuance of completion certificate.

3.4 Fabrication of - 85% after welding of joints & its acceptance.


respective
piping items in - 08% after completion of tests as per respective piping spec.
Inch Dia - 02% after mechanical completion
(Free issue
materials) - 05% on completion of all works in all respects and issuance of completion certificate.

3.5 Erection of - 75% after site erection, field welding, radiographic and other examination.
piping items to
be paid in IM - 10% after providing support, alignment, providing vents, drains etc.
basis
Page 6 of 14

Page 140 of 1870


LPG import facilities Project

Bharat Petroleum Corporation Limited
SCC : Annexure-V : Terms of Payment
ITEM RATE TENDER INSTALLATION WORKS 4.9 KM
Job Number: A872 Sheet 7 of 14
S. NATURE OF PAYMENT TERMS
NO. WORK
(fabricated in - 08% after flushing, testing, draining and drying.
Inch dia as
- 02% after mechanical completion.
above)
- 05% on completion of all works in all respects and issuance of completion certificate.

3.6 SPECIALS / - 85% after welding of joints & its acceptance.


MITRES for A/G
piping - 08% after completion of tests as per respective piping spec, application of shop
primer etc.
- 02% after mechanical completion
- 05% on completion of all works in all respects and issuance of completion certificate.

3.7 Platform, I. In case of Contractor supplied material.


Ladder
a. FABRICATION AT SITE
- 50% on receipt and acceptance of material at site.
- 30% on fabrication, surface preparation and application of primer.
- 15% on erection, aligning and welding.
- 05% on completion of all works in all respects and issuance of completion certificate.

b. FABRICATION AT YARD OUTSIDE PROJECT PREMISES / VENDOR’S SHOP


- 50% on receipt and acceptance of material at contractor fabrication yard outside the
Project premises against Rolling Bank Guarantee for an equivalent amount of
materials at contractor shop with validity till receipt of materials at Project premises
plus 03 Months claim period.
- 30% on fabrication, surface preparation and application of primer and receipt of
fabricated material at site.
- 15% on erection, alignment, welding etc.
- 05% on completion of all works in all respects and issuance of completion certificate.
II. At issue rates (Chargeable basis)
- 80% on transportation of material from storage yard / stores points to fabrication
yard, fabrication, surface preparation and application of primer coat.
- 15% on erection, alignment, welding etc.
- 05% on completion of all works in all respects and issuance of completion certificate.
III. Free Issue
- 65% on transportation from storage yard / stores points to fabrication yard,
fabrication, surface preparation and application of primer coat.
- 30% on erection, alignment, welding etc.
- 05% on completion of all works in all respects and issuance of completion certificate.

3.8 Hand Railing I. In case of Contractor supplied material.


a. FABRICATION AT SITE

Page 7 of 14

Page 141 of 1870


LPG import facilities Project

Bharat Petroleum Corporation Limited
SCC : Annexure-V : Terms of Payment
ITEM RATE TENDER INSTALLATION WORKS 4.9 KM
Job Number: A872 Sheet 8 of 14
S. NATURE OF PAYMENT TERMS
NO. WORK
- 50% on receipt and acceptance of material at site.
- 20% on fabrication, surface preparation and application of primer and galvanizing (if
applicable )
- 15% on erection, aligning and welding.
- 10% after completion of completion of final painting.
- 05% on completion of all works in all respects and issuance of completion certificate.
II. At issue rates (Chargeable basis)
- 70% on transportation of material from storage yard / stores points to fabrication
yard, fabrication, surface preparation and application of primer coat ,galvanizing and
painting (if applicable)
- 15% on erection, alignment, welding etc.
- 10% after completion of completion of final painting.
- 05% on completion of all works in all respects and issuance of completion certificate.
III. Free Issue
- 65% on transportation from storage yard / stores points to fabrication yard,
fabrication, surface preparation and application of primer coat galvanizing and
painting (if applicable)
- 15% on erection, alignment, welding etc.
- 15% after completion of completion of final painting.
- 05% on completion of all works in all respects and issuance of completion certificate.

3.9 Gratings Contractor supplied gratings (Grating Fabricated outside refinery).


- 50% on receipt and acceptance of material at contractor fabrication yard outside the
Project premises against Rolling Bank Guarantee for an equivalent amount of
materials at contractor’s shop with a validity till receipt of materials at Project
premises plus 03 Months claim period.
- 30% on receipt of finished gratings at site.
- 15% on erection, aligning, welding and completion of final painting or touchup as
applicable.
- 05% on completion of all works in all respects and issuance of completion certificate.

3.10 NDT (i.e - 95% on submission of reports and acceptance thereof.


Radiography,
- 05% on completion of all works in all respects and issuance of completion certificate.
UT, MPT/DPT
etc.)

3.11 Stress Relieving - 95% after successful completion of stress relieving.


- 05% on completion of all works in all respects and issuance of completion certificate.

3.12 Painting - 30% on surface preparation and primer painting at shop / fabrication yard.
- 65% on completion of final painting.

Page 8 of 14

Page 142 of 1870


LPG import facilities Project

Bharat Petroleum Corporation Limited
SCC : Annexure-V : Terms of Payment
ITEM RATE TENDER INSTALLATION WORKS 4.9 KM
Job Number: A872 Sheet 9 of 14
S. NATURE OF PAYMENT TERMS
NO. WORK
- 05% on completion of all works in all respects and issuance of completion certificate.

3.13 Equipment a) Column, Vessels, Filters, Ejectors etc.


- 65% {Note 1} after transportation from stores / storage points to erection site and
erection on foundation.
- 25% after alignment and grouting.
- 03% after cleaning, box up of manholes, providing all instruments/ auxiliary of fit ups
and making ready for startup.
- 02% after mechanical completion
- 05% on completion of all works in all respects and issuance of completion certificate.
{Note 1}:
For Heavy lift equipments, this milestone payment shall be divided in two milestone
payments in case of the item is on lump-sum basis:
- 20% on mobilization of required capacity crane at site.
- 45% after transportation from stores / storage points to erection site and erection on
foundation.

b) Trays and Internals


- 95% after transportation from stores / storage points to erection site, cleaning,
placing, bolting/welding, testing within equipment, testing and inspection.
- 05% on completion of all works in all respects and issuance of completion certificate.

c) Heat Exchangers
- 65% after transportation from stores / storage points to erection site and erection.
- 20% after alignment and grouting.
- 08% after completion of flushing, draining, drying.
- 02% after mechanical completion
- 05% on completion of all works in all respects and issuance of completion certificate.

d) Testing of Heat exchangers


- 70% after testing.
- 23% after completion of flushing, draining, drying by compressed air.
- 02% after mechanical completion
- 05% after completion of all works in all respects and issuance of completion
certificate.

e) Machineries (Compressors, Pumps & Misc.)


- 45% after transportation from stores / storage points to erection site and placing in
position.

Page 9 of 14

Page 143 of 1870


LPG import facilities Project

Bharat Petroleum Corporation Limited
SCC : Annexure-V : Terms of Payment
ITEM RATE TENDER INSTALLATION WORKS 4.9 KM
Job Number: A872 Sheet 10 of 14
S. NATURE OF PAYMENT TERMS
NO. WORK
- 30% after initial alignment, leveling and grouting.
- 18% after final alignment, shaft alignment after pipe hook-up, dowelling, initial fill of
lubricants, mounting of accessories and completion of piping.
- 02% after mechanical completion.
- 05% on completion of all works in all respects and issuance of completion certificate.

4. ELECTRICAL WORK

4.1 For Supply - 95% on receipt and acceptance of material at site.


Items
- 05% on completion of all works in all respects and issuance of completion certificate.

4.2 For Erection - 80% on completion of erection / installation.


Items
- 15% on testing and acceptance.
- 05% on completion of all works in all respects and issuance of completion certificate.

4.3 For Items - 65% on receipt and acceptance of material at site.


involving both
- 20% after erection /installation.
Supply &
Erection - 10% after testing and acceptance.
- 05% on completion of all works in all respects and issuance of completion certificate.

5. INSTRUMENTATION

5.1 For Supply - 93% on receipt and acceptance of material at site.


Items
- 02% after mechanical completion
- 05% on completion of all works in all respects and issuance of completion certificate.

5.2 For Erection a. Items not requiring loop checking


/Installation
- 93% on completion of erection / installation and testing.
Items
- 02% after mechanical completion
- 05% on completion of all works in all respects and issuance of completion certificate.

b. Items requiring loop checking


- 60% on completion of erection / installation.
- 33% on testing and loop checking.
- 02% after mechanical completion
- 05% on completion of all works in all respects and issuance of completion certificate.

5.3 For Items with a.


supply and
- 65% on receipt and acceptance of materials at site.
erection /

Page 10 of 14

Page 144 of 1870


LPG import facilities Project

Bharat Petroleum Corporation Limited
SCC : Annexure-V : Terms of Payment
ITEM RATE TENDER INSTALLATION WORKS 4.9 KM
Job Number: A872 Sheet 11 of 14
S. NATURE OF PAYMENT TERMS
NO. WORK
installation - 28% on completion of erection / installation and testing.
- 02% after mechanical completion
- 05% on completion of all works in all respects and issuance of completion certificate.

b. Items requiring loop checking


- 60% on receipt and acceptance of materials at site
- 20% on completion of erection / installation.
- 13% on testing and loop checking.
- 02% after mechanical completion.
- 05% on completion of all works in all respects and issuance of completion certificate.

5.4 Ducts, Trays - 65% after receipt and acceptance of fabricated materials (Ducts / Trays) at site.
and Other
- 25% after erection.
Fabricated
Materials - 03% after welding and final painting, if any.
(Supply in - 02% after mechanical completion.
Contractor’s
scope) - 05% on completion of all works in all respects and issuance of completion certificate.

5.5 Calibrations
Main
- 80% after calibration.
Instruments
- 13% after completion of recalibration during loop test, if any.
- 02% after mechanical completion
- 05% on completion of all works in all respects and issuance of completion certificate.

5.6 Miscellaneous - 95% on completion of work on pro-rata basis as certified in monthly progress bill.
Works
- 05% on completion of all works in all respects and issuance of completion certificate.

6. Laying of Pipeline and Associated Works (On Shore)


Laying of
6.1
Pipeline and
Associated PIPELINE LAYING:
Works (On
Shore) Free issue:
- 10% on carrying out Route Survey, clearing and Grading, trenching by Excavation /
Blasting.
- 25% on Stringing, Mainline welding and NDT.
- 20% on Joint coating, Lowering and laying of HDPE duct.

Page 11 of 14

Page 145 of 1870


LPG import facilities Project

Bharat Petroleum Corporation Limited
SCC : Annexure-V : Terms of Payment
ITEM RATE TENDER INSTALLATION WORKS 4.9 KM
Job Number: A872 Sheet 12 of 14
S. NATURE OF PAYMENT TERMS
NO. WORK
- 10% on completion of tie-ins, back filling.
- 15% on hydro testing.
- 10% on dewatering, swabbing, magnetic cleaning plus electronic geometry pigging.
- 05% on completion of restoration and marker installation.
- 05% on completion of all works in all respects and issuance of completion certificate.

The above payments shall be made subject to the following:


a. For the purpose of payments of 20% on account of lowering and laying of HDPE
duct, a minimum continuous stretch of 4 KMs or 5% of spread length whichever is
lower, will be considered except for discontinuities on account of listed crossings.
b. The payment of 10% on tie in and backfilling will be released on completion of
continuous stretch of 10 KMs or 10% of spread length whichever is lower.
c. (a) and (b) is not applicable in case of city areas and where continuous ROU stretch
is not released.
d. For discontinuity on account of major crossings specified in SOR (being paid
separately as SOR item) crossing length shall not be taken into account for (a) and
(b) above for payment purposes.
e. All crossings, i.e, Creek, Railway, Road,Horrizontal Directional Drilling and River
crossings which are not separately listed in SOR items shall be paid on the basis of
linear pipeline length laid.

.
OPTICAL FIBRE CABLE / HDPE (Supply)
- 85% on receipt and acceptance of material at Project site / yard.
- 10% on Testing after laying as per specification.
- 05% on completion of all works in all respects and issuance of completion certificate.

Installation of OFC
- 60% on completion of laying / blowing of OFC through HDPE duct layed in the same
Pipeline Trench.
- 15% on Supply & Erection of Jointing Pit, Jointing of OFC as per Specification.
- 20% on OFC Testing as per specification.
- 05% on completion of all works in all respects and issuance of completion certificate.

HDD WORKS
- 05 % on carrying out Geotechnical Survey and design Approval.
- 35% on string preparation, NDT clearance, pre testing and Joint coating.
- 40 % on Pulling of string.

Page 12 of 14

Page 146 of 1870


LPG import facilities Project

Bharat Petroleum Corporation Limited
SCC : Annexure-V : Terms of Payment
ITEM RATE TENDER INSTALLATION WORKS 4.9 KM
Job Number: A872 Sheet 13 of 14
S. NATURE OF PAYMENT TERMS
NO. WORK
- 10% on Post testing, Tie in and backfilling.
- 05% on Restoration including bentonite disposal and obtaining NOC
- 05% on completion of all works in all respects and issuance of completion certificate.

STATION WORKS (Receipt / despatch terminals) –


APPROPRIATE TERMS OF PAYMENT FOR VARIOUS ITEMS OF WORKS (CIVIL,
STRUCTURAL, MECHANICAL, ELECTRICAL, INSTRUMENTATION etc.) SHALL BE
SELECTED FROM THE PAYMENT TERMS SPECIFIED FOR ITEM RATE TENDERS

TEMPORARY CATHODIC PROTECTION / PERMANENT CATHODIC PROTECTION


WORKS
The payment for Temporary Cathodic Protection System shall be made based on the actual
measurement of Pipeline in KM protected. The lump sum price for Temporary & Permanent
Cathodic Protection system shall be considered and payable on prorate basis as per the
following break-up:
a) 05% on approval of design Document.
b) 50% on receipt and acceptance of material at sites.
c) 20 % on installation of the system progressively.
d) 20 % on testing and commissioning of CP system.
e) 05% on completion of all works in all respects and issuance of completion certificate.
Note: Payment against (d) in case of Permanent Cathodic Protection shall include
Post commissioning survey (DCVG/CAT/CIPL – as applicable) and interference
mitigation.

6.2 COATING AND


TRANSPORTATI - 95% prorate payment along with taxes & duties after receipt of coated/bare pipes at
ON OF BARE / dumpsite including repair charges and transportation charges for both bare / coated
COATED PIPES pipes. 
(AS
APPLICABLE) - 05% on completion of all works in all respects and issuance of completion certificate.

DUMPSITE - 95% payment after development of dumpsite for receipt of pipes as per
6.3
DEVELPMENT specifications.
- 05% on completion of all works in all respects and issuance of completion certificate.

DUMPSITE
6.4 - 85% on completion of work on pro-rata basis as certified in monthly progress bill.
MANAGEMENT
- 10% on restoration and obtaining NOC from land owner.
- 05% on completion of all works in all respects and issuance of completion certificate.

7. Miscellaneous - 95% on completion of work as certified in monthly progress bill.


Works
- 05% on completion of all works in all respects and issuance of completion certificate.

Page 13 of 14

Page 147 of 1870


LPG import facilities Project

Bharat Petroleum Corporation Limited
SCC : Annexure-V : Terms of Payment
ITEM RATE TENDER INSTALLATION WORKS 4.9 KM
Job Number: A872 Sheet 14 of 14
S. NATURE OF PAYMENT TERMS
NO. WORK

8. For Lumpsum - 95% on completion of total work in all respects. ( For all lumpsum item included in
Rate Item Schedule of Rate, Contractor shall furnish price breakup for quoted lumpsum prices
for the approval of Engineer-in-Charge. Progressive payment for such items shall be
made accordingly. In this regard decision of Engineer-in- Charge shall be final and
binding to the Contractor.)
- 05% on completion of all works in all respects and issuance of completion certificate.

NOTE:
1. The above payment terms commensurate with the work executed.
2. The above progress payments are subject to deductions towards income tax and other
deductions as applicable as per terms of the Contract.

3. Withholding Tax at the prevailing rate shall be deducted as per the Indian Income Tax
Act. TDS certificate shall be issued by the Owner.

4. Wherever milestone payment is linked with sub ordering, Engineer-in-charge shall ensure
that the total quantity against which the payment is released towards supply shall not
exceed the final installed quantity of the item.

5. Wherever milestone payment has been recommended on receipt and acceptance of


material, the same shall be released against “Incoming Material Inspection Report”
issued by EIL. Engineer-in-shall release the progressive payment towards supply in such
a way ensuring that the total quantity against which the payment is released towards
supply shall not exceed the final installed quantity of the item.

Page 14 of 14

Page 148 of 1870


LPG import facilities Project SCC : Annexure-VI : Minimum Equipment, Tools & Tackles
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT
BUILDINGS
Job Number: A872 Sheet 1 of 3

MINIMUM EQUIPMENT, TOOLS & TACKLES


[ANNEXURE - VI TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 149 of 1870


LPG import facilities Project MINIMUM EQUIPMENT, TOOLS & TACKLES

Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS-
TERMINAL.
Job Number: A872 Sheet 1 of 3

MINIMUM EQUIPMENT, TOOLS & TACKLES

Engineers India Limited


Gurgaon

Page 150 of 1870


LPG import facilities Project MINIMUM EQUIPMENT, TOOLS & TACKLES

Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS-
TERMINAL.
Job Number: A872 Sheet 2 of 3
KEY CONSTRUCTION EQUIPMENTS TO BE MOBILIZED BY THE CONTRACTOR
DURING EXECUTION OF CIVIL WORKS FOR BALANCE CIVIL WORKS FOR PLANT
AND NON PLANT BUILDINGS-TERMINAL. – TERMINAL OF LPG IMPORT
FACILITY PROJECT OF M/s BPCL, HALDIA

(BIDDING DOC. NO. A872-030-41-CI-T-9514)


SL. EQUIPMENT DESCRIPTION CAPACITY REQUIREMENT
NO. DURING CONSTN
1. HYDRAULIC CRANE (MODEL NO: TRX Series- K10,F15 TRX 10-18 MT 2
1651, TRXS 2319 , MAC 1214, FX 120, FX150, 15XWE, 15XWF
Rhino110 FC) WITH AUDIO-VISUAL SIGNALLING DEVICES
AND LIMIT SWITHES
2. HYDRAULIC EXCAVATOR WITH REVERSE HORN AND 0.7 M3 1
REAR LIGHT/MIRROR
3. HYDRAULIC EXCAVATOR WITH REVERSE HORN AND 0.3 M3 1
REAR LIGHT/MIRROR
4. DUMPER 2
5. TRACTOR WITH TRAILER FOR TRANSPORTING AND 3
UNLOADING FACILITY
6. BOOM LIFT 1
7. VIBRO / ROAD ROLLER 8-10 TON 1
8. READY MIXED CONCRETE (RMC) PLANT/ SUPPLIER 10-15 M3/ HR 1
9. BAR CUTTING AND BENDING MACHINE 2
10. MIXER MACHINE WITH WEIGH BATCHER (FOR BRICK 4
WORK & PLASTER WORK)
11. NEEDLE VIBRATORS 8
12. WATER TANKERS 3
13. THEODOLITE/TOTAL STATION 1 SEC 1
14. AUTO LEVEL 2
15. WELDING MACHINE 4
16. GRINDING MACHINE 2
17. GAS CUTTING SET 2
18. DG SET 25-65 KVA AS REQUIRED
19. CONCRETE PUMP AS REQUIRED
20. AIR COMPRESSOR 250-300 CFM 1
21. TOOLS AND TACKLES FOR PAINTING AS PER SCHEDULE AS REQUIRED
OF QUANTITIES (SOQ)
22. ELCO METER 1
23. JACK HAMMER 4
24. PLATE COMPACTOR 3
25. DEWATERING PUMPS 5 HP 2
26. TOOLS AND TACKLES FOR FIXING MECHANICAL AS REQUIRED
ANCHOR FASTNER / CHEMICAL ANCHOR FASTNER
27. TOOLS AND TACKLES FOR ROOFING WORK AS REQUIRED
28. TOOLS AND TACKLES FOR FIXING ROOFING AND AS REQUIRED
CLADDING WORK AS PER SOQ
29. TOOLS & TACKLES FOR FALSE CEILING, FALSE AS REQUIRED
FLOORING, UNDER DECK INSULATION AND
PARTITIONING AS PER SOQ
30. TOOLS AND TACKLES FOR ANTITERMITE TREATMENT AS REQUIRED
31. TOOLS AND TACKLES FOR APP MODIFIED WATER AS REQUIRED
PROOFING

Page 2 of 3

Page 151 of 1870


LPG import facilities Project MINIMUM EQUIPMENT, TOOLS & TACKLES

Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS-
TERMINAL.
Job Number: A872 Sheet 3 of 3
32. TOOLS AND TACKLES FOR VACUUM DEWATERING AS REQUIRED
CONCRETE AS PER SOQ
33. TOOLS AND TACKLES FOR SHORING AND STRUTTING AS REQUIRED
34. TOOLS AND TACKLES FOR FIXING TRANSFORMER GATE AS REQUIRED
AND FENCING AS PER SOQ
35. TOOLS AND TACKLES FOR JOINTING OF HDPE & PPR PIPE AS REQUIRED
AS PER SOQ
36. TOOLS AND TACKLES FOR LAYING OF GEOGRID AS REQUIRED
SS40/EQUIVALENT AS PER SOQ
37. 3 TERMINAL EARTH TESTER 1
38. DIGITAL MULTIMETER 2
39. TONG TESTER 0-300AMP 1
40. LUX METER 1
41. MANUAL/ HYDRAULIC CRIMPING TOOL 1 SET EACH
42. LEAKAGE CURRENT DETECTOR 1
43. PORTABLE DRILL M/C & HOLE CUTTER 1
44. MEGGER 500V, 1000V 1 EACH
45. EARTH DISCHARGE ROD 1
46. INSTRUMENTATION TOOL KIT AS REQUIRED
47. ELECTRICIAN TOOL KIT AS REQUIRED
48. LABORATORY EQPTS AS REQUIRED

NOTES:

1. The details are of key construction equipments in good working condition, required to be mobilized by
the Contractor, to complete the work within the schedule. The actual deployment schedule of
Construction Equipments shall be approved by Engineer-in-charge. Contractor shall augment the above
list with additional numbers/categories of equipments, tools & tackles, as required and directed by
Engineer-In charge to complete the work within the completion time schedule and quoted price.

2. Contractor to confirm that the above key equipments are available with him in good working condition
and shall be timely mobilized on this project site. Contractor has the option to hire some of these
equipments form equipment-hiring agencies also.

3. Owner/EIL reserves the right to physically check & verify the availability of these equipments prior to
award of work.

4. Contractor shall replace any defective/damaged equipment promptly to complete the work without any
time & cost implication to the Owner/EIL.

5. Instruments (as applicable) to be made available with valid calibration certificate, issued by NABL
accredited laboratory.

(STAMP & SIGNATURE OF BIDDER)

Page 3 of 3

Page 152 of 1870


LPG import facilities Project SCC: Annexure-VII : Min. Key Constr. Manpower
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS
Job Number: A872 Sheet 1 of 2

MINIMUM KEY CONSTRUCTION MANPOWER


[ANNEXURE - VII TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 153 of 1870


LPG import facilities Project Minimum Key Construction Manpower
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS-
TERMINAL.

Job Number: A872 Sheet 1 of 2

MINIMUM KEY CONSTRUCTION MANPOWER

Engineers India Limited


Gurgaon

Page 154 of 1870


LPG import facilities Project Minimum Key Construction Manpower
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS-
TERMINAL.

Job Number: A872 Sheet 2 of 2


KEY CONSTRUCTION MANPOWER TO BE DEPLOYED BY THE CONTRACTOR
DURING EXECUTION OF BALANCE CIVIL WORKS FOR PLANT AND NON PLANT
BUILDINGS-TERMINAL– TERMINAL OF LPG IMPORT FACILITY PROJECT OF
M/s BPCL, HALDIA

(BIDDING DOC. NO. A872-030-41-CI-T-9514)


S. DESCRIPTION NOS.
NO.
1. RCM/ SITE-IN-CHARGE 1
2. LEAD DISCIPLINE ENGINEER

- CIVIL & STRUCTURAL 1


- ELECTRICAL 1
3. LEAD QA/QC ENGINEER 1
4. LEAD PLANNING ENGINEER 1
5. SAFETY OFFICER, SUPERVISOR, ETC AS PER HSE SPEC (6-82-0001)
6. W/H IN-CHARGE/ MATERIALS MANAGER 1
7. QUANTITY SURVEYOR 1
8. DISCIPLINE ENGINEERS/ SUPERVISORS
- CIVIL & STRUCTURAL 3+6
- MECHNICAL/ WELDING & NDT ENGINEER 1
- ELECTRICAL 1+2
- INSTRUMENTATION 1

NOTES:

1) The details are of key construction manpower required to be mobilized by the contractor to
complete the work within schedule. Contractor is required to augment the above list with
additional numbers/categories of personnel as required and 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 & having adequate
relevant experience, as specified in document No. 7-82-0003 enclosed elsewhere 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.

- ELECTRICAL ENGINEER
- SAFETY (STAMP & SIGNATURE OF BIDDER)
- PLANNING ENGINEER
- QA/QC ENGINEER

- ELECTRICAL ENGINEER
- SAFETY
- PLANNING ENGINEER
Page 2 of 2
- QA/QC ENGINEER

Page 155 of 1870


LPG import facilities Project Annexure-VIII to SCC: QS
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job Number: A872

QUALIFICATION AN EXPERIENCE OF
KEY SUERVISORY PERSONNEL

[ANNEXURE - VIII TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


Gurgaon

Page 156 of 1870


QUALIFICATION & EXPERIENCE STANDARD No.
fry NGINEERS REQUIREMENT OF KEY CONSTRUCTION 7-82-0003 Rev. 0
INDIAA LIMITED PERSONNEL AND PENALTY FOR THEIR
(A Govt of India Undertaking)

NON-MOBILIZATION Page 1 of 5

Infer Wgrur chliA4 31-4Wa


d vi 3Tra 311-{ amit-n rr-{

QUALIFICATION & EXPERIENCE


REQUIREMENT OF KEY CONSTRUCTION
PERSONNEL AND PENALTY FOR THEIR NON-
MOBILIZATION

0 12.06.2015 Issued as Standard RK MD SC


Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 157 of 1870


QUALIFICATION & EXPERIENCE STANDARD No.
k31'=1 ENGINEERS
Og aiElf5reg INDIA LIMITED
REQUIREMENT OF KEY CONSTRUCTION
7-82-0003 Rev. 0
(viwn rirave maJoura) (A Govt. India Undertaking)
PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION Page 2 of 5

Abbreviations:

CV : Curriculum Vitae
EPC : Engineering, Procurement & Construction
EPCC : Engineering, Procurement, Construction & Commissioning
ISO : International Organization for Standardization
NDT : Non Destructive Testing
QA/QC : Quality Assurance /Quality Control
RT : Radiography Testing
UT Ultrasonic Testing

Construction Standards Committee

Convenor: Sh. M Deshpande, ED (Construction)

Members: Sh. S N Bhatnagar, GM (Construction)


Sh. Rakesh Nanda, GM (Piping)
Sh. Rajeev Jain, DGM, (C&P)
Sh. Janak Kishore , DGM (Projects)
Sh. Ravindra Kumar, AGM (Construction)
Sh. D Jana, AGM (Construction)

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 158 of 1870


QUALIFICATION & EXPERIENCE STANDARD No.
t31
9-ae..1e-IMENGINEERS REQUIREMENT OF KEY CONSTRUCTION
III ttileg 4110"; INDIA LIMITED 7-82-0003 Rev. 0
GON of Intim undertaking)
PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION Page 3 of 5

CONTENTS

1. QUALIFICATION & EXPERIENCE (POST QUALIFICATION) 4

2. PENALTY FOR NON - MOBILIZATION OF KEY CONSTRUCTION PERSONNEL 5

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 159 of 1870


QUALIFICATION & EXPERIENCE STANDARD No.
0-11aeleiffAH ENGINEERS
-
REQUIREMENT OF KEY CONSTRUCTION
Et5leg 1410 INDIA LIMITED 7-82-0003 Rev. 0
(A Govt of India Undertaking)
PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION Page 4 of 5

1. QUALIFICATION & EXPERIENCE (POST QUALIFICATION)

CATEGORY QUALIFICATION & EXPERIENCE (POST QUALIFICATION) REQUIRED


Degree or Diploma in Engineering with minimum following relevant experience in
construction:
Resident Construction
Manager/ Resident Contract value (Rs) --• < 5 Cr. works 5-20 Cr. works > 20 Cr. works
Engineer/Site-In-Charge
Degree holders 5 yrs 10 yrs 15 yrs
Diploma holders 8 yrs 13 yrs 20 yrs
Degree or Diploma in relevant Engineering discipline with following minimum experience in
Construction:
Lead Discipline Engineer
(Mechanical, Civil, Electrical, Contract value (Rs) • < 20 Cr. works > 20 Cr. works
Instrumentation) Degree holders 5 yrs 10 yrs

Diploma holders 8 yrs 13 yrs


Degree or Diploma in Mechanical Engineering/ Metallurgy with the following experience in
Welding & NDT (Non Destructive Testing) and possessing valid Level-II certificate in the
relevant NDT methodology (RT/UT)
Lead Welding/
Contract value (Rs) • < 20 Cr. Works > 20 Cr. Works
NDT Engineer
Degree holders 5 yrs 10 yrs
Diploma holders 8 yrs 13 yrs
Degree in Engineering with following experience (refer Note also):
Contract value (Rs) lo < 20 Cr. Works > 20 Cr. Works
Lead QA/QC Engineer
5 yrs of construction 10 yrs of construction
Experience experience of which 2 years in experience of which 3 years
QA/QC in QA/QC.
Degree in Engineering with following experience in Planning & Scheduling:

Lead Planning Engineer Contract value (Rs) < 20 Cr. works


_ > 20 Cr. works

Experience 5 yrs. 8 yrs.

Safety Officer/ Supervisor As per specification for HSE Management at construction sites enclosed elsewhere in the bid.

Diploma in Engineering or Diploma in Materials Management or Graduate in any stream with


min. following experience in Warehousing/ Stores Management:
Warehouse- In- Charge/
Materials Manager Contract value (Rs) < 20 Cr. works
_ > 20 Cr. works

Experience 5 yrs. 10 yrs.


Degree or Diploma in Engineering with minimum following experience in quantity
estimation, field measuremen , rate analysis, bill preparation etc. in Construction field:

Quantity Surveyor Contract value (Rs) • < 20 Cr. works > 20 Cr. works
Degree holders 2 yrs. 5 yrs.
Diploma holders 5 yrs. 10 yrs.

Discipline Engineer (Including Degree in relevant Engineering Discipline with minimum 2 years of relevant experience in
construction or Diploma in relevant Engineering Discipline with minimum 4 years of relevant
welding/ NDT, QA/QC and
Planning) experience in Construction. Welding /NDT engineer shall possess valid Level-II certificate in
the relevant NDT methodology (RT/UT)

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 160 of 1870


QUALIFICATION & EXPERIENCE STANDARD No.
1f kit ENGINEERS REQUIREMENT OF KEY CONSTRUCTION
Sift!' kiltift INDIA LIMITED 7-82-0003 Rev. 0
1.1P,1 eircnie ANOITA) (A Govt of lode Undertaking)
PERSONNEL AND PENALTY FOR THEIR
NON-MOBILIZATION Page 5 of 5

Notes: (for Table on previous page)

1. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 20 crores, the
Lead QA/QC Engineer shall be a qualified internal auditor for ISO 9001.
2. CVs of key construction personnel 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.

2. PENALTY FOR NON - MOBILIZATION OF KEY CONSTRUCTION PERSONNEL

Penalty for non-mobilization per day per person after the contractual mobilisation period /
mobilisation schedule agreed during Kick off Meeting / jointly agreed between contractor
and PMC / owner based on front availability etc.

- Rs. 5000/- for Resident Construction Manager/ Resident Engineer/ Site-in-Charge;

- Rs. 3000/- for Lead QA/QC Engineer, Lead Planning Engineer, Warehouse In-charge Lead
Discipline Engineer, Lead Welding/ NDT Engineer and the Quantity Surveyor

- Safety Officer (As per HSE Specification)

Notes: (for Penalty clauses)


a) All intervening off days (Sundays etc.) and holidays will be counted for levy of penalty
b) Mobilised personnel shall not be demobilised till contractual completion or based on consent
of Engineer-in-Charge else penalties as above shall be applied.
c) Total of above penalties shall not exceed 3% of the contract value.
d) The above penalties are over & above all other contractual provisions with respect to
penalties.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 161 of 1870


LPG import facilities Project Annexure-IX to SCC: QMS
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS
Job Number: A872

QUALITY MANAGEMENT SYSTEM


REQUIREMENT

[ANNEXURE - IX TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 162 of 1870


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
ENGINEERS MANAGEMENT SYSTEM 6-78-0001 Rev. 1
lakgINDIA LIMITED REQUIREMENTS FROM
mren ewaire mjvam) (A Gavt at India Undertaking)

BIDDERS Page 1 of 7

64)(11 Chrlf qui ciall -51-04ff


u tea aliikrrat t ?drift'

SPECIFICATION FOR QUALITY


MANAGEMENT SYSTEM
REQUIREMENTS FROM BIDDERS

QMS QMS
1 12.03.15 General Revision Standards Standards MPJ SC
Committee Committee

QMS QMS
0 04.06.09 Issued as Standard Specification Standards Standards SCT ND
Committee Committee
Standards Standards
Committee Bureau
Rev. Checked
Date Purpose Prepared by Convener Chairman
No by
Approved by


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 163 of 1870


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev. 1


lft2 (AG'"ind'Undelt6ung) REQUIREMENTS FROM BIDDERS Page 2 of 7

Abbreviations:

CV Curriculum Vitae
ISO International Organization for Standardization
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
QA Quality Assurance
QMS Quality Management System

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 164 of 1870


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
Igar llks INDIA LIMITED SYSTEM 6-78-0001 Rev.
Oiren
'A
Govt
At ' nth' Und"k"V) REQUIREMENTS FROM BIDDERS Page 3 of 7

CONTENTS

Clause Title Page


No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 QUALITY MANAGEMENT SYSTEM — GENERAL 4
5.0 QUALITY SYSTEM REQUIREMENTS 4
6.0 AUDITS 7
7.0 DOCUMENTATION REQUIREMENTS 7

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 165 of 1870


el ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.


$1g-zg faReg INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1
own 120.2 .I J40.9) IA GOVt of India Undertaking) REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to be


met by BIDDER for following purpose:

• QMS requirements to be met by suppliers/contractors after award of work/


during contract execution.

2.0 DEFINITIONS
2.1 Bidder

For the purpose of this specification, the word "BIDDER" means the person(s), firm,
company or organization who is under the process of being contracted by EIL /
Owner for delivery of some products (including service). The word is considered
synonymous to supplier, contractor or vendor.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,


specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are being
purchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS



6-78-0002 Specification for Documentation Requirements from
Contractors
6-78-0003 Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL

Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality system
shall fully satisfy all relevant requirements of ISO 9001 "Quality Management
Systems — Requirements." Evidence of compliance shall be current certificate of
quality system registration to ISO 9001 or a recent compliance audit recommending
registration from a certification agency. The quality system shall provide the
planned and systematic control of all quality related activities for execution of
contract. Implementation of the system shall be in accordance with BIDDER'S
Quality Manual and PROJECT specific Quality Plan.

5.0 QUALITY SYSTEM REQUIREMENTS


5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / Quality
Assurance Plan for contracted scope / job. The BIDDER'S Quality Plan shall
address all of the applicable elements of ISO 9001, identify responsible parties
within BIDDER'S organization, for the implementation / control of each area,
reference the applicable procedures used to control / assure each area, and verify
the documents produced for each area. The Project Quality Plan shall necessarily
define control or make reference to the relevant procedures, for design and
engineering, purchase, documentation, record control, bid evaluation, inspection,
production/manufacturing, preservation, packaging and storage, quality control at

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 166 of 1870


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1


(A Gavt of India undertaking' REQUIREMENTS FROM BIDDERS Page 5 of 7

construction site, pre-commissioning, commissioning and handing over (as


applicable) in line with contract requirement and scope of work.

5.2 BIDDER shall identify all specified or implied statutory and regulatory requirements
and communicate the same to all concerned in his organization and his sub
contractor's organization for compliance.

5.3 BIDDER shall deploy competent and trained personnel for various activities for
fulfillment of PO / contract. BIDDER shall arrange adequate infrastructure and work
environment to ensure that the specification and quality of the deliverable are
maintained.

5.4 BIDDER shall do the quality planning for all activities involved in delivery of order.
The quality planning shall cover as minimum the following:

Resources
Product / deliverable characteristics to be controlled.
Process characteristics to ensure the identified product characteristics are
realized
Identification of any measurement requirements, acceptance criteria
Records to be generated
Need for any documented procedure

The quality planning shall result into the quality assurance plan, inspection and test
plans (ITPs) and job procedures for the project activities in the scope of bidder.
These documents shall be submitted to EIL/Owner for review/approval, before
commencement of work.

5.5 Requirements for sub-contracting / purchasing of services specified in contract /


tender shall be adhered to. In general all outsourced items will be from approved
vendors of EIL. Wherever requirements are not specified, or approved sub vendors
do not exist, the sub-contractor shall establish and maintain a system for purchasing
/ sub-contracting to ensure that purchased product / service conforms to specified
requirements. Criteria for selection of sub-contractor, evaluation, re-evaluation,
maintenance of purchasing data and verification of purchased product (sub-
contractor services), constitute important components of this requirement.

5.6 BIDDER shall plan and carry production and service provision under controlled
conditions. Controlled conditions shall include, as applicable

the availability of information that describes the characteristics of the product


the availability of work instructions
the use of suitable equipment
the availability and use of monitoring and measuring devices
the implementation of monitoring and measurement
the implementation of release, delivery and post-delivery activities

5.7 BIDDER shall validate any processes for production and service provision where
resulting output cannot be verified by subsequent monitoring and measurement.
This includes any process where deficiencies become apparent only after the
product is in use or service has been delivered.

5.8 BIDDER shall establish a system for identification and traceability of product /
deliverable throughout product realization. Product status with respect to inspection
and testing requirements shall be identified.


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 167 of 1870


ei ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

lge.ji id5fez INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1


Oren erRRIZ .71.1.113,70 IA Govt of India undettaking) REQUIREMENTS FROM BIDDERS Page 6 of 7

5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /
document) provided for use or incorporation into the product. If any Owner / EIL
property is lost, damaged or otherwise found to be unsuitable for use, this shall be
reported to the EIL / Owner.

5.10 BIDDER shall ensure the conformity of product / deliverable during internal
processing and delivery to the intended destination. Requirements mentioned in the
tender shall be adhered to.

5.11 BIDDER shall establish system to ensure that inspection and testing activities are
carried out in line with requirements. Where necessary, measuring equipments
shall be calibrated at specified frequency, against national or international
measurement standards; where no such standard exists, the basis used for
calibration shall be recorded. The measuring equipments shall be protected from
damage during handling, maintenance and storage.

5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processes
involved in production and other related processes for delivery of the scope of
contract.

5.13 BIDDER shall monitor and measure the characteristics of the product/deliverable to
verify that product requirement has been met. The inspection (stage as well as
final) by BIDDER and EIL / Owner personnel shall be carried out strictly as per the
ITPs forming part of the contract. Product release or service delivery shall not
proceed until the planned arrangements have been satisfactorily completed, unless
otherwise approved by relevant authority and where applicable by Owner / EIL.

5.14 BIDDER shall establish and maintain a documented procedure to ensure that the
product which does not conform to requirements is identified and controlled to
prevent its unintended use or delivery

5.15 All non-conformities (NCs) / deficiencies found by the BIDDER'S inspection /


surveillance staff shall be duly recorded, including their disposal action shall be
recorded and resolved suitably. Effective corrective and preventive action shall be
implemented by the BIDDER so that similar NCs including deficiencies do not recur.

5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by the
BIDDER and appropriate corrective and preventive actions shall be implemented.
BIDDER shall intimate EIL / Owner of all such corrective and preventive action
implemented by him.

5.17 BIDDER should follow the standards, specifications and approved drawings.
Concessions/Deviations shall be allowed only in case of unavoidable circumstances.
In such situations Concession/deviation request must be made by the BIDDER
through online system of EIL eDMS. URL of EIL eDMS is
http://edocx.eil . co . in/vportal.

5.18 BIDDER shall have documented procedure for control of documents.

5.19 All project records shall be carefully kept, maintained and protected for any damage
or loss until the project completion, then handed over to EIL / Owner as per contract
requirement (Refer Specification Nos. 6-78-0002 - Specification for Documentation
Requirements from Contractors and 6-78-0003 - Specification for Documentation
Requirements from Suppliers), or disposed as per relevant project procedure.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved

Page 168 of 1870


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.


ei MANAGEMENT SYSTEM
IftJr
kif51ft. INDIA LIMITED 6-78-0001 Rev. 1
wirer riraxem3Tmil (A Goof of India UndertakIngi
REQUIREMENTS FROM BIDDERS Page 7 of 7

6.0 AUDITS

BIDDER shall plan and carry out the QMS audit for the job. Quality audit programme
shall cover design, procurement, construction management and commissioning as
applicable including activities carried out by sub-vendors and sub-contractors. This
shall be additional to the certification body surveillance audits carried out under
BIDDER'S own ISO 9001 certification scheme.

The audit programmes and audit reports shall be available with bidder for scrutiny
by EIL / Owner. EIL or Owner's representative reserves the right to attend, as a
witness, any audit conducted during the execution of the WORKS.

In addition to above EIL, Owner and third party appointed by EIL/Owner may also
perform Quality and Technical compliance audits. BIDDER shall provide assistance
and access to their systems and sub-contractor / vendor systems as required for this
purpose. Any deficiencies noted shall be immediately rectified by BIDDER.

7.0 DOCUMENTATION REQUIREMENTS

BIDDER shall submit following QMS documents immediately after award of work
(Within one week) for record / review by EIL / Owner.

Organization chart (for complete organization structure and for the project)
Project Quality Plan/Quality Assurance Plan
Job specific Inspection Test Plans, if not attached with PR
Job Procedures
Inspection/Test Formats

In addition to above QMS documents, following documentation shall be maintained


by the BIDDER for submission to EIL / Owner on demand at any point of time during
execution of the project.

Quality Manual
Certificate of approval for compliance to ISO: 9001 standard
Procedure for Control of Non-conforming Product
Procedure for Control of Documents
Sample audit report of the QMS internal and external audits conducted during
last one year
Customer satisfaction reports from at least 2 customers, during the last one
year
Project QMS audit report
Technical audit reports for the project
Corrective action report on the audits

Documents as specified above are minimum requirements. BIDDER shall submit


any other document/data required for completion of the job as per EIL/Owner
instructions.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved

Page 169 of 1870


Page 170 of 1870
Page 171 of 1870
LPG import facilities Project Annexure-X to SCC: Health, Safety and Environment
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT
BUILDING
Job Number: A872

HSE MANAGEMENT & OTHER


SAFETY REQUIREMENTS
[ANNEXURE - X TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


Gurgaon

Page 172 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS HEALTH, SAFETY &
6-82-0001 Rev. 7
4Igsirfal51-ag
lawn erexer7traaarnart
INDIA LIMITED
IA Govt of India Undertakengt
ENVIRONMENTAL
MANAGEMENT AT Page 1 of 90
CONSTRUCTION SITES

ui TETF 117
1:4744, laTkir LitircRui

Hlich RIF1411-1

STANDARD SPECIFICATIONFOR
HEALTH, SAFETY&ENVIRONMENTAL
(HSE)MANAGEMENT AT
CONSTRUCTION SITES


Leip>.,,e
uuto4,
0 1
7 31/01/2017
REVISED & UPDATED AS
6 26/02/2014
REVISED & UPDATED SM DJ RKD SC
5 19/12/2012 REVISED & UPDATED SM SM RKD DM

4 13/02/2008 REVISED & UPDATED AS RK SCB VC

3 17/07/2007 REVISED & UPDATED AS MPJ VNP VC

2 11/08/2005 REVISED & UPDATED MPJ MPJ VNP VJN

Standards Standards
Committee Bureau
Rev Date Purpose Prepared by Checked by Convenor Chairman
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 173 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 2 of 90

Abbreviations:

AERB : Atomic Energy Regulatory Board


ANSI : American National Standards Institute
BARC : Bhabha Atomic Research Centre
BS : British Standard
EIL : Engineers India Limited
BPCL : Bharat Petroleum Corporation Limited
ELCB : Earth Leakage Circuit Breaker
EPC : Engineering, Procurement and Construction
EPCC : Engineering, Procurement, Construction and Commissioning
ESI : Employee State Insurance
GCC : General Conditions of Contract
GM : General Manager
GTAW : Gas Tungsten Arc Welding
HOD : Head of Department
HSE : Health, Safety & Environment
HIRAC : Hazard, Identification Risk Assessment & Control
OISD : Oil Industry Safety Directorate
HV : High Voltage
IS : Indian Standard
IE : Indian Electricity
LOTO : Lock Out & Tag Out
LPG : Liquefied Petroleum Gas
LSTK : Lump Sum Turn Key
MV : Medium Voltage
PPE : Personal Protective Equipment
RCM : Resident Construction Manager or Site-in-Charge, as applicable
SCC : Special Conditions of Contract
SLI : Safe Load Indicator
TBT : Tool Box Talks

Construction Standards Committee

Convenor : Sh. T K Sen, ED(Construction)

Members : Sh. Amitava Pal, CGM (C)


Sh. S N Bhatnagar, GM (C)
Sh. M K Garg, GM (C)
Sh. A K Mishra, GM(C)
Sh. Janak Kishore, DGM (P)
Sh. Rajeev Jain, DGM (C&P)
Sh. Udayan Chakravarthy, AGM (Piping)
Sh. Ravindra Kumar, AGM (C)
Sh. Sunil Dahiya, AGM (C)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 174 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 3 of 90

CONTENTS

CLAUSE TITLE PAGE NO.


1.0 Scope 5
2.0 References 5
3.0 Requirement of Health, Safety and Environmental (HSE) 5
Management System to be complied by Bidders
3.1 Management Responsibility 5
3.1.1 HSE Policy & Objective 5
3.1.2 Management System 5
3.1.3 Indemnification 6
3.1.4 Deployment & Qualification of Safety 6
Personnel
3.1.5 Implementation, Inspection& Monitoring 8
3.1.6 Behavior Based Safety 9
3.1.7 Awareness 9
3.1.8 Fire prevention & First-Aid 9
3.1.9 Documentation 10
3.1.10 Audit 10
3.1.11 Meetings 11
3.1.12 Intoxicating drinks & drugs and smoking 11
3.1.13 Penalty 11
3.1.14 Accident/Incident investigation 14
3.2 House Keeping 14
3.3 HSE Measures 15
3.3.1 Construction Hazards 15
3.3.2 Accessibility 16
3.3.3 Personal Protective Equipment’s (PPEs) 16

3.3.4 Working at height 17


3.3.5 Scaffoldings 19
3.3.6 Electrical installations 19
3.3.7 Welding/Gas cutting 21
3.3.8 Ergonomics and tools & tackles 22
3.3.9 Occupational Health 23
3.3.10 Hazardous substances 23
3.3.11 Slips, trips & falls 23
3.3.12 Radiation exposure 23
3.3.13 Explosives/Blasting operations 24
3.3.14 Demolition/Dismantling 24
3.3.15 Road Safety 24
3.3.16 Welfare measures 26
3.3.17 Environment Protection 26
3.3.18 Rules & Regulations 26
Contd. to page 4 …

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 175 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 4 of 90

3.3.19 Weather Protection 27


3.3.20 Communication 27
3.3.21 Confined Space Entry 27
3.3.22 Heavy Lifts 28
3.3.23 Key performance indicators 28
3.3.24 Unsuitable Land Conditions 29
3.3.25 Under Water Inspection 29
3.3.26 Excavation 29
3.4 Tool Box talks 30
3.5 Training & Induction Programme 30
3.6 Additional safety requirements for working Inside a running 31
3.7 Self Assessment and Enhancement 33
3.8 HSE Promotion 33
3.9 LOTO for isolation of energy source 33
4.0 Details of HSE Management System by Contractor
4.1 On Award of Contract 33
4.2 During Job Execution 33
4.3 During short listing of the sub-contractors 35
5.0 Records 35
Appendices
1. Standards/Codes on HSE Appendix-A
2. Details of First AID Box Appendix-B
3. Types of Fire Extinguishers & their Appln. Appendix-C
4. Indicative List of statutory Acts & Rules Appendix-D
5. Construction Hazards and their mitigation Appendix-E
6. Training subjects / topics Appendix-F
7. Construction Power Board ( typ) Appendix-G
8. List of HSE procedures Appendix-H
Attachments (Reporting Formats)
I Safety Walk through Report HSE-1 Rev.0
II Accident/Incident Report HSE-2 Rev.0
III Suppl. Accident/Incident Investigation Report HSE-3 Rev.0
IV Near Miss Incident Report/Dangerous occurrence HSE-4 Rev.0
V Monthly HSE Report HSE-5 Rev.0
VI Permit for Working at height HSE-6 Rev.0
VII Permit for Working in Confined Space HSE-7 Rev.0
VIII Permit for Radiation work HSE-8 Rev.0
IX Permit for Demolishing/ Dismantling HSE-9 Rev.0
X Daily Safety Checklist HSE-10 Rev.0
XI Housekeeping assessment & compliance HSE-11 Rev.0
XII Inspection of temporary electrical booth / HSE-12 Rev.0
installation
XIII Inspection for scaffolding HSE-13 Rev.0
XIV Permit for erection / modification & dismantling of HSE-14 Rev.0
scaffolding
XV Permit for heavy lift/critical erection HSE-15 Rev.0
XVI Permit Energy Isolation & De-Isolation HSE-16 Rev 0
XVII Permit for Excavation HSE-17 Rev 0
XVIII Environmental Aspect Impact Register HSE-18 Rev 0
XIX HIRAC Register HSE-19 Rev 0

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 176 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 5 of 90

1.0 SCOPE

This specification establishes the Health, Safety and Environment (HSE) management
requirement to be complied by Contractors/ Vendors including their sub-contractors/ sub-
vendors during construction.

This specification is not intended to replace the necessary professional judgment needed to
design & implement an effective HSE system for construction activities and the contractor is
expected to fulfill HSE requirements in this specification as a minimum. It is expected that
contractor shall implement best HSE practices beyond whatever are mentioned in this
specification.

Requirements stipulated in this specification shall supplement the requirements of HSE


Management given in relevant Act(s)/ legislations, General Conditions of Contract (GCC),
Special Conditions of Contract (SCC) and Job (Technical) Specifications. Where different
documents stipulate different requirements, the most stringent shall apply.

2.0 REFERENCES

The document should be read in conjunction with following:

- General Conditions of Contract (GCC)


- Special Conditions of Contract (SCC)
- Building and other construction workers Act,
- Indian Factories Act
- Job (Technical) specifications
- Relevant International/ National Codes (refer Appendix-A for standards/codes on HSE)
- Relevant State & National Statutory requirements.
- Operating Manuals Recommendation of Manufacturer of various construction Machineries
- Occupation Health and Safety Management System (OHSAS 18001:2007) and
Environmental Management System (ISO 14001:2004).

3.0 REQUIREMENTS OF HEALTH, SAFETY & ENVIRONMENTAL (HSE)


MANAGEMENT SYSTEM TO BE COMPLIED BY BIDDERS

3.1 Management Responsibility

3.1.1 HSE Policy & Objectives

The Contractor should have a documented and duly approved HSE policy &objectives to
demonstrate commitment of their organization to ensure health, safety and environmental
aspects in their line of operations.
HSE Policy of the contractor shall be made available to Owner / EIL at the place of execution of
specific contract works, as a valid document.

3.1.2 Management System

The HSE management system of the Contractor shall cover the HSE requirements &
commitments to fulfill them, including but not limited to what have been specified under
clauses 1.0 and 2.0 above. The Contractor shall obtain the approval of its site specific HSE Plan
from EIL / Owner prior to commencement of any site works. Corporate as well as Site
management of the Contractor shall ensure compliance of their HSE Plan at work sites in its
entirety in true spirit.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 177 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 6 of 90

3.1.3 Indemnification

Contractor shall indemnify & hold harmless, Owner/EIL & their representatives, free from any
and all liabilities arising out of non-fulfillment of HSE requirements or its consequences.

3.1.4 Deployment & qualifications of Safety personnel

The Contractor shall designate/deploy various categories of HSE personnel at site as indicated
below in sufficient number. In no case, deployment of safety Supervisor / Safety Steward shall
substitute deployment of Safety Officer / Safety Engineer what is indicated in relevant statute of
BOCW Act i.e. deployment of safety officer/Safety Engineer is compulsory at project site. The
Safety supervisors, Safety stewards/Observer etc. Would facilitate the HSE tasks at grass root
level for construction sites and shall assist Safety Officer /Engineers.

Contractor shall appoint safety personnel as given below for every work shift (As per table
point):

Safety Observer/ Steward: Contractor shall depute one Safety Observer/Steward for
every 100 workers and additionally thereon.
Safety Supervisor: In addition to above, contractor shall depute one Safety
Supervisor for every 250 workers and additionally thereon.
Safety Engineer: In addition to above, one safety engineer/ officer for
every 1000 workers and additionally thereon.

Requirement of Safety Personnel for every shift


No. of Workers
deployed Safety Observer/
Safety Supervisor Safety Engineer/ Officer
Steward
1- 50
One
51-100
101-150 One
Two
151-200
201-250
Three
251-300 One
301-350
Four
351-400 Two
401-450
Five
451-500
Up to 1000 Ten Four
Up to 2000 Twenty Eight Two

In case any of the safety personnel leave the contractor the same shall be intimated to the
owner/ Consultant/ EIL. The contractor shall recruit new personnel and fill up the vacancy.
a) Safety Steward/Observer
As a minimum, he shall possess class XII pass certificate and trained in fire-fighting as
well as in safety/occupational health related subjects, with minimum two year of practical
experience in construction work environment and should have adequate knowledge of the
local language spoken by majority of the workers at the construction site.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 178 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 7 of 90

b) Safety Supervisor
As a minimum, he shall possess a recognized graduation Degree in Science (with Physics
& Chemistry) or a diploma in Engg. or Tech. with minimum Two years of practical
experience in construction work environment and should possess requisite skills to deal
with construction safety & fire related day-to-day issues.

c) Safety Officer / Safety Engineer

Safety officer/Engineer Should Possess following Qualification &Experience:

(i) Recognized degree in any branch of Engg. or Tech. or Architecture with practical
experience of working in a building or other construction work in supervisory
capacity for a period of not less than two years, or possessing recognized diploma in
any branch of Engg. or Tech with practical experience of working in a building or
other construction work in supervisory capacity for a period of not less than five
years.

(ii) Recognized degree or diploma in Industrial safety

(iii) Preferably have adequate knowledge of the language spoken by majority of the
workers at the construction site.
Alternately

(i) Person possessing Graduation Degree in Science with Physics & Chemistry and
degree or diploma in Industrial Safety (from any Indian institutes recognized by
AICTE or State Council of Tech. Education of any Indian State) with practical
experience of working in a building, plant or other construction works (as Safety
Officer, in line with Indian Factories Act, 1958) for a period of not less than five
years, may be considered as Safety Officer.

d) HSE In-Charge

In case there is more than one Safety Officer at any project construction site, one of them,
who is senior most by experience (in HSE discipline), may be designated as HSE In-
Charge. Duties & responsibilities of such person shall be commensurate with that of
relevant statute and primarily to coordinate with top management of Client and contractors.

In case the statutory requirements i.e. State or Central Acts and / or Rules as applicable like
the Building and Other Construction Workers’ Regulation of Employment and Conditions
of Service- Act,1996 or State Rules (wherever notified), the Factories Act, 1948 or Rules
(wherever notified), etc. are more stringent than above clarifications, the same shall be
followed.

Contractors shall ensure physical availability of safety personnel at the place of specific
work location, where Hot Work Permit is required/granted. No work shall be started at any
of the project sites until above safety personnel & concerned Site Engineer of Contractor
are physically deployed at site. The Contractor shall submit a HSE Organogram clearly
indicating the lines of responsibility and reporting system and elaborate the responsibilities
of safety personnel in their HSE Plan.

The Contractor shall verify & authenticate credentials of such safety personnel and furnish
Bio-Data/Resume/Curriculum Vitae of the safety personnel as above for EIL/Owner’s
approval, at least 1 month before the mobilization. The Contractor, whenever required,
shall arrange submission of original testimonials/certificates of their Safety personnel, to
EIL/Owner (for verification/scrutiny, etc.)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 179 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 8 of 90

Imposition / Realization of penalty shall not absolve the Contractor from his/ her
responsibility of deploying competent safety officer at site.
Adequate planning and deployment of safety personnel shall be ensured by the Contractor
so that field activities do not get affected because of non-deployment of competent &
qualified safety people in appropriate numbers.

3.1.5 Implementation, Inspection/ Monitoring

 The Contractor shall be fully responsible for planning, reporting, implementing and
monitoring all HSE requirements and compliance of all laws & statutory requirements.
 The Contractor shall also ensure that the HSE requirements are clearly understood &
implemented conscientiously by their site personnel at all levels at site.
 The Contractor shall ensure physical presence of their field engineers / supervisors, during
the continuation of their contract works / site activities including all material transportation
activities. Physical absence of experienced field engineers / supervisors of Contractor at
critical work spot during the course of work, may invite severe penalization as per the
discretion of EIC, including halting / stoppage of work.
 Contractor shall furnish their annual Inspection Plan, with regard to project issues /subjects,
frequency and performers to EIL/Owner.
 The Contractor shall regularly review inspection report internally and implement all
practical steps / actions for improving the status continuously.
 The Contractor shall ensure important safety checks right from beginning of works at every
work site locations and to this effect format No: HSE-10 “Daily Safety Check List” shall be
prepared by field engineer & duly checked by safety personnel for conformance.
 The Contractor shall carry out inspection to identify various unsafe conditions of work
sites/machinery/equipment’s as well as unsafe acts on the part of
workmen/supervisor/engineer while carrying out different project related works.
 Adequate records for all inspections shall be maintained by the Contractor and the same
shall be furnished to EIL/Owner, whenever sought.
 The Contractor shall not carry-out work by engaging single worker anywhere without any
supervisor anytime during day or night.
 To demonstrate involvement/commitment of site management of Contractor, at least one
Safety Walk through in a month shall be carried out by Contractor’s head of site (along
with his area manager/field engineers) and a report shall be furnished to EIL/Owner as per
format No: HSE-1” Safety walk through report” followed by compliance for unsatisfactory
remarks.
 As a general practice lifting tools/ tackles, machinery, accessories etc. shall be inspected,
tested and examined by competent people (approved by concerned State authorities) before
being used at site and also at periodical interval (e.g. during replacement, extension,
modification, elongation/ reduction of machine/parts, etc.) as per relevant statutes. Hydra,
cranes, lifting machinery, mobile equipment’s / machinery / vehicles, etc. shall be
inspected regularly by only competent / experienced personnel at site and requisite records
for such inspections shall be maintained by every contractor. Contractor shall also maintain
records of maintenance of all other site machinery (e.g. generators, rectifiers, compressors,
cutters, etc.) & portable tools/equipment’s being used at project related works (e.g. drills,
abrasive wheels, punches, chisels, spanners, etc.).The Contractor shall not make use of
arbitrarily fabricated ‘derricks’ at project site for lifting / lowering of construction
materials.
 Site facilities /temporary. installations, e.g. batching plant, cement godown, DG-room,
temporary electrical panels/distribution boards, shot-blasting booth, fabrication yards, etc.
and site welfare facilities, like labour colonies, canteen/pantry, rest-shelters, motor
cycle/bicycle-shed, site washing facilities, First-aid centers, urinals/toilets, etc. should be
periodically inspected by Contractor (preferably utilizing HR/Admn. personnel to inspect
site welfare facilities) and records to be maintained.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 180 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 9 of 90

3.1.6 Behaviour Based Safety

 The contractor shall develop a system to implement Behaviour-Based Safety (BBS)


through which work groups can identify, measure and change the behaviours of employees
and workers towards construction safety aspects.
 The BBS process shall include the following:
- Identify the behaviours critical to obtaining required safety performance.
- Communicate the behaviours and how they are performed correctly to all
- Observe the work force and record safe/at risk behaviours. Intervene with workers to
give positive reinforcement when safe behaviours are observed. Provide
coaching/correction when at risk behaviours are observed
- Collect and record observation data
- Summarize and analyze observation data
- Communicate observation data and analysis results to all employees
- Provide recognition or celebrate when safe behaviour improvements occur
- Change behaviours to be observed or change activators or change consequences as
appropriate.
- Communicate any changes to workforce
 Contractor through its own HSE committee shall implement the above process.
 The necessary procedures and Monthly reporting formats shall be developed by the
contractor for approval by EIL/ Owner.
 The HSE committee of contractor shall observe individual’s behavior for safe practices
adapted for utilization/ execution of work for following as a minimum:-
- PPE
- Tools & equipment
- Hazard Identification & control
- House keeping
- Confined space entry
- Hot works
- Excavation
- Loading & unloading
- Work At height
- Stacking & storage
- Ergonomics
- Procedures

3.1.7 Awareness and Motivation

 The Contractor shall promote and develop awareness on Health, Safety and Environmental
protection among all personnel working for the Contractor.
 Regular awareness programs and fabrication shop/work site meetings atleast on monthly
basis shall be arranged on HSE activities to cover hazards/risks involved in various
operations during construction.
 Contractor to motivate & encourage the workmen & supervisory staff by issuing/ awarding
them with tokens/ gifts/ mementos/ monetary incentives/ certificates etc.
 Contractor shall assess & recognize the behavioral change of its site engineers / supervisors
periodically and constantly motivate / encourage them to implement HSE practices at
project works.

3.1.8 Fire prevention & First-Aid

 The Contractor shall arrange suitable First-aid measures such as First Aid Box (Refer
Appendix-B for details), stand-by Emergency Vehicle. Additionally separate ambulance
with trained personnel/nurse (male) to administer First Aid shall be provided by the
Contractor beyond deployment of 400 workmen during day/night working hours.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 181 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 10 of 90

 The Contractor shall arrange installation of fire protection measures such as adequate
number of steel buckets with sand & water and adequate number of appropriate portable
fire extinguishers (Refer Appendix-C for details) to the satisfaction of EIL/Owner.
 The Contractor shall deploy trained supervisory personnel / field engineers to cater to any
emergency situation.
 The Contractor shall arrange EMERGENCY MOCK DRILL like fire, bomb threat, gas
leakage, earth quake, etc. at each site at least once in three months, involving site workmen
and site supervisory personnel & engineers. The Contractor shall maintain adequate record
of such fire drills at project site

3.1.9 Documentation

The Contractor shall evolve a comprehensive, planned and documented system covering the
following as a minimum for implementation and monitoring of the HSE requirements and the
same shall be submitted for approval by owner/EIL.
- HSE Organogram
- Site specific HSE Plan
- Safety Procedures, forms and Checklist. Indicative list of HSE procedures is attached as
Appendix :H
- Inspections and Test Plan
- Risk Assessment & HIRAC for critical works.
- HIRAC Register as per Format no: HSE-19 to identify, assess, analyze & mitigate the
construction hazards& incorporate relevant control measures before actually executing site
works.
- Environmental Aspect Impact Register as per Format no: HSE-18 (identify, assess, analyze
& mitigate the environmental impact & incorporate relevant control measures).
- Legal Register to identify and comply to all applicable HSE related legal requirements.
The monitoring for implementation shall be done by regular inspections and compliance of the
observations thereof. The Contractor shall get similar HSE requirements implemented at his
sub-contractor(s) work site/office. However, compliance of HSE requirements shall be the
responsibility of the Contractor. Any review/approval by EIL/Owner shall not absolve
contractor of his responsibility/liability in relation to fulfilling all HSE requirements.

3.1.10 Audit
The Contractor shall submit an Audit Plan to EIL/Owner indicating the type of audits and
covering following as minimum:

 Internal HSE audits regularly at least on quarterly basis by engaging internal qualified
auditors (viz safety officers/ Construction personnel having 5 years experience in
construction safety and Lead Auditor Course : OSHA 18001certification).
 External HSE audits regularly at least on every six months by engaging qualified external
auditors (viz safety officers/ Construction personnel having 10years experience in
construction safety and Lead Auditor Course: OHSAS 18001certification).

All HSE shortfalls/ non-conformances on HSE matters brought out during review/audit, shall be
resolved forthwith (generally within a week) by Contractor& compliance report shall be
submitted to EIL/ Owner.

In addition to above audits by contractor, the contractor’s work shall be subjected to HSE audit
by EIL/ Owner at any point of time during the pendency of contract. The Contractor shall take
all actions required to comply with the findings of the Audit Report and issue regular
Compliance Reports for the same to OWNER/ EIL till all the findings of the Audit Report are
fully complied.
Failure to carry-out HSE Audits& its compliance (internal & external) by Contractor, shall
invite penalization.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 182 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 11 of 90

3.1.11 Meetings

 The Contractor shall ensure participation of his top most executive at site (viz. Resident
Construction Manager / Resident Engineer/ Project Manager / Site-in-Charge) in Safety
Committee/HSE Committee meetings arranged by EIL/ Owner usually on monthly basis or
as and when called for. In case Contractor’s top most executive at site is not in a position
to attend such meeting, he shall inform EIL/ Owner in writing before the commencement of
such meeting indicating reasons of his absence and nominate his representative – failure to
do so may invite very stringent penalization against the specific Contractor, as deemed fit
in Contract. The obligation of compliance of any observations during the meeting shall be
always time bound. The Contractor shall always assist EIL/Owner to achieve the targets
set by them on HSE management during the project implementation.
 In addition, the Contractor shall also arrange internal HSE meetings chaired by his top most
executive at site on weekly basis and maintain records. Such internal HSE meetings shall
essentially be attended by field engineers / supervisors (& not by safety personnel only) of
the Contractor and its associates. Records of such internal HSE meetings shall be
maintained by the Contractor for review by EIL/ Owner or for any HSE Audits.

 Agenda of internal HSE meeting should broadly cover: -


a) Confirmation of record notes /minutes of previous meeting
b) Discussion on outstanding subjects of previous points / subjects, if any
c) Incidents / Accidents (of all types) at project site, if any
d) Current topics related to site activities / subjects of discussion
e) House keeping
f) Behavioral Safety
g) Information / views / deliberations of members / site, sub-contractors
h) Report from Owner / Client
i) Status of Safety awareness, Induction programs & Training programs

The time frame for such HSE meeting shall be religiously maintained by one and all.

3.1.12 Intoxicating drinks & drugs and Smoking


 The Contractor shall ensure that his staff members & workers (permanent as well casual)
shall not be in a state of intoxication during working hours and shall abide by any law
relating to consumption & possession of intoxicating drinks or drugs in force.
 The Contractor shall not allow any workman to commence any work at any locations of
project activity who is/are influenced / effected with the intake of alcohol, drugs or any
other intoxicating items being consumed prior to start of work or working day.
 Awareness about local laws on this issue shall form part of the Induction Training and
compulsory work-site discipline.
 The Contractor shall ensure that all personnel working for him comply with “No-Smoking”
requirements of the Owner as notified from time to time. Cigarettes, lighters, auto ignition
tools or appliances as well as intoxicating drugs, dry tobacco powder, etc. shall not be
allowed inside the project / plant complex.
 Smoking shall be permitted only inside smoking booths exclusively designated &
authorized by the Owner/EIL.

3.1.13 Penalty

The Contractor shall adhere consistently to all provisions of HSE requirements. In case of non-
compliances and also for repeated failure in implementation of any of the HSE provisions,

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 183 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 12 of 90

EIL/Owner may impose stoppage of work without any cost & time implication to the Owner
and/or impose a suitable penalty.
The amount of penalty to be levied against defaulted Contractor shall be up to a cumulative
limit of
2.0% (Two percent) of the contract value for Item Rate or Composite contracts with an overall
ceiling of 1, 00, 00, 000 (Rupees One crore)
0.5% (Zero decimal five percent) of the contract value for LSTK, OBE, EPC, EPCC or Package
contracts with an overall ceiling of 10, 00.00.000 (Rupees ten crores)
This penalty shall be in addition to all other penalties specified elsewhere in the contract. The
decision of imposing stop-work-instruction and imposition of penalty shall rest with
EIL/Owner. The same shall be binding on the Contractor. Imposition of penalty does not make
the Contractor eligible to continue the work in unsafe manner.
The amount of penalty applicable for the Contractor on different types of HSE violations is
specified below:

Sl.
Violation of HSE norms Penalty Amount
No.
1. For not using personal protective equipment Rs.500/- per day/ Item / Person.
(Helmet, Shoes, Goggles, Gloves, Face shield,
Boiler suit, etc.)
2. Working without Work Permit/Clearance Rs.20,000/- per occasion
3 Execution of work without deployment of requisite Rs.5,000/- per violation per day
field engineer / supervisor at work spot
4. Unsafe electrical practices (not installing ELCB, Rs.10,000/- per item per day.
using poor joints of cables, using naked wire without
top plug into socket, laying wire/cables on the roads,
electrical jobs by incompetent person, etc.)
5. Working at height without full body harness, using Rs.10,000/- per case per day.
non-standard/ rejected scaffolding and not arranging
fall protection arrangement as required, like hand-
rails, life-lines, Safety Nets etc.
6. Unsafe handling of compressed gas cylinders (No Rs.500/- per item per day.
trolley, jubilee clips double gauge regulator, and not
keeping cylinders vertical during storage/handling,
not using safety cap of cylinder).
7. Use of domestic LPG for cutting purpose / not using Rs.3,000/- per occasion.
flash back arresters on both the hoses/tubes on both
ends.
8. No fencing/barricading of excavated areas / Rs.3,000/- per occasion.
trenches.
9. Not providing shoring/strutting/proper slope and not Rs.5,000/- per occasion.
keeping the excavated earth at least 1.5M away from
excavated area.
10. Non display of scaffold tags, caution boards, list of Rs.1,000/- per occasion per day
hospitals, emergency services available at work
locations.
11. Traffic rules violations like over speeding of Rs.2,000/- per occasion per day
vehicles, rash driving, talking on mobile phones
during vehicle driving, wrong parking, not using seat
belts, vehicles not fitted with reverse horn / warning
alarms / flicker lamps during foggy weather.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 184 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 13 of 90

Sl.
Violation of HSE norms Penalty Amount
No.
12. Absence of Contractor’s RCM/ SIC or his Rs.10,000/- per meeting.
nominated representative (prior approval must be
taken for each meeting for nomination) from site
HSE meetings whenever called by EIL/Owner&
failure to nominate his immediate deputy (in the site-
organogram) for such HSE meetings.
13. Failure to maintain HSE records by Contractor Rs.10,000/- per month.
Safety personnel, in line with approved HSE
Plan/Procedures/Contract specifications.
14. Failure to conduct daily site safety inspection (by Rs.10,000/- per occasion.
Contractor’s safety engineers/safety officers),
internal HSE meeting, internal HSE Awareness/
Motivation Program, Site HSE Training and HSE
audit at predefined frequencies (as approved in HSE
Plan).
15. Failure to submit the monthly HSE report by 5th of Rs.10,000/- per occasion and Rs.
subsequent month to Project’s Engineer-in-Charge/ 1,000/- per day of further delay.
Owner
16. Poor House Keeping Rs.5,000/- per occasion per
subject
17. Failure to report &follow up accident (including Rs.20,000/- per occasion
Near Miss) reporting system within specific time-
frame.
18. Degradation of environment (not confining toxic Rs.10,000/- per occasion
spills, spilling oil/ lubricants onto ground)
19. Not medically examining the workers before Rs.5,000/- per occasion per
allowing them to work at height / to work in worker
confined space / to work in shot-blasting / to work
for painting / to work in bitumen or asphalt works,
not providing ear muffs while allowing them to work
in noise polluted areas, made them to work in air
polluted areas without respiratory protective devices,
etc.
20. Violation of any other safety condition as per job Rs.5,000/- per occasion
HSE plan / work permit and HSE conditions of
contract (e.g. using crowbar on cable trenches,
improper welding booth, not keeping fire
extinguisher ready at hot work site, unsafe rigging
practices, non-availability of First-Aid box at site,
not providing dead man handle switch for blasting,
whiplash arrestor for the compressor line, not using
hood with respiratory devices by blaster for
shot//grit blasting, etc.)
21. Penalty for non-deployment of ambulance in case of Rs.3,000/- per day
man-power more than 400 or not providing
dedicated emergency vehicle in case of man-power
less than 400.
22. Failure to carry-out Safety audit in time (internal & Rs.20,000/- per occasion
external), close-out of identified shortfalls of
Observations of Safety Aspects(OSA), etc.
23. Carrying out sand blasting instead of grit/shot Rs.50,000/- per day
blasting.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 185 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 14 of 90

Sl.
Violation of HSE norms Penalty Amount
No.
24. Failure to deploy adequately qualified and Rs.10,000/- per day per Officer
competent Safety Officer
25. Utilization of hydra/back-hoe loader for material Rs.25,000/- per occasion
shifting or any other unauthorized /unsafe lifting
works
26. Any Fatal Accident Rs.10,00,000/- per fatality
26. Any violation not covered above To be decided by EIL/Owner.

 The Contractor shall make his field engineers/supervisors fully aware of the fact that they
keep track with the site workmen for their behavior and compliance of various HSE
requirements. Safety lapses / defects of project construction site shall be attributable to the
concerned job supervisor / engineer of the Contractor, (who remains directly responsible
for safely executing field works). For repeated HSE violations, concerned job supervisor /
engineer shall be reprimanded or appropriate action, as deemed fit, shall be initiated (with
an information to EIL & Owner) by the concerned Contractor.

Contractor shall initiate verbal warning shall be given to the worker/employee during his first
HSE violation. A written warning shall be issued on second violation and specific training shall
be arranged / provided by the Contractor to enhance HSE awareness/skill including feedback on
the mistakes/ flaws. Any further violation of HSE stipulations by the erring individuals shall call
for his forthright debar from the specific construction site. A record of warnings for each
worker/employee shall be maintained by the Contractor, like by punching their cards / Gate
passes or by displaying their names at the Project entry gate. Warnings, penalizations,
appreciations etc. shall be discussed in HSE Committee meetings by site Head of the
Contractor.

3.1.14 Accident/ Incident investigation

All accidents/incidents shall be informed to EIL/Owner at least telephonically by Contractor


immediately and in writing within 24 hours on Format No. HSE-2 as applicable, by Contractor.
Thereafter, a Supplementary Accident/Incident investigation Report on Format No. HSE-3 shall
be submitted to EIL/Owner within 72 hours. Near Miss incident(s), Dangerous
accidents/incident shall also be reported on Format No. HSE-4 within24 hours. The accident/
incident shall be investigated by a team of Contractor’s senior Site personnel (involving Site-in-
Charge or at least by his deputy) for establishing root-cause and recommending corrective &
preventive actions. Findings shall be documented and suitable actions taken to avoid
recurrences shall be communicated to EIL/Owner. Owner/EIL shall have the liberty to
independently investigate such occurrences and the Contractor shall extend all necessary help
and cooperation in this regard. EIL/Owner shall have the right to share the content of this report
with the outside world.

3.2 House Keeping

The Contractor shall ensure that a high degree of housekeeping is maintained and shall ensure
inter-alia; the followings:

a) All surplus earth and debris are removed/ disposed-off from the working areas to
designated location(s).
b) Unused/ surplus cables, steel items and steel scrap lying scattered at different places within
the working areas are removed to identify location(s).
c) All wooden scrap, empty wooden cable drums and other combustible packing materials,
shall be removed from work place to identified location(s).

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 186 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 15 of 90

d) Roads shall be kept clear and materials like pipes, steel, sand, boulders, concrete, chips and
bricks etc. shall not be allowed on the roads to obstruct free movement of men &
machineries.
e) Fabricated steel structural, pipes & piping materials shall be stacked properly for erection.
f) Water logging on roads shall not be allowed.
g) No parking of trucks/trolleys, cranes and trailers etc. shall be allowed on roads, which may
obstruct the traffic movement.
h) Utmost care shall be taken to ensure over all cleanliness and proper upkeep of the working
areas.
i) Trucks carrying sand, earth and pulverized materials etc. shall be covered while moving
within the plant area/ or these materials shall be transported with top surface wet.
j) The contractor shall ensure that the atmosphere in plant area and on roads is free from
particulate matter like dust, sand, etc. by keeping the top surface wet for ease in breathing.
k) At least two exits for any unit area shall be assured at all times – same arrangement is
preferable for digging pits / trench excavation / elevated work platforms/ confined spaces
etc.
l) Welding cables and the power cable must be segregated and properly stored and used. The
same shall be laid away from the area of movement and shall be free from obstruction.
m) Schedule for upkeep/ cleaning of site to be firmed up and implemented on regular basis.

The Contractor shall carry-out regular checks (minimum one per fortnight) as per format No:
HSE-11 for maintaining high standard of housekeeping and maintain records for the same. The
Contractor shall provide supervisor for housekeeping exclusively for management of day-to-day
housekeeping activities.

3.3 HSE Measures

3.3.1 Construction Hazards

The Contractor shall ensure identification of all Occupational Health, Safety & Environmental
hazards in the type of work he is going to undertake and enlist mitigation measures. Contractor
shall carry out HIRAC specifically for high risk jobs/critical jobs like

a) Working at height (+2.0 Mts height) for cold (incl. colour washing, painting, insulation
etc.) & hot works.
b) Work in confined space,
c) Deep excavations &trench cutting (depth > 2.0 mts.)
d) Operation & Maintenance of Batching Plant.
e) Shuttering / concreting (in single or multiple pour) for columns, parapets & roofs.
f) Erection & maintenance of Tower Crane.
g) Erection of structural steel members / roof-trusses / pipes at height more than 2.0 Mts. with
or without crane.
h) Erection of pipes (full length or fabricated) at height more than 2.0 Mts. height with Crane
of 100T capacity.
i) All lifts using 100T Crane plus mechanical pulling.
j) All lifts using two cranes in unison (Tandem Lifting).
k) Any lift exceeding 80% capacity of the lifting equipments (hydra, crane etc.).
l) Laying of pipes (isolated or fabricated) in deep narrow trenches – manually or
mechanically.
m) Maintenance of crane / extension or reduction of crane-boom on roads or in yards.
n) Erection of any item at >2.0 Mts. height using 100T crane or of higher capacity
o) Hydrostatic test of pipes, vessels & columns and water-flushing.
p) Radiography jobs (in-plant & open field)
q) Work in Live Electrical installations / circuits

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 187 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 16 of 90

r) Handling of explosives & Blasting operations


s) Demolishing/ dismantling activities
t) Welding/ gas cutting jobs at height (+2.0 Mts.)
u) Lifting/placing roof-girders at height (+2.0 Mts.)
v) Lifting & laying of metallic / non-metallic sheet over roof/structures.
w) Lifting of pipes, gratings, equipments/ vessels at heights (+2.0 Mts) with & without using
cranes
x) Calibration of equipment, instruments and functional tests at yards / work-sites.
y) Operability test of Pump, Motors (after coupling) & Compressors.
z) Cold or Hot works inside Confined Space.
aa) Transportation & shifting of ODC consignments into project areas.
bb) Working in “charged/Live” elect. Panels
cc) Stress Relieving works (Electrically or by Gas-burners).
dd) Pneumatic Tests
ee) Card board blasting
ff) Chemical cleaning

And take feedback from EIL/Owner. The necessary HSE measures devised shall be put in to
place, prior to start of an activity &also shall be maintained during the course of works, by the
Contractor. Copies of such HIRAC shall be kept available at work sites by the Contractor to
enable all concerned carrying out checks / verification.
A list of typical construction hazards along with their effects & preventive measures is given in
Appendix-E.

3.3.2 Accessibility

 The Contractor shall provide safe means of access(in sufficient numbers)& efficient exit to
any working place including provisions of suitable and sufficient scaffolding at various
stages during all operations of the work for the safety of his workmen and EIL/Owner.
 The Contractor shall implement use of all measures including use of “life line”, “fall-
arresters”, “retractable fall arresters”, “safety nets” etc. during the course of using all safe
accesses& exits, so that in no case any individual remains at risk of slip & fall during their
travel.
 The access to operating plant / project complex shall be strictly regulated. Any person or
vehicle entering such complex shall undergo identification check, as per the procedures in
force / requirement of EIL/Owner.
 Accessibility to ‘confined space’ shall be governed by specific system / regulation, as
established at project site.

3.3.3 Personal Protective Equipment (PPEs)

 The Contractor workmen shall be permitted entry inside the project premises only with
proper PPEs.

 The Contractor shall ensure that all their staff, workers and visitors including their sub-
contractor(s) have been issued (records to be kept) & wear appropriate PPEs like nape strap
type safety helmets preferably with head &sweat band with ¾” cotton chin strap (made of
industrial HDPE), safety shoes with steel toe cap and antiskid sole, full body harness (CЄ
marked and conforming to EN361), protective goggles, gloves, ear muffs, respiratory
protective devices, etc. All these gadgets shall conform to applicable IS Specifications/ CE
or other applicable international standards. The Contractor shall implement a regular
regime of inspecting physical conditions of the PPEs being issued / used by the workmen
of their own & also its sub-agencies and the damaged / unserviceable PPEs shall be
replaced forthwith.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 188 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 17 of 90

 Owner/EIL may issue a comprehensive color scheme for helmets to be used by various
agencies. The Contractor shall follow the scheme issued by the owner/EIL and shall choose
any colour other than white (for Owner) or blue (for EIL) All HSE personnel shall
preferably wear dark green band on their helmet so that workmen can approach them for
guidance during emergencies. HSE personnel shall preferably wear such dresses with
fluorescent stripes, which are noticeable during night, when light falls on them.

 Florescent jackets with respective company logo to be worn by the contractor workmen
with different color coding for categories like supervisor and workmen

 For shot blasting, the usage of protective face shield and helmets, gauntlet and protective
clothing is mandatory. Such protective clothing should conform relevant IS Specification.

 For off-shore jobs/contracts, contractor shall provide PPEs (new) of all types to EIL &
Owner's personnel, at his (contractor's) cost. All personnel shall wear life jacket at all time.

 An indicative list of HSE standards/codes is given under Appendix-A.

 Contractor shall ensure procurement & usage of following safety equipment’s/ accessories
(conforming to applicable IS mark / CE standard) by their staff, workmen & visitors
including their subcontractors all through the span of project construction / pre-
commissioning/ Commissioning:-‘
a. PPEs (Helmet with company name/logo, Spectacle, Ear-muff, Face shield, Hand
gloves, Safety Shoes, Gum boot)
b. Barricading tape / warning signs
c. Rechargeable Safety torch (flame-proof)
d. Safety nets (with tie-chords)
e. Fall arresters
f. Portable ladders (varying lengths)
g. Life-lines (steel wire-rope, dia not less than 8.0 mm)
h. Full body harness (double lanyard)
i. Lanyard
j. Karabiner
k. Retractable fall arresters (various length)
l. Portable fire extinguishers (DCP type) – 5 kg capacity
m. Portable Multi Gas detector
n. Sound level meter
o. Digital Lux meter
p. Fire hoses & flow nozzles
q. Fire blankets / Fire retardant cloth (with eyelets)

3.3.4 Working at height

 The Contractor shall issue permit for working (PFW) at height after verifying and
certifying the checkpoints as specified in the attached permit (Format No. HSE-6). He
shall also undertake to ensure compliance to the conditions of the permit during the
currency of the permit including adherence of personal protective equipment’s.
Contractor’s Safety Officer shall verify compliance status of the items of permit document
after implementation of action is completed by Contractor’s execution / field engineers at
work site. HIRAC for specific works at height duly commented by EIL/Owner, shall be
kept attached with particular Permit for Work (PFW) at site for ready reference & follow-
up.
 Such PFW shall be initially issued for one single shift or expected duration of normal work
and extended further for balance duration, if required. EIL/Owner can devise block-permit

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 189 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 18 of 90

system at any specific area, in consultation with project specific HSE Committee to specify
the time-period of validity of such PFW or its renewal. This permit shall be applicable in
areas where specific clearance from Owner’s Operation Deptt./ Safety Deptt. is not
required. EIL / Owner’s field Engineers/ Safety Officers/ Area Coordinators may verify
and counter sign this permit (as an evidence of verification) during the execution of the job.
 All personnel shall be medically examined & certified by registered doctor, confirming
their ‘medical fitness for working at height. The fitness examination shall be done once in
six months.
 In case work is undertaken without taking sufficient precautions as given in the permit,
EIL/ Owner Engineers may exercise their authority to cancel such permit and stop the work
till satisfactory compliance/rectification is arranged made. Contractors are expected to
maintain a register for issuance of permit and extensions thereof including preserving the
used permits for verification during audits etc.
 The Contractor shall arrange (at his cost) and ensure use of Fall Arrester Systems by his
workers. Fall arresters are to be used while climbing/descending tall structures or vessels /
columns etc. These arresters should lock automatically against the anchorage line,
restricting free fall of the user. The device is to be provided with a double security opening
system to ensure safe attachment or release of the user at any point of rope. In order to
avoid shock, the system should be capable of keeping the person in vertical position in case
of a fall.
 The Contractor shall ensure that Full body harnesses conforming EN361 and having
authorized CЄ marking is used by all personnel while working at height. The lanyards and
life lines should have enough tensile strength to take the load of the worker in case of a fall.
One end of the lanyard shall be firmly tied with the harnesses and the other end with life
line. The harness should be capable of keeping the workman vertical in case of a fall,
enabling him to rescue himself.
 The Contractor shall provide Roof Top Walk Ladders for carrying out activities on sloping
roofs in order to reduce the chances of slippages and falls.
 The Contractor shall ensure that a proper Safety Net System is used wherever the hazard of
fall from height is present. The safety net, preferably a knotted one with mesh ropes
conforming to IS 5175/ ISO 1140 shall have a border rope & tie cord of minimum 12mm
dia. The Safety Net shall be located not more than 6.0 meters below the working surface
extending on either side upto sufficient margin to arrest fall of persons working at different
heights.
 In case of accidental fall of person on such Safety Net, the bottom most portion of Safety
Net should not touch any structure, object or ground.
 Grade separators shall be provided in Pipe-rack/Tech-structures to arrest falling objects like
welding spatters, welding rods, nuts, bolts, tools etc. and to facilitate U/G and A/G works
simultaneously.
 Beam Clamps may be used for construction of localized temporary working platforms,
sheds for welding booths etc. at height in all types of steel structure due to faster
installation and requirement of less scaffolding materials.
 Hanging Platform, manufactured by Standard HSE equipment vendors must be
encouraged for painting of Buildings etc.
 All the tools used at height (like spanner, screw driver etc.) shall be provided with securing
arrangement like back-pack/waist pouch to prevent accidental slippage from worker hand.
 The Contractor shall install temporary lightening arrester in tall structures during
construction to save human life and to avoid damage to equipments & machineries

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 190 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 19 of 90

 The Contractor shall ensure positive isolation while working at different levels like in the
pipe rack areas. The working platforms with toe boards & hand rails shall be sufficiently
strong & shall have sufficient space to hold the workmen and tools & tackles including the
equipment’s required for executing the job. Such working platforms shall have mid-rails, to
enable people work safely in sitting posture.

3.3.5 Scaffoldings& Barricading


 Suitable steel scaffoldings only shall be provided to workmen for all works that cannot be
safely done from the ground or from solid construction except such short period work that
can be safely done using ladders or certified (by 3rd party competent person) man-basket.
When a ladder is used, an extra workman shall always be engaged for holding the ladder.
 The Contractor shall ensure that the scaffolds used during construction activities shall be
strong enough to take the designed load. Main Contractor shall always furnish duly
approved construction-design details of scaffold & SWL (from competent designers) free
of charge, before they are being installed / constructed at site. Owner/EIL reserves the right
to ask the Contractor to submit certification and or design calculations from his Head
office/ Design/ Engineering expert regarding load carrying capacity of the scaffoldings.
 All scaffolds shall be inspected by a competent Scaffolding Inspector of the Contractor. He
shall paste a GREEN tag (duly signed by competent Scaffolding Inspector) on each
scaffold found safe and a RED tag (duly signed by competent Scaffolding Inspector) on
each scaffold found unsafe. Scaffolds with GREEN tag only shall be permitted to be used
and Scaffolds with RED ones shall immediately be made inaccessible. Work being found
continuing on scaffolds with RED tag shall be considered unauthorized work by Contractor
and may invite penalization from EIL/Owner. For every 120-125 m2 /m3 area / volume or
its parts there of minimum one TAG shall be provided.
 The Contractor shall ensure positive barricading (indicative as well as protective) of the
excavated, radiography, heavy lift, high pressure hydrostatic & pneumatic testing and other
such areas. Sufficient warning signs shall be displayed along the barricading areas.
 Scaffolding shall be constructed using foot seals or base plates only.

3.3.6 Electrical installations

 All electrical installations/ connections shall be carried out as per the provisions of latest
revision of following codes/standards, in addition to the requirements of Statutory
Authorities and IE/applicable international rules& regulations:

- OISD STD 173 : Fire prevention & protection system for electrical installations
- SP 30 (BIS) : National Electric Code

 All electrical installations shall be approved by the concerned statutory authorities.

 All temporary electrical installations/ facilities shall be regularly checked by the licensed/
competent electricians of the Contractor and appropriate records shall be maintained in
format no: HSE-12” Inspection of temporary electrical booth/ installation at project
construction site”. Such inspection records are to be made available to EIL/Owner,
whenever asked for.

3.3.6.1 The Contractor shall meet the following requirements:


a. Shall make Single Line Diagram (SLD) for providing connection to each equipment’s &
machinery and the same (duly approved by EIL/Owner) shall be pasted on the front face of
DBs (distribution boards) or JBs (Junction boxes) at every site. (A typical Switch Board
Sketch is attached as Appendix -G).

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 191 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 20 of 90

b. Ensure that electrical systems and equipment including tools & tackles used during
construction phase are properly selected, installed, used and maintained as per provisions
of the latest revision of the Indian Electrical/ applicable international regulations.

c. Shall deploy qualified & licensed electricians for proper & safe installation and for regular
inspection of construction power distribution system/points including their earthing. A
copy of the license shall be submitted to EIL / Owner for records. Availability of at least
one competent (ITI qualified) / licensed electrician (by State Elec. authorities) shall be
ensured at site round the clock to attend to the normal/emergency jobs.

d. All switchboards / welding machines shall be kept in well-ventilated & covered shed/ with
rain shed protection. The shed shall be elevated from the existing ground level to avoid
water logging inside the shed. Installation of electrical switch board must be done taking
care of the prevention of shock and safety of machine.

e. No flammable materials shall be used for constructing the shed. Also flammable materials
shall not be stored in and around electrical equipment / switchboard. Adequate clearances
and operational space shall be provided around the equipment.

f. Fire extinguishers and insulating mats shall be provided in all power distribution centers.

g. Temporary electrical equipment shall not be employed in hazardous area without obtaining
safety permit.

h. Proper housekeeping shall be done around the electrical installations.

i. All temporary installations shall be tested before energizing, to ensure proper earthing,
bonding, suitability of protection system, adequacy of feeders/cables etc.

j. All welders shall use hand gloves irrespective of holder voltage.

k. Multilingual (Hindi, English and local language) caution boards, shock treatment charts and
instruction plate containing location of isolation point for incoming supply, name &
telephone No. of contact person in emergency shall be provided in substations and near all
distribution boards / local panels.

l. Operation of earth leakage device shall be checked regularly by temporarily connecting


series test lamp (2 bulbs of equal rating connected in series) between phase and earth.
ELCB tester /test meter shall be used for testing ELCBs

m. Regular inspection of all installations at least once in a month. (Ref. Format HSE-12).

3.3.6.2 The following features shall also be ensured for all electrical installations during construction
phase by the contractor:

 Each installation shall have a main switch with a protective device, installed in an
enclosure adjacent to the metering point. The operating height of the main switch shall not
exceed 1.5 M. The main switch shall be connected to the point of supply by means of
armoured cable.
 The outgoing feeders shall be double or triple pole switches with fuses / MCBs. Loads in a
three phase circuit shall be balanced as far as possible and load on neutral should not
exceed 20% of load in the phase.
 The installation shall be adequately protected against overload, short circuit and earth
leakage by the use of suitable protective devices. Fuses wherever used shall be HRC type.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 192 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 21 of 90

Use of rewirable fuses shall be strictly prohibited. The earth leakage device shall have an
operating current not exceeding 30 mA.

 All connections to the hand tools / welding receptacles shall be taken through proper
switches, sockets and plugs.

 All single phase sockets shall be minimum 3 pin type only. All unused sockets shall be
provided with socket caps.

 Only 3 core (P+N+E) overall sheathed flexible cables with minimum conductor size of 1.5
mm2 copper shall be used for all single phase hand tools.

 Only metallic distribution boxes with double earthing shall be used at site. No wooden
boxes shall be used.

 All power cables shall be terminated with compression type cable glands. Tinned copper
lugs shall be used for multi-strand wires / cables.

 Cables shall be free from any insulation damage.

 Minimum depth of cable trench shall be 750 mm for MV & control cables and 900 mm for
HV cables. These cables shall be laid over a sand layer and covered with sand, brick & soil
for ensuring mechanical protection. Cables shall not be laid in waterlogged area as far as
practicable. Cable route markers shall be provided at every 25 M of buried trench route.
When laid above ground, cables shall be properly cleated or supported on rigid poles of
atleast 2.1 M high. Minimum head clearance of 6 meters shall be provided at road
crossings.

 Underground road crossings for cables shall be avoided to the extent feasible. In any case
no underground power cable shall be allowed to cross the roads without pipe sleeve.

 All cable joints shall be done with proper jointing kit. No taped/temporary joints shall be
used.

 An independent earthing facility should preferably be established within the temporary


installation premises. All appliances and equipment shall be adequately earthed. In case of
armoured cables, the armour shall be bonded to the earthing system.

 All cables and wire rope used for earth connections shall be terminated through tinned
copper lugs.

 In case of local earthing, earth electrodes shall be buried near the supply point and earth
continuity wire shall be connected to local earth plate for further distribution to various
appliances. All insulated wires for earth connection shall have insulation of green colour.

 Separate core shall be provided for neutral. Earth / Structures shall not be used as a neutral
in any case.
 ON/OFF position of all switches shall be clearly designated / painted for easy isolation in
emergency.

3.3.7 Welding/ Grinding/ Gas cutting

 Contractor shall ensure that flash back arrestors conforming to BS:6158 or equivalent are
installed on all gas cylinders as well as at the torch end of the gas hose, while in use.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 193 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 22 of 90

 All cylinders shall be mounted on trolleys and provided with a closing key. Empty & filled-
up gas cylinders shall be stored separately with TAG, protecting them from direct sun or
rain. Minimum 2 nos. of Portable DCP type fire extinguishers (10 kg) shall be maintained
at the gas cylinder stores. Stacking & storing of compressed gas cylinders shall be arranged
away from DG set, hot works, Elect. Panels / Elec. boards, etc.
 The burner and the hose placed downstream of pressure reducer shall be equipped with
Flash Back Arrester/ Non Return Valve device.
 The hoses for acetylene and oxygen cylinders must be of different colours. Their
connections to cylinders and burners shall be made with a safety collar.
 At end of work, the cylinders in use shall be closed and hoses depressurized.
 Cutting of metals using gases, other than oxygen &acetylene, shall require written
concurrence from Owner.
 Grinding activity shall not be carried out in confined spaces without a valid work permit.
 All grinding/cutting machines shall be guarded and fitted with Dead-Man switch and this
shall not be bypassed any time.
 All welding/grinding machines shall have effective earthing at least at distinctly isolated
two points.
 In order to help maintain good housekeeping, and to reduce fire hazard, live electrode bits
shall be contained safely and shall not be thrown directly on the ground.
 The hoses of Acetylene and Oxygen shall be kept free from entanglement & away from
common pathways / walkways and preferably be hanged overhead in such a manner which
can avoid contact with cranes, hydra or other mobile construction machinery.
 Hot spatters shall be contained / restricted appropriately (by making use of effective fire-
retardant cloth/fabric) and their flying-off as well as chance of contact with near-by
flammable materials shall be stopped.
 The Contractor shall arrange adequate systems & practices for accumulation / collection of
metal & other scraps and remnant electrodes and their safe disposal at regular interval so as
to maintain the fabrication and other areas satisfactorily clean & tidy.
 All gas cylinders must have a cylinder cap on at all times when not in use.

3.3.8 Ergonomics and tools & tackles

 The Contractor shall assign to his workmen, tasks commensurate with their qualification,
experience and state of health.
 All lifting tools, tackles, equipment, trailers, trucks/dumpers, accessories including cranes
shall be tested periodically by statutory/competent authority for their condition and load
carrying capacity. Valid test & fitness certificates from the applicable authority shall be
submitted to Owner/EIL for their review/acceptance before the lifting tools, tackles,
equipment, trailers, trucks/dumpers, accessories and cranes are used.
 Load testing of Cranes must be made mandatory after each modification/alteration of crane
configuration/change in boom length.
 The contractor shall not be allowed to use defective equipment or tools not adhering to
safety norms.
 Contractor shall arrange non-sparking tools for project construction works in operating
plant areas / hydrocarbon prone areas.
 Wherever required the Contractor shall make use of Elevated Work Platforms (EWP) or
Aerial Work Platforms (mobile or stationary) to avoid ergonomical risks and workmen
shall be debarred to board such elevated platform during the course of their shifting/
transportation.
 Contractor shall ensure installation of Safe Load Indicator (SLI) on all cranes (while in use)
to minimize overloading risk. SLI shall have capability to continuously monitor and display
the load on the hook, and automatically compare it with the rated crane capacity at the
operating condition of the crane. The system shall also provide visual and audible warnings
at set capacity levels to alert the operator in case of violations.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 194 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 23 of 90

 The contractor shall be responsible for safe operations of different equipment’s mobilized
and used by him at the workplace like transport vehicles, engines, cranes, mobile ladders,
scaffoldings, work tools, etc.
 The Contractor shall arrange periodical training for the operators of hydra, crane,
excavator, mobile machinery, etc. at site by utilizing services from renowned
manufacturers

3.3.9 Occupational Health

 The contractor shall identify all operations that can adversely affect the health of its
workers and issue & implement mitigation measures.

 For surface cleaning operations, sand blasting shall not be permitted even if not explicitly
stated elsewhere in the contract.

 To eliminate radiation hazard, Tungsten electrodes used for Gas Tungsten Arc Welding
shall not contain Thorium.

 Appropriate respiratory protective devices (hood with respiratory devices) shall be used to
protect workmen from inhalation of air borne contaminants like silica, asbestos, gases,
fumes, etc.

 Workmen shall be made aware of correct methods for lifting, carrying, pushing & pulling
of heavy loads. Wherever possible, manual handling shall be replaced by mechanical lifting
equipment’s.

 For jobs like drilling/demolishing/dismantling where noise pollution exceeds the specified
limit of 85decibels, ear muffs shall be provided to the workers.

 To avoid work related upper limb disorders (WRULD) and backaches, Display Screen
Equipment’s' workplace stations shall be carefully designed & used with proper sitting
postures. Power driven hand-held tools shall be maintained in good working condition to
minimize their vibrating effects and personnel using these tools shall be taught how to
operate them safely & how to maintain good blood circulation in hands.

 The Contractor shall arrange health check-up (by registered medical practitioner) for all the
workers at the time of induction. Health check may have to be repeated if the nature of duty
assigned to him is changed necessitating health check or doubt arises about his wellness.
EIL/Owner reserves the right to ask the contractor to submit medical test reports. Regular
health check-ups are mandatory for the workers assigned with Welding, Radiography,
Blasting, Painting, Heavy Lift and Height (>2m) jobs. All the health check-ups shall be
conducted by registered Medical practitioner and records are to be maintained by the
Contractor.
 The Contractor shall arrange Medical Camps at regular intervals at work sites and labor
colonies to assess health condition of workers.

 The Contractor shall ensure vaccination of all the workers including their families, during
the course of entire project span.

3.3.10 Hazardous substances


 Hazardous, inflammable and/or toxic materials such as solvent coating, thinners, anti-
termite solutions, water proofing materials shall be stored in appropriate containers
preferably with lids having spillage catchment trays and shall be stored in a good ventilated
area. These containers shall be labeled with the name of the materials highlighting the
hazards associated with its use and necessary precautions to be taken. Respective MSDS

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 195 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 24 of 90

(Material Safety Data Sheet) shall be made available at site & may be referred whenever
problem arises.

 Where contact or exposure of hazardous materials are likely to exceed the specified limit or
otherwise have harmful effects, appropriate personal protective equipment’s such as
gloves, goggles/face-shields, aprons, chemical resistant clothing, respirator, etc. shall be
used.

 The work place shall be checked prior to start of activities to identify the location, type and
condition of any asbestos materials which could be disturbed during the work. In case
asbestos material is detected, usage of appropriate PPEs by all personnel shall be ensured
and the matter shall be reported immediately to EIL/ Owner.

3.3.11 Slips, trips & falls

The contractor shall establish a regular cleaning and basic housekeeping programme that covers
all aspects of the workplace to help minimize the risk of slips, trips & falls. The contractor shall
take positive measures like keeping the work area tidy, storing waste in suitable containers &
harmful items separately, keeping passages, stairways, entrances & exits especially emergency
ones clear, cleaning up spillages immediately and replacing damaged carpet/ floor tiles, mats &
rugs at once to avoid slips, trips & falls.

 Grating removal permit system should be implemented during construction phase. So that after
permanent gratings are installed on platforms and tech structure floors; removal of any gratings
for whatever purpose (including for lifting piping material etc.) is required to be sanctioned by
signed permit by HSE officers of both contractor and Engineer-in-charge. The spot where
gratings are removed shall be hard-barricaded during course of work. The removed gratings
shall be re-installed immediately after completion of work or at the time of cessation of work
every day whichever is earlier and the permit shall be closed on daily basis. A register shall be
maintained for recording all the grating removal permits and their closure shall be monitored on
daily basis.

3.3.12 Radiation exposure

 All personnel exposed to physical agents such as ionizing & non-ionizing radiation,
including ultraviolet rays or similar other physical agents shall be provided with adequate
shielding or protection commensurate with the type of exposure involved.

 For Open Field Radiography works, requirements of Bhabha Atomic Research Centre
(BARC)/ Atomic Energy Regulatory Board (AERB) shall be followed.

 The Contractor shall implement an effective system of control (as described in the AERB
regulations) at site for handling radiography-sources & for avoiding its misuse & theft.

 The contractor shall generate the Format No: HSE-8 “Permit for radiation work” before
start of work.

 In case the radiography work has to be carried out at day time, suitable methodology to be
used so that other works, people are not affected.
3.3.13 Explosives/Blasting operations

 Blasting operations shall be carried out as per latest Explosive Rules (Indian/ International)
with prior permission. The Contractor shall obtain license from Chief Controller of
Explosives (CCoE) for collection, transportation, storage of explosives as well as for
carrying out blasting operations.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 196 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 25 of 90

 The Contractor shall prepare exclusive method statement (in cognizance with statutory
requirements) for diffusing unfired explosives, if any, at project site before carrying out
actual task. Nowhere blasting shall be carried out by the Contractor or its agency without
the involvement of competent supervisor and licensed blaster / shot blaster.

3.3.14 Demolition/ Dismantling

 The contractor shall adhere to safe demolishing/ dismantling practices at all stages of work
to guard against unsafe working practices.
 The contractor shall disconnect service lines (power, gas supply, water, etc.)/ make
alternate arrangements prior to start of work and restore them, if required as directed by
EIL/ Owner at no extra cost.
 Before carrying out any demolition/dismantling work, the contractor shall take prior
approval of EIL/Owner and generate the Format No.HSE-9. For revamp jobs in operating
plants where location of underground utilities is not known with certainty, the contractor
shall depute an experienced engineer for supervision and shall make adequate arrangements
for fire-fighting & First-Aid during the execution of these activities.
 The Contractor shall arrange approved HIRAC / Method Statement for the specific
demolition / dismantling task and corresponding action plan commensurate with hazards /
risks associated therein. In no case any activity related to demolition / dismantling shall be
carried out by the Contractor without engaging own supervision / field engineer.

3.3.15 Road Safety

 The Contractor shall ensure adequately planned road transport safety management system.
 The vehicles shall be fitted with reverse warning alarms & flashing lights / fog-lights and
usage of seat belts shall be ensured.
 The Contractor shall also ensure a separate pedestrian route for safety of the workers and
comply with all traffic rules & regulations, including maintaining speed limit of 20 KMPH
or indicated by owner for all types of vehicles / mobile machinery. The maximum
allowable speed shall be adhered to.
 In case of an alert or emergency, the Contractor must arrange clearance of all the routes,
roads, access. The Contractor shall deploy sufficient number of traffic controllers at project
site routes / roads/ accesses, to alert reversing movement of vehicles & machinery as well
as pedestrians.
 Dumpers, Tippers, etc. shall not be allowed to carry workers within the plant area and also
to & from the labour colony to & from project sites.
 Hydras shall only be allowed for handling the materials at fabrication/ storage yards and in
no case shall be allowed to transport the materials over project / plant roads.
 The Contractor shall not deploy any such mobile machinery / equipment, which do not
have competent operator and / or experienced banks-man/ signal-man. Such machinery/
equipment shall have effective limit-switches, reverse-alarm, front & rear-end lights etc.
and shall be maintained in good working order.
 The Contractor shall not carry-out maintenance of vehicles / mobile machinery occupying
space on project / plant roads and shall always arrange close supervision for such works.
 For pipeline jobs, the contractor shall submit a comprehensive plan covering transportation,
loading / unloading of pipes, movement of side booms, movement of vehicles on the ROW,
etc.
 Contractor shall arrange/ install visible road signs, diversion boards, caution boards, etc. on
project roads for safe movement of men and machinery.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 197 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 26 of 90

3.3.16 Welfare measures


Contractor shall, at the minimum, ensure the following facilities at work sites:
 A crèche at site where 10 or more female workers are having children below the age of 6
years.
 Adequately ventilated / illuminated rooms at labour camps & its hygienic up-keeping.
 Reasonable canteen facilities at site and in labour camps at appropriate location depending
upon site conditions. Contractor shall make use of “industrial” variety of LPG cylinder &
satisfactory illumination at the canteens. Necessary arrangement for efficient disposal of
wastes from canteens & urinals /toilets shall also be made and regular review shall be made
to maintain the ambience satisfactorily hygienic &shall also comply with all applicable
statutory requirements.
 Adequately lighted & ventilated Rest rooms at site (separate for male workers and female
workers).
 Provision for suitable mobile toilets to be made available by Contractor for remote/scattered
job locations.
 Urinals, Toilets, drinking water, washing facilities, adequate lighting at site and labour
camps, commensurate with applicable Laws/ Legislation.

3.3.17 Environment Protection

Contractor shall ensure proper storage and utilization methodology of materials that are
detrimental to the environment. Where required, Contractor shall ensure that only the
environment friendly materials are selected and emphasize on recycling of waste materials, such
as metals, plastics, glass, paper, oil & solvents. The waste that cannot be minimized, reused or
recovered shall be stored and disposed of safely. In no way, toxic spills shall be allowed to
percolate into the ground. The contractor shall not use the empty areas for dumping the wastes.
Contractor to submit Environmental Aspect Impact Register detailing the list of activities in his
scope, the respective environmental impact and the actions taken to minimize the impact.
Environmental Aspect Impact Register to be prepared as per Format HSE-18 and to be updated
and maintained till job completion.
The contractor shall strive to conserve energy and water wherever feasible.
The contractor shall ensure dust free environment at workplace by sprinkling water on the
ground at frequent intervals. The air quality parameters for dust, poisonous gases, toxic releases,
harmful radiations, etc. shall be checked by the contractor on daily basis and whenever need
arises.
The contractor shall not be allowed to discharge chemicals, oil, silt, sewage, sullage and other
waste materials directly into the controlled waters like surface drains, streams, rivers, ponds. A
discharge plan suggesting the methods of treating the waste before discharging shall be
submitted to EIL/Owner for approval.
For pipeline jobs, top soil shall be stacked separately while making ROW through fields. This
fertile soil shall be placed back on top after backfilling.
For offshore construction barges, arrangements shall be made for safe disposal of human, food
& other wastes and applicable laws in this regard shall be followed.

3.3.18 Rules & Regulations

All persons deployed at site shall be knowledgeable of and comply with the environmental laws,
rules & regulations relating to the hazardous materials, substances and wastes. Contractor shall
not dump, release or otherwise discharge or disposes off any such materials without the express

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 198 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 27 of 90

authorization of EIL/Owner. An indicative list of Statutory Acts & Rules relating to HSE is
given under Appendix-D.

3.3.19 Weather Protection


Contractor shall take appropriate measures to protect workers from severe storms, rain, solar
radiations, poisonous gases, dust, etc. by ensuring proper usage of PPEs like Sun glasses, Sun
screen lotions, respirators, dust masks, etc. and rearranging/ planning the construction activities
to suit the weather conditions. Effective arrangement (without creating inconvenience to project
facilities & permanent installations) for protecting workmen from hailstorm, drizzle in the form
of temporary shelter shall be made at site.

3.3.20 Communication
All persons deployed at the work site shall have access to effective means of communication so
that any untoward incident can be reported immediately and assistance sought by them.

All health & safety information shall be communicated in a simple & clear language easily
understood by the local workforce.

For information to all, typical subjects that should be communicated are: -

Inside the company (Top to down)


a. Quality Policy
b. HSE Policy contents
c. Environment Policy
d. HSE Objectives
e. Safety Cardinal Rules
f. HSE Target – reached or missed
g. Praises & Warnings to personnel for HSE Management
h. Safety Walk Through Reports and safety defects / shortfalls (by management)
i. HSE Audit results
j. Revised Statutory Health & Safety provisions, if any
k. H & S publicity
l. Suggestions

Inside the Company (Bottom to up)


a. Complaints
b. Compliances on safety defects / shortfalls
c. Suggestions
d. Proposals for changes & improvements
e. HSE Reports (including near-miss reports)

3.3.21 Confined Space Entry


The contractor shall generate a work permit (Format No. HSE -7) before entering a confined
space. People, who are permitted to enter into confined space, must be medically examined &
certified by registered doctor, confirming their ‘medical fitness for working in confined space’.
All necessary precautions mentioned therein shall be adhered to. An attendant shall be
positioned outside a confined space for extending help during an emergency. Effective
communication shall be maintained between personnel in confined space and outside by
combination of visual/voice or portable radio. Compressed gas cylinders shall not be taken into
confine space. Entry Register for confined space to be maintained with the name and time of
entry/exit. All appropriate PPEs and air quality parameters shall be checked before entering a
confined space. It shall be ensured that the piping of the equipment which has to be opened is
pressure- free by checking that blinds are in place, vents are open and volume is drained. Inside
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 199 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 28 of 90

confined space works, only electrical facilities/ installations of 24V shall be permitted.
Contactor shall ensure usage of safe & suitable arrangement of oxygen supply for individual
workmen (during the course of work in confined space), if oxygen concentration is found to be
less than 19.5% (v/v) there.

3.3.22 Heavy Lifts


 The contractor shall submit detailed rigging studies plan for EIL/ Owner approval prior to
lifting equipment which cannot be erected with a crane of approx. 100 MT capacity due to
constraints of its dimensions, location of foundation height, approach & weight.
 Contractor shall generate the format no:HSE-15 “Permit for heavy lift/critical erection”
 The Safe Working Load (SWL) and manufacturer’s serial numbers shall be clearly marked
on the slings and the lifting gears, either by tagging, stamping, engraving or embossing.
 Prior to actual lifting activities, contractor shall check the validity of the crane inspection
certificate issued by statutory/ competent authority. This requirement shall also apply to all
rigging equipment’s utilized for the job.
 The contractor shall, at all times, be responsible for all rigging activities.
 The Contractor shall ensure medical fitness of all workmen who are engaged / involved in
erection of equipment’s, vessels etc. and such fitness checks shall be carried-out every six
months interval with the help of a registered medical practitioner & record shall be
maintained
 Adequate safety measures such as positive barricading, usage of appropriate PPEs, permit
to work, etc. shall be taken during all heavy or critical lifts.
 For lifting any material (irrespective of shape, size or volume), at any height, it is always
advisable to prepare a Plan of Erection (PoE) taking into consideration hazards & risks
associated therein – this can enable people to put their own experiences of various natures
& side-by-side establish a practical method for risk-free erection / lifts. The contractor shall
prepare PoE & shall document the same, when risks are identified as “medium” or “high”
and the same shall be approved by its competent / qualified engineer.
3.3.23 Key Performance Indicators
The contractor shall measure an activity in both leading & trailing indicators for statistical and
performance measurement. The activities pertaining to key performance indicators are covered
in Monthly HSE Report (Format No. HSE-5). The contractor shall try to achieve a statistically
fair record and strive for its continual improvement.

Leading Indicators viz :-

- Number of Safety Inductions carried-out at site (for workmen & staff members)
- Number of HSE inspections carried out
- Number of “Safety Walk Through” carried-out by site-head.
- Number of HSE shortfalls / lapses identified per contractor& closed-out in time.
- Number of Safety Meetings conducted (in-house / with contractors)
- Number of HSE Audits made (internal & external) vis-à-vis non conformances raised
- Number of HSE Awareness / Motivational program conducted by contractors
- Number of HSE Trainings conducted at site for supervisors & workmen
- Study of Near miss case reported
- Encouragements / Awards / Recognitions to workmen, job supervisors & field engineers.
- Suggestions for improvement

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 200 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 29 of 90

Trailing Indicators viz :-

- Calculation of HSE statistics viz frequency rate, severity rate, LTA free manhours, etc.
- Analysis of incidents / accidents (nature, severity, types etc.)
- Study of Incident / Accident with respect to :-

 Variety
 Period of the year / project span
 Timings of the incident / accident
 Age profile of victims
 Body parts involved
 Penalty levied for causing incident / accident

3.3.24 Unsuitable Land Conditions


Contractor shall take appropriate measures and necessary work permits/clearances if work is to
be done in or around marshy areas, river crossings, mountains, monuments, etc. The Contractor
shall make right assessment and take all necessary action for developing work areas to make
them safe & suitable for crane operations or other vehicular movement before carrying out any
project related activity / operation. Contractor shall take all necessary actions to make the
surroundings of its site establishments (site office, stores, lay-down area etc.) work-worthy
safe and secure.

3.3.25 Under Water Inspection

Contractor shall ensure that boats and other means used for transportation, surveying &
investigation works shall be certified seaworthy by a recognized classification society. It shall
be equipped with all life saving devices like life jackets, adequate fire protection arrangements
and shall posses communication facilities like cellular phones, wireless, walkie-talkie. All
divers used for seabed surveys, underwater inspections shall have required authorized license,
suitable life saving kit. Number of hours of work by divers shall be limited as per regulations.
EIL/ Owner shall have the right to inspect the boat and scrutinize documents in this regard.

3.3.26 Excavation

The Contractor shall obtain permission from competent authorities prior to excavation wherever
required.

The Contractor shall locate the position of buried utilities (water line, cable route, etc.) by
referring to project / plant drawing / in consultation with EIL/Owner. The Contractor shall start
digging manually to locate the exact position of buried utilities & thereafter use mechanical
means.

The Contractor shall keep soil heaps at least 1.5 M away from edge or a distance equal to depth
of pit (whichever is more).
All excavated pits greater than 10 Sq.M plan area and depth more than 1.5M shall have at least
two access routes for ingress and egress. Also, additional access routes shall be provided such
that distance between any two access routes shall not be more than 20M.
The Contractor shall maintain sufficient “angle of repose” during excavation – shall also
provide slope or suitable bench as decided by EIL / Owner.

The Contractor shall arrange “battering” or “benching” wherever required for preventing
collapse of edge of excavations.

The Contractor shall identify & arrange de-watering pump or well-point system to prevent earth
collapse due to heavy rain / influx of underground water.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 201 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 30 of 90

The Contractor shall arrange protective fencing/ barricading with warning signal around
excavated pits, trenches, etc. along with minimum 2 (two) entries, exits/ escape ladders.

The Contractor must avoid “underpinning” / under-cutting to prevent collapse of chunk of earth
during excavation

The Contractor shall use “stoppers” to prevent over-run of vehicle wheels at the edge of
excavated pits/ trenches.

The Contractor shall arrange strengthening of “shoring” & “strutting” proactively to avoid
collapse of earth/ edges due to vehicular movement in close proximity of excavated areas/ pits/
trenches, etc.

3.4 Tool Box Talks (TBT)

Contractor shall conduct daily TBT with workers prior to start of work and shall maintain
proper record of the meeting. A suggested format is given below. The TBT is to be conducted
by the immediate supervisor of the workers
The Contractor shall conduct TBT before start of every morning or evening shift or night shift
activities, for alerting the workers on specific hazards and their appropriate dos & don’ts. The
Contractor shall provide sufficient rests to the site workmen and their foremen to avert fatigue
& thereby endangering their lives during the course of site works.

TOOLBOX TALK RECORDING SHEET


Date & Time
Work Location
Subject (Nature of work)
Presenter
Hazards involved
Precautions to be taken
Worker's Name Signature Section

Remarks, in any

The topics during TBT shall include

- Hazards related to work assigned on that day and precautions to be taken.


- Any forthcoming HSE hazards/events/instruction/orders, etc.

The above record can be kept in local language, which workers can read. These records shall be
made available to EIL/ Owner whenever demanded.

3.5 Training & Induction Programme

 Initial induction of workers into Construction oriented activities and appraising them about
the methodology of works and how to carry-out safely and the same should not be inter
mixed with Tool Box Talks or HSE Training. In this regard careful action should be made
& maintained for imparting HSE induction to every individual, irrespective of his
task/designation/level of employment, whereas, HSE Training should be imparted to
specific person/group of people who are to carry-out that specific task more than once – for
example, Riggers must be trained for working at heights, welders must be trained for work
in confined space, fitters/carpenters, mesons must be trained for work at heights, etc.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 202 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 31 of 90

 Contractor shall conduct Safety induction programme on HSE for all his workers and
maintain records. The Gate Pass shall be issued only to those workers who successfully
qualify the Safety induction programme.

 The Contractor shall brief the visitors about the HSE precautions which are required to be
taken before their proceeding to site and make necessary arrangements to issue appropriate
PPEs like Aprons, hard hats, ear-plugs, goggles & safety shoes etc., to his visitors. The
Contractor shall always maintain relevant acknowledgement from visitor on providing him
brief information on HSE actions.

 Contractor shall ensure that all his personnel possess appropriate training to carry out the
assigned job safely. The training should be imparted in a language understood by them and
should specifically be trained about

- Potential hazards to which they may be exposed at their workplace


- Measures available for prevention and elimination of these hazards

The topics during training shall cover, at the minimum: -

- Why safety should be considered during work - explanation


- Education about hazards and precautions required
- Employees’ duties & responsibilities
- Emergency and evacuation plan
- HSE requirements during project activities
- Fire fighting and First-Aid
- Use of PPEs
- Occupational health issues – dos & don’ts
- Local laws on intoxicating drinks, drugs, smoking in force
- Common environmental subjects – lighting, ventilation, vibration, smoke/fumes etc.

 Records of the training shall be kept and submitted to EIL/ Owner.

 The Contractor shall make regular program for conducting Safety Training on various
topics related to various activities & their safe-guarding utilizing experienced persons /
outside agency / faculty. A program for Safety Training (indicative list as per Appendix –F)
shall be furnished by the Contractor in its HSE Plan.

 For offshore and jetty jobs, contractor shall ensure that all personnel deployed have
undergone a structured sea survival training including use of lifeboats, basket landing, use
of radio communication etc. from an agency acceptable to Owner/EIL.

3.6 ADDITIONAL SAFETY REQUIREMENTS FOR WORKING INSIDE A RUNNING


PLANT

As a minimum, the contractor shall ensure adherence to following safety requirements while
working in or in the close vicinity of an operating plant:

a) Contractor shall obtain permits for Hot work, Cold work, Excavation and Confined Space
from Owner in the prescribed format.

b) The contractor shall monitor record and compile list of his workers entering the operational
plant/unit each day and ensure & record their return after completing the job.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 203 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 32 of 90

c) Contractor’s workers and staff members shall use designated entrances and proceed by
designated routes to work areas only assigned to them. The workers shall not be allowed to
enter units' area, tanks area, pump rooms, etc. without work authorization permit.

d) Work activities shall be planned in such a way so as to minimize the disruption of other
activities being carried out in an operational plant/unit and activities of other contractors.

e) The contractor shall submit a list of all chemicals/toxic substances that are intended to be
used at site and shall take prior approval of the Owner.

f) Specific training on working in a hydrocarbon plant shall be imparted to the work force and
mock drills shall be carried out for Rescue operations/First-Aid measures.

g) Proper barricading/cordoning of the operational units/plants shall be done before starting


the construction activities. No unauthorized person shall be allowed to trespass. The height
and overall design of the barricading structure shall be finalized in consultation with the
Owner and shall be got approved from the Owner.

h) Care shall be taken to prevent hitting underground facilities such as electrical cables,
hydrocarbon piping during execution of work.

i) Barricading with water curtain shall be arranged in specific/critical areas where


hydrocarbon vapors are likely to be present such as near horton spheres or tanks.
Positioning of fire tenders (from owner) shall also be ensured during execution of critical
activities.

j) Emergency evacuation plan shall be worked out and all workmen shall be apprised about
evacuation routes. Mock drill operations may also be conducted.

k) Flammable gas test shall be conducted prior to any hot work using appropriate measuring
instruments. Sewers, drains, vents or any other gas escaping points shall be covered with
flame retardant tarpaulin.

l) Respiratory devices shall be kept handy while working in confined zones where there is a
danger of inhalation of poisonous gases. Constant monitoring of presence of
Gas/Hydrocarbon shall be done.

m) Clearance shall be obtained from all parties before starting hot tapping, patchwork on live
lines and work on corroded tank roof.

n) Positive isolation of line/equipment by blinding for welding/cutting/grinding shall be done.


Closing of valve will not be considered sufficient for isolation.

o) Welding spatters shall be contained properly and in no case shall be allowed to fall on the
ground containing oil. Similar care shall be taken during cutting operations.

p) The vehicles, cranes, engines, etc. shall be fitted with spark arresters on the exhaust pipe
and got it approved from Safety Department of the Owner.

q) Plant air should not be used to clean any part of the body or clothing or use to blow off dirt
on the floor.

r) Gas detectors should be installed in gas leakage prone areas as per requirement of Owner's
plant operation personnel.

s) Experienced full time safety personnel shall be exclusively deployed to monitor safety
aspects in running plants.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 204 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 33 of 90

3.7 Self Assessment and Enhancement


The contractor shall develop a method of check & balance through self assessment &
enhancement techniques and shall explore the opportunities for continual improvement in the
HSE system.

3.8 HSE Promotion


The contractor shall encourage his workforce to promote HSE efforts at workplace by way of
organizing workshops/ seminars/ training programmes, celebrating HSE awareness weeks
&National Safety Day, conducting quizzes & essay competitions, distributing pamphlets,
posters & material on HSE, providing incentives for maintaining good HSE practices and
granting incentives / bonus for completing the job without any lost time accident.

3.9 Lock Out and Tag Out (LOTO) for Isolation of Energy Source

 Contractor shall follow the LOTO/ Isolation procedure of owner for all energy source
isolations installed/under purview by/of owner i.e. “Brown field”
 For all the other energy source (not under purview of client/owner) i.e. “Green field”
Contractor shall develop a system to ensure the isolation of equipments, pipelines, Vessel,
electrical panels from the energy source covering following as minimum:-

- Identification of all energy source viz electrical, mechanical, hydraulic, pneumatic,


chemical, thermal, gravitational, radiation and other forms of stored or kinetic
energy.
- Establishing the energy isolation devices viz: manually operated electrical circuit
breakers, disconnection switches, blind flanges, etc.
- Installation of Lock Out devices for preventing the inadvertent release of stored
energy and Tag Out devices (“Danger”, “Do Not operate” or Do not Remove” tags)
to indicate that testing, maintenance or servicing is underway and the device cannot
be operated until the tag out device is removed.
- Lock Out and Tag out log book
- Permit for isolation and de-isolation of energy source as per format NO: HSE-16
- Availability of competent persons like experienced operators at substations, pump
house, units, etc, supervisors etc.
 Contractor shall ensure that all the sources are locked out and tagged properly before giving
clearance to start the job.
 After the completion of job, contractor shall ensure all tools and tackles are removed and
nobody is present in the working area and signing on LOTO log book.
 Only on confirmation of above the contractor will remove their lock and tag from the
isolation points and give instructions for energizing the same. Only the person carrying out
the task shall himself carry the key for the lock in /Lock out.

4.0 DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR


4.1 On Award of Contract
The Contractor shall submit a comprehensive Health, Safety and Environmental Plan or
programme for approval by EIL/Owner prior to start of work. The Contractor shall participate in
the pre-start meeting with EIL/Owner to finalize HSE Plans which shall including the
following:
- HSE policy & Objectives
- Job procedure to be followed by the Contractor for construction activities including
handling of equipment’s, scaffolding, electric installations, etc. describing the risks
involved, actions to be taken and methodology for monitoring each activity. Indicative list
of procedures is enclosed as Annexure-H
- EIL/Owner review/audit requirement.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 205 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 34 of 90

- Organization structure along with responsibility and authority, on HSE activities.


- Administrative & disciplinary steps involving implementation of HSE requirements
- Emergency evacuation plan/ procedures for site and labour camps
- Procedures for reporting & investigation of accidents and near misses.
- HSE Inspection
- HSE Training programmes at project site
- HSE Awareness programmes, at project site
- Reference to Rules, Regulations and statutory requirements.
- HIRAC
- Environment Aspect Impact Register
- Legal Register
- HSE documentation viz reporting, analysis & record keeping.

4.2 During Job Execution


Contractor shall implement approved Health, Safety and Environment management programme
including but not limited to as brought out under para 3.0. Contractor shall also ensure:
 to arrange workmen compensation insurance, registration under ESI Act, third party
liability insurance, registration under BOCW Act etc., as applicable.
 to arrange all HSE permits before start of activities (as applicable), like permits for hot
work, working at heights (Refer Format No. HSE-6), confined space (Refer Format No.
HSE-7), Radiation Work Permit (Refer Format No. HSE-8), Demolishing/ Dismantling
Work Permit (Refer Format No. HSE-9), Permit for erection/modification & dismantling of
scaffolding (Refer Format No:HSE-14),Permit for heavy lift/critical erection (Refer Format
No:HSE-15) ,Permit for energy Isolation & De-isolation” (HSE-16) ,storage of chemical
/explosive materials & its use and implement all precautions mentioned therein. In this
regard, requirements of Oil industry Safety Directorate Standard No. Std-105 "Work
Permit Systems” shall be complied with while working in existing Oil or Gas processing
plants. List of the persons involved shall be maintained as annexure to the work permit
issued for a particular activity.
 to submit, timely, the completed checklist on HSE activities in Format No.HSE-1, Monthly
HSE report in Format No.HSE-5 (use of web based package (www.eil.co.in/conthse) is
compulsory wherever the facility is available else a hard copy is to be submitted), accident/
incident reports, investigation reports etc. as per EIL/Owner requirements. Compliance of
instructions on HSE shall be done by Contractor and informed urgently to EIL/Owner.
 that his top most executive at site attends all the Safety Committee/HSE meetings arranged
by EIL/Owner and carries out safety walk regularly. Only in case of his absence from site
that a second senior most person shall be nominated by him, in advance, and
communicated to EIL/Owner for performing the above tasks.
 display at site office and at prominent locations HSE Policy, caution boards, list of
hospitals, emergency services available, safety signs like Men at work, Speed Limits,
Hazardous Area, various do’s & don’ts, etc.
 provide posters, banners for safe working to promote safety consciousness.
 identify, assess, analyze & mitigate the construction hazards& incorporate relevant control
measures before actually executing site works. (HIRAC = Hazard Identification, Risk
Analysis and Control).
 identify, assess, analyze & mitigate the environmental impact & incorporate relevant
control measures through Environmental Aspect Impact Register
 Identify and comply to all applicable HSE related legal requirements by preparing and
maintaining a Legal register
 arrange testing, examination, inspection of own as well as borrowed construction
equipment’s / machinery (stationary &mobile) before being used at site and also at
periodical interval, through own resources and also by 3rd party competent agencies (as
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 206 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 35 of 90

deemed fit in statutes). Records of such test, examination etc. shall be maintained & shall
be submitted to EIL/Owner as & when asked for.
 carryout audits/ inspection (internal & external) at his works as well as sub-contractor
works as per approved HSE plan/ procedure/ programme & submit the compliance reports
of identified shortfalls for EIL/Owner review.
 arranging HSE training for site workmen (of his own & sub-contractors) through internal or
external faculty at periodical intervals.
 Assistance& cooperate during HSE audits by EIL/Owner or any other 3rd party and submit
compliance report.
 Generate & submit of HSE records/report as per this specification.
 apprise EIL/Owner on HSE activities at site regularly.
 carry-out all dismantling activities safely, with prior approval of EIL/Owner representative.
 The Contractor shall ensure that “Hot works” and painting works do not continue at the
same place / location at project site for which chance or probability of “fire” incident
exists.

4.3 During Short Listing of the Sub-Contractors


The contractor shall review the HSE management system of the sub-contractors in line with the
requirements given in this specification. The contractor shall be held responsible for the
shortcomings observed in the HSE management system of the sub-contractor(s) during
execution of the job.

5.0 RECORDS
At the minimum, the contractor shall maintain/ submit HSE records in the following reporting
formats:
Safety Walk Through Report HSE-1
Accident/ Incident Report HSE-2
Supplementary Accident/ Incident Investigation report HSE-3
Near Miss Incident Report HSE-4
Monthly HSE Report HSE-5
Permit for working at height HSE-5
Permit for working in confined space HSE-7
Permit for radiation work HSE-8
Permit for demolishing/ dismantling HSE-9
Daily Safety checklist HSE-10
Housekeeping Assessment & compliance HSE-11
Inspection of temporary electrical booth/installation HSE-12
Inspection for scaffolding HSE-13
Permit for erection/modification &dismantling of scaffolding HSE-14
Permit for heavy lift/critical erection. HSE-15
Permit for Energy isolation and de-isolation. HSE-16
Permit for Excavation HSE-17
Inspection reports of Equipment/tools/tackles *
Report of Toolbox talks As indicated in
specification
PPE issue report/register *
Site inspection reports *
Training records *

(*) The formats shall be developed in consultation with EIL/Owner.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 207 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 36 of 90

APPENDIX-A
(Sheet 1 of 2)
A. IS CODES ON HSE

SP: 53 Safety code for the use, Care and protection of hand operated tools.
IS: 838 Code of practice for safety & health requirements in electric and gas welding
and cutting operations
IS: 1179 Eye & Face precautions during welding, equipment etc.
IS: 1860 Safety requirements for use, care and protection of abrasive grinding wheels.
IS: 1989 (Pt -II) Leather safety boots and shoes
IS: 2925 Industrial Safety Helmets
IS: 3016 Code of practice for fire safety precautions in welding & cutting operation.
IS: 3043 Code of practice for earthing
IS: 3764 Code of safety for excavation work
IS: 3786 Methods for computation of frequency and severity rates for industrial injuries
and classification of industrial accidents
IS: 3696 Safety Code of scaffolds and ladders
IS: 4083 Recommendations on stacking and storage of construction materials and
components at site
IS: 4770 Rubber gloves for electrical purposes
IS: 5121 Safety code for piling and other deep foundations
IS: 5216 (Pt-I) Recommendations on Safety procedures and practices in electrical works
IS: 5557 Industrial and Safety rubber lined boots
IS: 5983 Eye protectors
IS: 6519 Selection, care and repair of Safety footwear
IS: 6994 (Pt-I) Industrial Safety Gloves (Leather & Cotton Gloves)
IS: 7293 Safety Code for working with construction Machinery
IS: 8519 Guide for selection of industrial safety equipment for body protection
IS: 9167 Ear protectors
IS: 11006 Flash back arrestor (Flame arrestor)
IS: 11016 General and safety requirements for machine tools and their operation
IS: 11057 Specification for Industrial safety nets
IS: 11226 Leather safety footwear having direct moulded rubber sole
IS: 11972 Code of practice for safety precaution to be taken when entering a sewerage
system
IS: 13367 Code of practice-safe use of cranes
IS: 13416 Recommendations for preventive measures against hazards at working place

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 208 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 37 of 90

APPENDIX-A
(Sheet 2 of 2)

B. INTERNATIONAL STANDARDS ON HSE

Safety Glasses : ANSI Z 87.1, ANSI ZZ 87.1, AS 1337, BS 2092,


BS 1542, BS 679, DIN 4646/ 58311

Safety Shoes : ANSI Z 41.1, AS 2210, EN 345

Hand Gloves : BS 1651

Ear Muffs : BS 6344, ANSI S 31.9

Hard Hat : ANSI Z 89.1/89.2, AS 1808, BS 5240, DIN 4840

Goggles : ANSI Z 87.1

Face Shield : ANSI Z 89.1

Breathing Apparatus : BS 4667, NIOSH

Welding & Cutting : ANSI Z49.1

Safe handling of compressed:P-1 (Compressed Gas Association Gases in cylinders 1235


Jefferson Davis Highway,
Arlington VA 22202 - USA)

Full body harness : EN-361

Lanyard : EN-354

Karabiner : EN-362 and EN-12275

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 209 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 38 of 90

APPENDIX-B
DETAILS OF FIRST AID BOX
------------------------------------------------------------------------------------------------------------------------
SL. DESCRIPTION QUANTITY
NO.
------------------------------------------------------------------------------------------------------------------------

1. Small size Roller Bandages, 1 Inch Wide (Finger Dressing small) 6 Pcs.
2. Medium size Roller Bandages, 2 Inches Wide (Hand & Foot Dressing) 6 Pcs.
3. Large size Roller Bandages, 4 Inches Wide (Body Dressing Large) 6 Pcs.
4. Large size Burn Dressing (Burn Dressing Large) 4 Pkts.
5. Cotton Wool (20 gms packing) 4 Pkts.
6. Antiseptic Solution Dettol (100 ml.) or Savlon 1 Bottle
7. Mercurochrome Solution (100 ml.) 2% in water 1 Bottle
8. Ammonia Solution (20 ml.) 1 Bottle
9. A Pair of Scissors 1 Piece
10. Adhesive Plaster (1.25 cm X 5 m) 1 Spool
11. Eye pads in Separate Sealed Pkt. 4 pcs.
12. Tourniqut 1 No.
13. Safety Pins 1 Dozen
14. Tinc. Iodine/ Betadin (100 ml.) 1 Bottle
15. Polythene Wash cup for washing eyes 1 No.
16. Potassium Permanganate (20 gms.) 1 Pkt.
17. Tinc. Benzoine (100 ml.) 1 Bottle
18. Triangular Bandages 2 Nos.
19. Band Aid Dressing 5 Pcs.
20. Iodex/Moov (25 gms.) 1 Bottle
21. Tongue Depressor 1 No.
22. Boric Acid Powder (20 gms.) 2 Pkt.
23. Sodium Bicarbonate (20 gms.) 1 Pkt.
24. Dressing Powder (Nebasulf) (10 gms.) 1 Bottle
25. Medicinal Glass 1 No.
26. Duster 1 No.
27. Booklet (English& Local Language) 1 No. each
28. Soap 1 No.
29. Toothache Solution 1 No.
30. Vicks (22 gms.) 1 Bottle
31. Forceps 1 No.
32. Note Book 1 No.
33. Splints 4 Nos.
34. Lock 1 Piece
35. Life Saving/Emergency/Over-the counter Drugs As decided at site

-----------------------------------------------------------------------------------------------------------------
Box size: 14" x 12" x 4"
-----------------------------------------------------------------------------------------------------------------

Note : The medicines prescribed above are only indicative. Equivalent medicines can also be used.
A prescription, in this regard, shall be required from a qualified Physician.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 210 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 39 of 90

APPENDIX-C

TYPE OF FIRES VIS-À-VIS FIRE EXTINGUISHERS

Fire
Extinguisher
Multi-purpose
Fire Water Foam CO2 Dry Powder
(ABC)

Originated from can control can control


  minor surface 
paper, clothes, wood minor surface
fires fires

Inflammable liquids
like alcohol, diesel,     
petrol, edible oils,
bitumen
Originated from
gases like LPG,     
CNG, H2

Electrical fires     

LEGEND : : CAN BE USED

: NOT TO BE USED

Note: Fire extinguishing equipment must be checked atleast once a year and after every use by an
authorized person. The equipment must have an inspection label on which the next
inspection date is given. Type of extinguisher shall clearly be marked on it.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 211 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 40 of 90

APPENDIX-D

List of Statutory Acts & Rules Relating to HSE

- The Indian Explosives Act and Rules


- The Motor Vehicle Act and Central Motor Vehicle Rules
- The Factories Act and concerned Factory Rules
- The Petroleum Act and Petroleum Rules
- The Workmen Compensation Act
- The Gas Cylinder Rules and the Static & Mobile Pressure Vessels Rules
- The Indian Electricity Act and Rules
- The Indian Boiler Act and Regulations
- The Water (Prevention & Control & Pollution) Act
- The Water (Prevention & Control of Pollution) Cess Act
- The Mines & Minerals (Regulation & Development) Act
- The Air (Prevention & Control of Pollution) Act
- The Atomic Energy Act
- The Radiation Protection Rules
- The Indian Fisheries Act
- The Indian Forest Act
- The Wild Life (Protection) Act
- The Environment (Protection) Act and Rules
- The Hazardous Wastes (Management & Handling) Rules
- The Manufacturing, Storage & import of Hazardous Chemicals Rules
- The Public Liability Act
- The Building and Other Construction Workers (Regulation of Employment and Condition of service)
Act
- Other Statutory Acts like EPF, ESIS, Minimum Wage Act.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 212 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 41 of 90

APPENDIX-E (Sheet 1 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(A) Falling into pit Personal injury Provide guard rails/ barricade with warning
EXCAVATION signal.
Provide atleast two entries/ exits.
Pit Excavation Provide escape ladders.
upto 3.0m Earth Collapse Suffocation/ Provide suitable size of shoring and strutting, if
Breathlessness required.
Buried Keep soil heaps away from the edge equivalent to
1.5m or depth of pit whichever is more.
Don't allow vehicles to operate too close to
excavated areas. Maintain atleast 2m distance
from edge of cut.
Maintain sufficient angle of repose. Provide
slope not less than 1:1 and suitable bench of 0.5m
width at every 1.5m depth of excavation in all
soils except hard rock.
Battering/benching the sides.
Contact with Electrocution Obtain permission from competent authorities,
buried electric Explosion prior to excavation, if required.
cables Locate the position of buried utilities by referring
Gas/ Oil to plant drawings.
Pipelines Start digging manually to locate the exact
position of buried utilities and thereafter use
mechanical means.
Pit Excavation Same as above Can cause Prevent ingress of water.
beyond 3.0m plus drowning situation Provide ring buoys.
Flooding due to Identify and provide suitable size dewatering
excessive rain/ pump or well point system.
underground
water
Digging in the Building/Structure Obtain prior approval of excavation method from
vicinity of may collapse local authorities.
existing Building/ Loss of health & Use under-pining method.
Structure wealth Construct retaining wall side by side.
Movement of May cause cave-in Barricade the excavated area with proper lighting
vehicles/ or slides. arrangements.
equipment’s close Persons may get Maintain at least 2m distance from edge of cut
to the edge of cut. buried. and use stop blocks to prevent over-run.
Strengthen shoring and strutting.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 213 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 42 of 90

APPENDIX-E: (Sheet 2 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Narrow deep Same as above May cause severe Battering/ benching of sides.
excavations for plus injuries or prove Provide escape ladders.
pipelines, etc. Frequent cave-in fatal
or slides
Flooding due to May arise drowning Same as above plus
Hydro- static situation Bail out accumulated water.
testing Maintain adequate ventilation.
Rock by Improper May prove fatal Ensure proper storage, handling & carrying of
excavation handling of explosives by trained personnel.
blasting explosives Comply with the applicable explosive acts &
rules.
Uncontrolled May cause severe Allow only authorized persons to perform
explosion injuries or prove blasting operations.
fatal Smoking and open flames are to be strictly
prohibited.
Scattering of Can hurt people Use PPE like goggles, face mask, helmets etc.
stone pieces in
atmosphere
Rock excavation Entrapping of May cause severe Barricade the area with red flags and blow siren
by blasting persons/ animals. injuries or prove before blasting.
(Contd.) fatal
Misfire May explode Do not return to site for atleast 20 minutes or
suddenly unless announced safe by designated person.
Piling Work Failure of pile- Can hurt people Inspect Piling rigs and pulley blocks before the
driving beginning of each shift.
equipment
Noise pollution Can cause deafness Use personal protective equipments like ear
and psychological plugs, muffs, etc.
imbalance.
Extruding Can hurt people Barricade the area and install sign boards.
rods/casing Provide first-aid.
Working in the Can cause Keep sufficient distance from Live-Electricity as
vicinity of 'Live- electrocution/ per IS code.
Electricity' Asphyxiation Shut off the supply, if possible.
Provide artificial/rescue breathing to the injured.
(B) Air pollution by May affect Wear respirators or cover mouth and nose with
CONCRETING cement Respiratory System wet cloth.
Handling of Hands may get Use gloves & other PPE.
ingredients injured
Protruding Feet may get Provide platform above reinforcement for
reinforcement injured movement of workers or provide end caps for
rods. protection on reinforcement bars.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 214 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 43 of 90

APPENDIX-E : (Sheet 3 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Earthing of Can cause Ensure earthing of equipments and proper
electrical electrocution/ functioning of electrical circuit before
mixers, asphyxiation commencement of work.
vibrators, etc.
not done.
Falling of Persons may get Use hard hats.
materials from injured Remove surplus material immediately from work
height place.
Ensure lighting arrangements during night hours.
Continuous Cause tiredness of Insist on shift pattern.
pouring by same workers and may Provide adequate rest to workers between
gang lead to accident. subsequent pours.
Revolving of Parts of body or Allow only mixers with hopper.
concrete mixer/ clothes may get Provide safety cages around moving motors.
vibrators entrapped. Ensure proper mechanical locking of vibrator.
Super-structure Same as above Shuttering/props Avoid excessive stacking on shuttering material.
plus may collapse and Check the design and strength of shuttering
Deflection in prove fatal material before commencement of work.
props or Rectify immediately the deflection noted during
shuttering concreting.
material
Passage to work Improperly tied and Ensure the stability and strength of passage
place designed before commencement of work.
props/planks may Do not overload and stand under the passage.
collapse
(C) Curtailment and Persons may get Use PPE like gloves, shoes, helmets, etc.
REINFORCE- binding of rods injured Avoid usage of shift tools.
MENT Carrying of rods Workers may get Provide suitable pads on shoulders and use safety
for short injured their hands gloves.
distances/at and shoulders. Tie up rods in easily liftable bundles.
heights Ensure proper staging.
Checking of Rods may cut or Use measuring devices like tape, measuring rods,
clear distance/ injure the fingers etc.
cover with hands
Hitting projected Persons may get Use safety shoes and avoid standing
rods and injured and fell unnecessarily on cantilever rods.
standing on down Avoid wearing of loose clothes.
cantilever rods.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 215 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 44 of 90

APPENDIX-E: (Sheet 4 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Falling of material May prove fatal Use helmets.
from height Provide safety nets.

Transportation of Protruded rods may Use red flags/lights at the ends.


rods by trucks/ hit the persons Do not protrude the rods in front of or by the side
trailers of driver's cabin.
Do not extend the rods 1/3rd of deck length or
1.5m whichever is less.
(D) Welding radiates Radiation can Use specified shielding devices and other PPE of
WELDING invisible damage eyes and correct specifications.
AND GAS ultraviolet and skin. Avoid thoriated tungsten electrodes for GTAW.
CUTTING infra-red rays
Improper Explosion may occur Move out any leaking cylinder.
placement of Keep cylinders in vertical position.
oxygen and Use trolley for transportation of cylinders and
acetylene cylinders chain them.
Use flashback arrestors.
Leakage/ cuts in May cause fire Purge regulators immediately and then turn off.
hoses Never use grease or oil on oxygen line
connections and copper fittings on acetylene
lines.
Inspect regularly gas carrying hoses.
Always use red hose for acetylene & other
fuel gases and black for oxygen.
Opening-up of Cylinder may burst Always stand back from the regulator while
cylinder opening the cylinder.
Turn valve slowly to avoid bursting.
Cover the lug terminals to prevent short
circuiting.
Welding of tanks, Explosion may occur Empty & purge them before welding.
container or pipes Never attach the ground cable to tanks, container
storing flammable or pipe storing flammable liquids.
liquids Never use LPG for gas cutting.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 216 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 45 of 90

APPENDIX-E: (Sheet 5 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(E) Ionizing Radiations may react Ensure Safety regulations as per BARC/AERB
RADIOGRAPHY radiation with the skin and can before commencement of job.
cause cancer, skin Cordon off the area and install Radiation warning
irritation, dermatitis, symbols.
etc. Restrict the entry of unauthorized persons.
Wear appropriate PPE and film badges issued by
BARC/AERB.
Transportation Same as above Never touch or handle radiography source with
and Storage of hands.
Radiography Store radiography source inside a pit in an
source exclusive isolated storage room with lock and
key arrangement. The pit should be approved by
BARC/AERB.
Radiography source should never be carried
either in passenger bus or in a passenger
compartment of trains.
BARC/AERB has to be informed before source
movement.
Permission from Director General of Civil
Aviation is required for booking radio isotopes
with airlines.
Loss of Radio Same as above Try to locate with the help of Survey Meter.
Isotope Inform BARC/AERB (*)
(F) Short circuiting Can cause Use rubberized hand gloves and other PPE.
ELECTRICAL Electrocution or Fire Don't lay wires under carpets, mats or door ways.
INSTALLATION Allow only licensed electricians to perform on
AND USAGE electrical facilities.
Use one socket for one appliance.
Ensure usage of only fully insulated wires or
cables.
Don't place bare wire ends in a socket.
Ensure earthing of machineries and equipments
Do not use damaged cords and avoid temporary
connections.
Use spark-proof/ flame proof type field
distribution boxes.

(*) Atomic Energy Regulatory Board (AERB),


Bhabha Atomic Research Centre (BARC)
Anushaktinagar, Mumbai – 400 094

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 217 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 46 of 90

APPENDIX-E: (Sheet 6 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY
HAZARD HAZARD
PREVENTIVE MEASURES
Do not allow open/bare connections.
Provide all connections through 30mA ELCB.
Protect electrical cables/equipments from water
and naked flames.
Check all connections before energizing.
Overloading of Bursting of system Display voltage and current ratings prominently
Electrical can occur which with 'Danger' signs.
System leads to fire Ensure approved cable size, voltage grade and
type.
Switch off the electrical utilities when not in use.
Do not allow unauthorized connections.
Ensure proper grid wise distribution of Power.
Improper laying Can cause Do not lay unarmoured cable directly on ground,
of overhead and electrocution and wall, roof of trees.
underground prove fatal Maintain atleast 3m distance from HT cables.
transmission All temporary cables should be laid atleast 750
lines/cables mm below ground on 100 mm fine sand
overlying by brick soling.
Provide proper sleeves at crossings/ inter-
sections.
Provide cable route markers indicating the type
and depth of cables at intervals not exceeding
30m and at the diversions/ termination.
(G) Small fires can Cause burn injuries In case a fire breaks out, press fire alarm system
FIRE become big ones and may prove fatal and shout "Fire, Fire".
PREVENTION and may spread Keep buckets full of sand & water/ fire
AND to the extinguishing equipment near hazardous locations
PROTECTION surrounding Confine smoking to 'Smoking Zones' only.
areas Train people for using specific type of fire
fighting equipments under different classes of
fire.
Keep fire doors/ shutters, passages and exit doors
unobstructed.
Maintain good housekeeping and first-aid boxes
(for details refer Appendix-B).
Don't obstruct assess to Fire extinguishers.
Do not use elevators for evacuation during fire.
Maintain lightening arrestors for elevated
structures.
Stop all electrical motors with internal
combustion.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 218 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 47 of 90

APPENDIX-E : (Sheet 7 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Move the vehicles from dangerous locations.
Remove the load hanging from the crane booms.
Remain out of the danger areas.
Improper It may not Ensure usage of correct fire extinguisher meant
selection of Fire extinguish the fire for the specified fire (for details refer Appendix-
extinguisher C).
Do not attempt to extinguish Oil and electric
fires with water. Use foam cylinders/ CO2/ sand
or earth.
Improper storage Same as above Maintain safe distance of flammable substances
of highly from source of ignition.
inflammable Restrict the distribution of flammable materials
substances to only min. necessary amount.
Construct specifically designed fuel storage
facilities.
Keep chemicals in cool and dry place away from
heat. Ensure adequate ventilation.
Before welding operation, remove or shield the
flammable material properly.
Store flammable materials in stable racks,
correctly labeled preferably with catchment
trays.
Wipe off the spills immediately.
Short circuiting Same as above Don't lay wires under carpets, mats or door
of electrical Can cause ways.
system Electrocution Use one socket for one appliance.
Use only fully insulated wires or cables.
Do not allow open/bare connections.
Provide all connections through 30mA ELCB.
Ensure earthing of machineries and equipments.
(H) Crossing the Personal injury Obey speed limits and traffic rules strictly.
VEHICULAR Speed Limits Always expect the unexpected and be a
MOVEMENT (Rash driving) defensive driver.
Use seat belts/ helmets.
Blow horn at intersections and during
overtaking operations.
Maintain the vehicle in good condition.
Do not overtake on curves, bridges and slopes.
Adverse weather Same as Above Read the road ahead and ride to the left.
condition Keep the wind screen and lights clean.
Do not turn at speed.
Recognize the hazard, understand the defense
and act correctly in time.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 219 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 48 of 90

APPENDIX-E : (Sheet 8 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Consuming Same as above Alcohol and driving do not mix well. Either
alcohol before choose alcohol or driving.
and during the If you have a choice between hitting a fixed
driving object or an on-coming vehicle, hit the fixed
operation object.
Quit the steering at once and become a passenger.
Otherwise take sufficient rest and then drive.
Do not force the driver to drive fast and round the
clock.
Do not day dream while driving.
Falling objects/ May prove fatal Ensure effective braking system, adequate
Mechanical visibility for the drives, reverse warning alarm.
failure Proper maintenance of the vehicle as per
manufacturer instructions.
(I) Bursting of May cause injury Prepare test procedure & obtain EIL/ Owner's
PROOF TESTING piping and prove fatal approval.
(HYDROSTATIC/ Collapse of Provide separate gauge for pressurizing pump
PNEUMATIC tanks and piping/equipment.
TESTING) Tanks flying off Check the calibration status of all pressure
gauges, dead weight testers and temperature
recorders.
Take dial readings at suitable defined intervals
and ensure most of them fall between 40-60% of
the gauge scale range.
Provide safety relief valve (set at pressure
slightly higher than test pressure) while testing
with air/ nitrogen.
Ensure necessary precautions, stepwise increase
in pressure, tightening of bolts/nuts, grouting, etc.
before and during testing.
Keep the vents open before opening any valve
while draining out of water used for hydro-testing
of tanks.
Pneumatic testing involves the hazard of released
energy stored in compressed gas. Specific care
must therefore be taken to minimize the chance
of brittle failure during a pneumatic leak test.
Test temperature is important in this regard and
must be considered when the designer chooses
the material of construction.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 220 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 49 of 90

APPENDIX-E : (Sheet 9 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
A pressure relief device shall be provided, having
a set pressure not higher than the test pressure
plus the lesser of 345 KPa (50 psi) or 10% of the
test pressure.
The gas used as test fluid, if not air, shall be
nonflammable and nontoxic.
(J) Person can fall May sustain severe Provide guard rails/barricade at the work place.
WORKING AT down injuries or prove Use PPE like full body harness, life line, helmets,
HEIGHTS fatal safety shoes, etc.
Obtain a permit before starting the work at height
above 3 meters.
Fall arrest and safety nets, etc. must be installed.
Provide adequate working space (min. 0.6 m).
Tie/weld working platform with fixed support.
Use roof top walk ladder while working on a
slopping roofs.
Avoid movement on beams.
May hit the Keep the work place neat and clean.
scrap/material Remove the scrap immediately.
stacked at the
ground or in
between
Material can fall May hit the workers Same as above plus
down working at lower Do not throw or drop materials or equipment
levels and prove from height i.e. do not bomb materials.
fatal All tools to be carried in a tool-kit Bag or on
working uniform.
Remove scrap from the planks.
Ensure wearing of helmet by the workers
working at lower levels.
(K) Suffocation/ Unconsciousness, Use respiratory devices, if reqd.
CONFINED drowning death Avoid over crowding inside a confined space.
SPACES Provide Exhaust fans for ventilation
Do not wear loose clothes, neck ties, etc.
Fulfill conditions of the permit.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 221 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 50 of 90

APPENDIX-E: (Sheet 10 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Check for presence of hydrocarbons, O2 level.
Obtain work permit before entering a confined
space.
Ensure that the connected piping of the
equipment which is to be opened is pressure free,
fluid has been drained, vents are open and piping
is positively isolated by a blind flange.

Presence of Inhalation can pose Same as above plus


foul smell and threat to life Check for hydrocarbon and Aromatic compounds
toxic before entering a confined space.
substances Depute one person outside the confined space for
continuous monitoring and for extending help in
case of an emergency.
Ignition/ flame Person may sustain Keep fire extinguishers at a hand distance.
can cause fire burn injuries or Remove surplus material and scrap immediately.
explosion may occur Do not smoke inside a confined space.
Do not allow gas cylinders inside a confined
space.
Use low voltage (24V) lamps for lighting.
Use tools with air motors or electric tools with
max. voltage of 24V.
Remove all equipments at the end of the day.
(L) Failure of load Can cause accident Avoid standing under the lifted load and within
HANDLING lifting and and prove fatal the operating radius of cranes.
AND moving Check periodically oil, brakes, gears, horns and
LIFTING equipment’s tyre pressure of all moving machinery.
EQUIPMENTS Check quality, size and condition of all chain
pulley blocks, slings, U-clamps, D-shackles, wire
ropes, etc.
Allow crane to move only on hard, firm and
leveled ground.
Allow lifting slings as short as possible and
check gunny packings at the friction points.
Do not allow crane to tilt its boom while moving.
Install Safe Load Indicator.
Ensure certification by applicable authority.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 222 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 51 of 90

APPENDIX-E : (Sheet 11 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
Overloading of Same as above Safe lifting capacity of derricks and winches
lifting written on them shall be got verified
equipments The max. safe working load shall be marked on
all lifting equipment’s
Check the weight of columns and other heavy
items painted on them and accordingly decide
about the crane capacity, boom and angle of
erection
Allow only trained operators and riggers during
crane operation.
Overhead Can cause Do not allow boom or other parts of crane to
electrical wires electrocution and come within 3m reach of overhead HT cables.
fire Hook and load being lifted shall preferably
remain in full visibility of crane operators.
(M) Person can fall Person May sustain Provide guard rails for working at height.
SCAFFOLDI- down severe injuries and Face ladder while climbing and use both hands.
NG, prove fatal Ladders shall extend about 1m above landing for
FORMWORK easy access and tying up purpose.
AND Do not place ladders against movable objects and
LADDERS maintain base at 1/4 unit of the working length of
the ladder.
Suspended scaffolds shall not be less than 500
mm wide and tied properly with ropes.
No loose planks shall be allowed.
Use PPE, like helmets, safety shoes, etc.
Failure of Same as above Inspect visually all scaffolding materials for
scaffolding stability and anchoring with permanent
material structures.
Design scaffolding for max. load carrying
capacity.
Scaffolding planks shall not be less than 50x250
mm full thickness lumber or equivalent. These
shall be cleated or secured and must extend over
the end supports by at least 150mm and not more
than 300mm.
Don't overload the scaffolds.
Do not splice short ladders to make a longer one.
Vertical ladders shall not exceed 6m.
Material can Persons working at Remove excess material and scrap immediately.
fall down lower level gets Carry the tools in a tool-kit bag only.
injured Provide safety nets.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 223 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 52 of 90

APPENDIX-E: (Sheet 12 of 12)

CONSTRUCTION HAZARDS, THEIR EFFECTS & PREVENTIVE MEASURES (…Contd.)

TYPE OF EFFECT OF
ACTIVITY PREVENTIVE MEASURES
HAZARD HAZARD
(N) Personal Can cause injury or Do not take rest inside rooms built for welding
STRUCTU- negligence and casualty machines or electrical distribution system.
RAL danger of fall Avoid walking on beams at height.
WORKS Wear helmet with chin strap and full body
harness while working at height.
Use hand gloves and goggles during grinding
operations.
Cover or mark the sharp and projected edges.
Do not stand within the operating radius of
cranes.
Lifting/ slipping Same as above Do not stand under the lifted load.
of material Stack properly all the materials. Avoid slippage
during handling.
Control longer pieces lifted up by cranes from
both ends.
Remove loose materials from height.
Ensure tightening of all nuts & bolts.
(O) Erection/ Can cause injury Do not stand under the lifted load.
PIPELINE lowering failure Do not allow any person to come within the
WORKS radii of the side boom handling pipes.
Check the load carrying capacity of the lifting
tools & tackles.
Use Safe Load Indicators (SLI)
Use appropriate PPEs.
Other Same as above Wear gum boots in marshy areas.
Allow only one person to perform signaling
operations while lowering of pipes.
Provide night caps on pipes.
Provide end covers on pipes for stoppage of pigs
while testing/ cleaning operations.
(P) Pollution in Can cause personal Ensure the blasting is done in enclosed shed.
GRIT neighboring injury Keep safe distance while blasting operations.
BLASTING area, hit by grits Wear positive pressure blast hood or helmet
and high with view-window, ear-muff/plug, gloves,
pressure air overall or leather coat /apron, rubber shoes.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 224 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 53 of 90

APPENDIX-F

TRAINING SUBJECTS / TOPICS


(For contractors’ personnel)

1. The Law & Safety – Statutory Requirement / Applicable statutes / Duties of employer / employee
2. Policy & Administration – Why HSE? / Duties & Responsibilities of Safety Personnel at project
site / Effect of incentive on accident prevention
3. HSE & Supervision – Duties of Supervisor / HSE integrated supervision/ Who should be held
responsible for site accidents?
4. Safety Budget / Cost of Accidents – Direct costs / Indirect costs
5. Hazard Identification / Type of hazards / HIRAC
6. Behavioural Safety & Motivation
7. Housekeeping – Storage / Stacking / Handling of materials / Hydra handling
8. Occupational Health in Construction sector
9. Personal Protective Equipments – Respiratory & Non- respiratory
10. Electricity & Safety – ELCB / Fuse / Powered tools / Project illumination
11. Handling of Compressed Gas – Transportation / Storage / FBAs / Fire prevention
12. Machine Safety – Machine guarding / Maintenance
13. Transportation – Hazards & risks in transp. of materials / ODC consignments
14. Cranes & Other Lifting machinery – Legal requirements vis-à-vis essential safety requirements.
15. Communication – HSE Induction/ TBTs/ Safety Committee/ Safety meeting/ Safety propaganda/
Publicity.
16. Excavation – Risks & Dangers / Safety measures
17. Working at Heights – Use of ladder / Work on roofs / Scaffolds / Double harness lanyards / Life-
line / Fall arrester / Safety Nets / Floor openings
18. Hazards in Welding & important safety precautions
19. Gas Cutting – Hazards & safety measures
20. Fire prevention & fire protection

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 225 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 54 of 90

APPENDIX - G
CONSTRUCTION POWER BOARD (typ.)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 226 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 55 of 90

APPENDIX-H

LIST OF PROCEDURES (MINIMUM) TO BE FORMING PART OF HSE PLAN:-

A. HSE Management Procedures:

 HSE Risk Management (including HIRA)


 HSE Legal Compliance and Other Requirements
 HSE Objectives & Performance
 HSE Training and Competence (including Induction)
 HSE Motivation &Award Scheme
 HSE Audits
 HSE Meetings
 HSE Sub Contractor Management
 HSE Emergency Management
 HSE Incidents Reporting and Management
 HSE Reports
 HSE Management System Review
 HSE Change Management
 HSE procedure for Behaviour based Safety
 First Aid & Management
 Roles, Responsibility, Accountabilities and Authorities

B. Job procedures/ Safe Operating procedures

 Setting Up Site & Signages


 Handling of Electrical Appliances
 Working at Height
 Confined Space Entry
 Permit to Work (including hot works)
 Housekeeping
 Lifting Operations
 Transportation of Materials including Manual Handling
 Compressed Air Tools and Units
 Earthmoving Operations & excavation
 Scaffolding
 Fire Prevention/ Protection
 Hazardous Substance Handling & Storage
 Radiation Hazard
 Personal Protective Equipment

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 227 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 56 of 90

FORMAT NO. : HSE-1 REV 0


(Sheet 1 of 6)
SAFETY WALK-THROUGH REPORT
(Name & signature of walk through performer to be inserted at the bottom of each page)

Project : _____________ Report no. : ___________

Date : _____________ Contractor : ___________

Inspection by :_____________ Owner : ___________

Frequency : Monthly Job no. : ___________

Note : Write ‘NA’ wherever the item is not applicable


Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
1. HOUSEKEEPING
a) Waste containers provided and used
b) Sanitary facilities adequate and Clean
c) Passageways and Walkways Clear
d) General neatness of working areas
e) Other
2. PERSONNEL PROTECTIVE EQUIPMENT
a) Goggles; Shields
b) Face protection
c) Hearing protection
d) Foot protection
e) Hand protection
f) Respiratory Masks etc.
g) Full body harness conforming to CЄ, EN 361
h) Hard hat (HDPE)
i) Other
3. EXCAVATIONS/ OPENINGS
a) Openings properly covered or barricaded
b) Excavations shored
c) Excavations barricaded
d) Overnight lighting provided
e) Other

Safety walk-through performer (Name & Signature) …………………………………………….

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 228 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 57 of 90

FORMAT NO. : HSE-1 REV 0


(Sheet 2 of 6)

Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
4. WELDING & GAS CUTTING

a) Gas cylinders chained upright

b) Cables and hoses not obstructing

c) Screens or shields used

d) Flammable materials protected

e) Live electrode bits contained properly

f) Fire extinguisher (s) accessible

g) Other

5. SCAFFOLDING & BARRICADING

a) Fully decked platforms

b) Guard and intermediate rails in place

c) Toe boards in place

d) Adequate shoring

e) Adequate access

f) Positive barricading for critical activities

g) Installation of warning signs

h) Other

6. LADDERS

a) Extension side rails 1 m above

b) Top of landing

c) Properly secured

d) Angle + 700 from horizontal

e) Other

Safety walk-through performer (Name & Signature) ……………………………………………..

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 229 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 58 of 90

FORMAT NO. : HSE-1 REV 0


(Sheet 3 of 6)

Non
SL. Satisfactory
ITEM satisfactory Remarks Action
NO. / Yes
/No
7. HOISTS, CRANES AND DERRICKS

a) Condition of cables and sheaves OK

b) Condition of slings, chains, hooks and eyes


O.K.
c) Inspection and maintenance log-books
maintained
d) Outriggers used

e) Reverse horn installed / active / coupled with


gear
f) Signs/barricades provided

g) Signals observed and understood

h) Qualified operators

i) Other

8. MACHINERY, TOOLS AND EQUIPMENT

a) Proper instruction

b) Safety devices

c) Proper cords

d) Inspection and maintenance

e) Other

9. VEHICLE AND TRAFFIC

a) Rules and regulations observed

b) Inspection and maintenance

c) Licensed drivers

d) Other

Safety walk-through performer (Name & Signature) …………………………………

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 230 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITES Page 59 of 90

FORMAT NO. : HSE-1 REV 0


(Sheet 4 of 6)

Non
SL. Satisfactory
ITEM satisfactory Remarks Action
NO. / Yes
/No
10. TEMPORARY FACILITIES

a) Emergency instructions posted

b) Fire extinguishers provided

c) Fire-aid equipment available

d) Secured against storm damage

e) General neatness

f) In accordance with electrical requirements

g) Other

11. FIRE PREVENTION

a) Personnel trained & instructed to make use


of facility
b) Fire extinguishers checked periodically &
record maintained
c) No smoking in Prohibited areas.
d) Fire Hydrants not obstructed

e) Regular fire drill conducted

12. ELECTRICAL

a) Use of 3-core armored cables everywhere

b) Usage of 'All insulated' or 'double-insulated'


electrical tools
c) All electrical connection are routed through
ELCB
d) Natural Earthing at the source of power
(Main DB)
e) Continuity and tightness of earth conductor

f) Effective covering of junction boxes, panels


and other energized wiring places
g) Ground fault circuit interrupters provided

h) Prevention of tripping hazards maintained

f) DCP extinguishers arranged & licensed


electrician engaged at site

Safety walk-through performer (Name & Signature) …………………………………………

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 231 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 60 of 90

FORMAT NO. : HSE-1 REV 0


(Sheet 5 of 6)

Non
SL. Satisfactory/
ITEM satisfactory/ Remarks Action
NO. Yes
No
14. HANDLING AND STORAGE OF
MATERIALS
a) Safely stored or stacked
b) Passageways clear / free from obstructions
c) Fire fighting facility in place
15. FLAMMABLE GASES AND LIQUIDS
a) Containers clearly identified / protected from
fire
b) Safe storage & transportation arrangement
made
c) Fire extinguishers positioned nearby
d) Facilities kept away from electric spark, hot
spatters & ignition source.
16. WORKING AT HEIGHT
a) Approved Erection plan and work permit in
place
b) Safe access, Safe work platform & Safety
nets provided
c) Life lines, Fall arrester, Full body harness
with double lanyards used;
d) Health Check record available for workers
going up?
e) Protective handrails arranged around floor
openings
17. CONFINED SPACE
a) Work Permit obtained from requisite
authority
b) Test for toxic gas and sufficient availability
of oxygen conducted & status
c) Supervisor present at site & at least one
person outside the confined space for
monitoring deputed
d) Availability of safe means of entry, exit and
ventilation (register for entry & exit
maintained)
e) Fire extinguisher and first-aid facility
ensured
f) Lighting provision made by using 24V Lamp
g) Proper usage of PPEs ensured
18. RADIOGRAPHY
a) Proper storage and handling of source as per
BARC/ AERB guidelines (authorized
radiographer available)
b) Work permit obtained

Safety walk-through performer (Name & Signature)…………………………………………

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 232 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 61 of 90

FORMAT NO. : HSE-1 REV 0


(Sheet 6 of 6)

Non
SL. Satisfactory
ITEM satisfactory Remarks Action
NO. / Yes
/No
c) Cordoning of the area done
d) Use of appropriate PPE's ensured
e) HSE training to workers/supervisors
imparted during the fortnight (indicate topic)
f) Minimum occupancy of workplace ensured

19. HEALTH CHECKS

a) All Workers medically examined and found


be fit for working at heights (slinging,
rigging, painting etc.)
in confined space
in excavation / trenching
in shot blasting
b) Availability of First Aid box with contents
c) Proper sanitation at site, office and labour
camps
d) Arrangement of medical facilities.
e) Measures for dealing with illness at site &
labour camps.
f) Availability of Potable drinking water for
workmen & staff.
g) Provision of crèches for children.

h) Stand by vehicle / ambulance available for


evacuation of injured
20. ENVIRONMENT

a) Chemical and Other Effluents properly


disposed
b) Cleaning liquid of pipes disposed off
properly
c) Seawater used for hydro-testing disposed off
as per agreed procedure
d) Lubricant Waste/ Engine oils properly
disposed
e) Waste from Canteen, offices, sanitation etc.
disposed properly
f) Disposal of surplus earth, stripping materials,
Oily rags and combustible materials done
properly
g) Green belt protection

Safety walk-through performer (Name & Signature) …………………………………………

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 233 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 62 of 90

FORMAT NO. : HSE-2 REV 0


(Sheet 1 of 3)

ACCIDENT / INCIDENT REPORT

(To be submitted by Contractor after every Incident / Accident within 24 hours to EIL/ Owner)

Report No.: ____________________________ Date: ______________________


Project site: ____________________________ Name of work: _______________________
Contractor’s name: ________________ Contractor’s Job Engineer (name) ________

Non-disabling injury (Non- Hospitalized but resumed duty before end of 48 hrs
LTA)
Disabling injury (other LTA) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTA): Death / Expiry
First Aid case (non LTA) Resume duty after first aid

Name of the injured: _______________________ Father's name of victim: _________________


Sub Contractor’s Name: ……………………………………………………………………………….
Gate Pass No.: ……….. Age: _____Yrs. Victim’s medical fitness exam. (Pre-empl.) date: ______

Date & time of Accident / Incident: _______________________________________________


Names of Witnesses: (1) ________________ (2) ___________________ (3) ________________
Profession of victim:
Bar bender Carpenter Meson
Fitter Helper Gas cutter
Grinder Welder Electrician
Driver Rigger M/c. operator
Engineer Manager Other/ specify

Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify

Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above

Location where the incident happened: ___________________________________________


______________________________________________________________________________

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 234 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 63 of 90

FORMAT NO. : HSE-2 REV 0


(Sheet 2 of 3)

Activity / Works that were continuing during incident / accident: -


Excavation Demolition Concrete carrying
Concrete pouring Transportation of materials Transportation of
(manually) materials (mechanically)
Work on or adjacent to water Work at height (+2.0 mts) Scaffold preparation
Scaffold dismantling Piling works Welding
Grinding Gas-cutting Pipe fit-ups & fabrication
Structural fabrications Machine works Hydro-testing works
Electrical works Erection activities Other/specify

What exactly the victim was doing just before the incident / accident? ..........................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify

Parts of body involved in incident / accident


Head Face Eyes
Throat Arm (above wrist) Hand (including wrist)
Fingers Truck (Abdomen / Back / Throat
Chest / Shoulder)
Leg (above ankle) Foot (incl. ankle) Toes
Multiple Other/specify

Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)

Contact with (Temp./ Contact with chemicals or Vehicle accident


extremes) oils
Other/specify

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 235 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 64 of 90

FORMAT NO. : HSE-2 REV 0


(Sheet 3 of 3)

Medical Aid provided:- (indicate specific aids / treatment etc.)


………………………………………………………………………………………………………….
…………………………………………………………………………………………………………..
-------------------------------------------------------------------------------------------------------------------------
Actions taken to prevent recurrence of similar incident / accident: ………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
……………………………………………………………………………………………………………
………………………………………………………………………………………………………...

__________________________________________________________________________________

Intimation to local authorities (Dist. Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

To : Owner
: RCM/Site-in-charge EIL (3 copies)

Divisional Head (Constn.) through RCM


Project Manager, EIL, through RCM

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 236 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 65 of 90

FORMAT NO. : HSE-3 REV 0


(Sheet 1 of 5)

SUPPLEMENTARY INCIDENT / ACCIDENT INVESTIGATION REPORT


TICK THE APPROPRIATE ONE AS APPLICABLE (furnish within 72 hours)
Supplementary to Incident / Accident Report No: ______ (Copy enclosed)
Report No.: ____________________________ Date: ______________________
Project site: ____________________________ Name of work: _______________________
Contractor’s name: ________________ Contractor’s Job Engineer (name) ________

Non-disabling injury (Non- Hospitalized but resumed duty before end of 48 hrs
LTA)
Disabling injury (other LTA) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTA): Death / Expiry
First Aid case (non LTA) Resume duty after first aid

Name of the injured: _______________________ Father's name of victim: _________________


Sub Contractor’s Name: ……………………………………………………………………………….
Gate Pass No.:……….. Age: _____Yrs. Victim’s medical fitness exam. (Pre-empl.) date: ______

Date & time of Accident / Incident: _______________________________________________


Names of Witnesses: (1) ________________ (2) ___________________ (3) ________________
Profession of victim:
Bar bender Carpenter Meson
Fitter Helper Gas cutter
Grinder Welder Electrician
Driver Rigger M/c. operator
Engineer Manager Other/specify

Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify

Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above

Location where the incident happened: ___________________________________________


______________________________________________________________________________

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 237 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 66 of 90

FORMAT NO. : HSE-3 REV 0


(Sheet 2 of 5)
Activity / Works that were continuing during incident / accident: -
Excavation Demolition Concrete carrying
Concrete pouring Transportation of materials Transportation of
(manually) materials (mechanically)
Work on or adjacent to water Work at height (+2.0 mts) Scaffold preparation
Scaffold dismantling Piling works Welding
Grinding Gas-cutting Pipe fit-ups & fabrication
Structural fabrications Machine works Hydro-testing works
Electrical works Erection activities Other/specify

What exactly the victim was doing just before the incident / accident? ..........................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….

Particular of tools & tackles being used and condition of the same after incident/accident:
…………………………………………………………………………….........................................
………………………………………………………………………………………………………

Description of Incident/Accident (How the incident was caused):


……………………………………………………………………………………….
………………………………………………………………………………………………………
………………………………………………………………………………………………………
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify

Parts of body involved in incident / accident


Head Face Eyes
Throat Arm (above wrist) Hand (including wrist)
Fingers Truck (Abdomen / Back / Throat
Chest / Shoulder)
Leg (above ankle) Foot (incl. ankle) Toes
Multiple Other/specify

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 238 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 67 of 90

FORMAT NO. : HSE-3 REV 0


(Sheet 3 of 5)
Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)

Contact with (Temp./ Contact with chemicals or Vehicle accident


extremes) oils
Other/specify

Name & Designation of person who provided First-Aid to the victim: …………………………………

Name & Telephone number of Hospital where the victim was treated _________________________

Mode of transport used for transporting victim – Ambulance / Private car / Tempo / Truck / Others

How much time taken to shift the injured person to Hospital ________________________________

In case of FATAL incident, indicate clearly the BOCW Registration No. of the victim/ Company
……………………………………………………………………………………………

Comments of Medical Practitioner, who treated / attended the victim/injured (attached / described
here) _____________________________________________________________________

What actions are taken for investigation of the incident, please indicate clearly – (Video film /
Photography / Measurements taken etc. ………………………………………………………………..)

Immediate cause (Please tick the right applicable) –


Hazardous methods or Poor housekeeping Inadequate or improper
procedures inadequately PPE
guarded
Environmental hazards improper illumination/ Working on dangerous
(excess noise/ space Moving on oval surface equipment
constraint/ inadequate
ventilation)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 239 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 68 of 90

FORMAT NO. : HSE-3 REV 0


(Sheet 4 of 5)

Failure to secure Horse-play Failure to use PPE

Inattention to surroundings Improper use of hands & By-passing safety devices


body-parts
Unsafe mixing or placement Bypassing standard Failure in communication
of tools & tackles procedures
Operating without authority Improper use of equipment drug or alcoholic
or tools & tackles influence
excessive haste Others(specify)

Basic cause

Over confidence Impulsiveness over-exertion


Faulty judgement or poor Failing to keep attention Nervousness & Fear
understanding constantly
Fatigue Defective vision Ill health or sickness

Slow reaction Others(specify)

Root cause

Inadequate Engg Improper Design Inadequate Planning &


organization
Inadequate knowledge Inadequate skill Inadequate training
Inadequate supervision Improper work procedure Inadequate compliance
with standard
Substandard performance Inadequate maintenance Improper inspection

Others(specify)

Loss of man days and impact on site works, (if any) –

Remarks from Contractor’s Safety Officer/ Engineer –

Was the victim performing relevant tasks for which he was engaged /employed? Yes / No
Was the Supervisor present on work-site during the incident? Yes / No
Have the causes of incident rightly identified? Yes / No

Cause of Accident was_____________________________________________________________

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 240 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 69 of 90

FORMAT NO. : HSE-3 REV 0


(Sheet 5 of 5)

Remedial measures recommended by Safety Officer of Contractor for avoiding similar incident in
future :
……………………………………………………………………………………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
…………………………………………………………………………………………………….……
………………………………………………………………………………………………………….

Intimation to local authorities (Dist. Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..
………………………………………………………………………………………………………….

Safety Officer Site Head / Resident Construction Manager


(Signature and Name) (Signature and Name)
Stamp of Contractor

To : Owner
: RCM / Site-in-charge of EIL (3 copies)
Divisional Head (Constn.) through RCM
     Project Manager EIL, through RCM 

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 241 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 70 of 90

FORMAT NO. : HSE-4 REV 0

NEAR MISS INCIDENT/ DANGEROUS OCCURRENCE SUGGESTED PROFORMA


(to be submitted within 24 hours)

 Near Miss : Human injury escaped & no damage to property, equipment or interruption to work.
 Dangerous Occurrence: Damage to property, equipment or interruption of work, but not
resulting in personal injury/ illness, e.g. Fire incident, collapse of structure, crane failure, etc.

Report No.: _________________

Name of Site: _________________________ Date: ______________________

Name of work: __________________________ Contractor: __________________

__________________________________________________________________________________

Incident reported by :

Date & Time of Incident :

Location :

__________________________________________________________________________________

Brief description of incident

__________________________________________________________________________________

Probable cause of incident

__________________________________________________________________________________

Suggested corrective action

__________________________________________________________________________________

Steps taken to avoid recurrence Yes No

To : Owner
: RCM/Site-in-charge EIL (3 copies)

Divisional Head (Constn.) through RCM


Project Manager EIL, through RCM

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 242 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 71 of 90

FORMAT NO. : HSE-5 REV 1


MONTHLY HEALTH, SAFETY & ENVIRONMENTAL (HSE) REPORT
(To be submitted by each Contractor)
Actual work start Date: _______________ For the Month of: __________________
Project: ____________________________ Report No: ________________________
Name of the Contractor: ______________ Status as on : ______________________
Name of Work : _____________________ Job No : __________________________
(Contractor in consultation with EIL shall generate the reports through web based
package(www3.eil.co.in/eilhse)only.
UPTO
THIS
ITEM PREVIOUS CUMULATIVE
MONTH
MONTH
1) Average number of Staff & Workmen
(average daily headcount, not man days)
2)Total Man-hours worked
3) Number of Induction programmes conducted
4) Number of HSE meetings organized at site
5) Number of HSE awareness programmes conducted at site
6) Number of Tool Box Talks conducted
7) Number of Lost Time Accidents (LTA) Fatal
Other LTA
8) Number of Loss Time Injuries (LTI) Fatalities
Other LTI
9) Number of Non-Loss Time Accidents
10) Number of First Aid Cases
11) Number of Near Miss Incidents
12) No. of unsafe acts/ practices detected
13) No. of disciplinary actions taken against staff/ workmen
14) Man-days lost due to accidents
15) LTA Free man-hours i.e. LTA free man-hours counted from the
Last LTA (enter date: ……….)
16) Frequency Rate (No. of LTA per 2 lacs man-hours worked)
17) Severity Rate (No. of man days lost per 2 lacs man-hours worked)
18) Loss Time Injury Frequency (No. of LTI per 2 lacs man-hours
worked)
19) No. of activities for which HIRAC completed
20) No. of incentives/ awards given
21) No. of occasions on which penalty imposed by EIL/ Owner
22) No. of Audits conducted
23) No. of pending NCs in above Audits
24) Compensation cases raised with Insurance
25) Compensation cases resolved and paid to workmen
26) No of Vehicular Accident cases
27) No of fire/Explosion cases
28) Whether workmen compensation policy taken Yes No
29) Whether workmen compensation policy is valid Yes No
30) Whether workmen registered under ESI Act, as applicable Yes No
31) Whether HIRAC Register prepared and updated Yes No
32) Whether Environment Aspect Impact Register prepared and Yes No
updated
33) Whether Legal Register prepared and updated Yes No
Remarks, if any
Date:
Prepared by Safety Officer Approved by Site Head / Resident Construction Manager
(Signature and Name) (Signature and Name)
To : - OWNER
- RCM EIL (2 copies)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 243 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 72 of 90

FORMAT NO. : HSE-6 REV 0


PERMIT FOR WORKING AT HEIGHTS (ABOVE 2.0 METER)
(In duplicate to be issued daily for site and for office)
Permit No…………….. Name of Main Contractor…………………………
Name of work executing agency / sub agency / vendor ……………………………………………….…...
Date……………… Exact Location of work……………………………………
Nature of work …………………………………….. Duration of work (from) ………… (to) ……….......
Number of workers covered within this permit ……………………………………………………………
(List enclosed with name & gate pass numbers.)

Sl. Status of compliance


Items / Subjects
No. (Yes / No)
1 Work areas / Equipments inspected
2 Work area cordoned off
3 Adequate lighting is provided
4 Precautions against public traffic taken
5 Concerned persons in & around have been alerted & cautioned
Hazards / risks involved in routine / non-routine task assessed and control
6
measures have been implemented at specific task
7 ELCB provided for electrical connection & found working
8 Ladder safely attached / fixed
9 Scaffoldings are checked and TAGs are found used correctly
10 Working platforms are provided and are found sound /safe for use
Safe access & egress arrangements (e.g. ladders, fall arresters, life-lines etc.)
11
are satisfactorily incorporated
a. Openings on platform / floors are effectively cordoned / covered
12
b. Safety Nets are provided wherever required
Use of following safety gadgets by people working at area under this permit, is
checked and found satisfactory -
Safety helmet
13 Safety harness (full body) with double lanyard
Safety Shoes
Safety gloves
Safety goggles
14 Housekeeping of work area found satisfactorily tidy / clean & clear
Adequate measures have been taken for works being continued at the ground
15
level, when simultaneous works are permitted overhead at that very location.
16 Materials are not thrown from heights on to ground
17 Medical examination of workers are made & found satisfactory
Responsible job engineer / supervisor found physically present at work spot for
18
overall administration of work as well as safety of people.

Above items have been checked & compliance has been found in place. Hence work is permitted to
start / continue at the above-mentioned location. Work shall not start till identified lapses are rectified.

Additional Precautions, if any …………………………………………………………….


……………………………………………………………………………………………..

Work Permit issued by Verification By


Contractor Engineer/ RCM Contractor Safety Officer

AT THE END OF THE DAY/WORK:


All works at height are completed & workmen have returned safely from work location at (time)
………….. (date) ……………

(Sig. Contractor Engineer)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 244 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 73 of 90

FORMAT NO. : HSE-7 REV 0

CONFINED SPACE ENTRY PERMIT


Project site ____________________________ Sr. No. _________________________
Name of the work _______________________ Date ___________________________
Name of Contractor _____________________ Nature of work ___________________
Exact location of work ___________________

Safety Requirements POSITIVE ISOLATION OF THE VESSEL IS MANDATORY


(A) Has the equipment been ?
Y NR Y NR Y NR
 Isolated from  water flushed &/or  radiation sources
power/steam/air steamed removed
 isolated from liquid or  Man ways open &  proper lighting
gases ventilated provided
 depressurized &/or  cont. inert gas flow 
drained arranged
 blanked/ blinded/  adequately cooled 
disconnected
(B) Expected Residual Hazards
 lack of O2  combustible gas/ liquid  H2S / toxic gases
 corrosive chemicals  pyrophoric iron / scales  electricity / static
 heat/ steam / frost  high humidity  ionizing radiation
  
(C) Protection Measures
 gloves  ear plug / muff  goggles / face shield
 protective clothing  dust / gas / air line mask  personal gas alarm
 grounded air duct/ blower/  attendant with SCBA/air  rescue equipment/
AC mask team
 Fire fighting arrangements  safety harness & lifeline  communication
equipment
  
Authorization / Renewal (It is safe to enter the confined space)
Signature Time Signature
No. of Contractor's Contractor's From To Workman
Name of persons
persons Supervisor Safety
allowed
allowed Officer

Permit Closure :
(A) Entry  was closed  stopped  will continue on .................

(B)  Site left in a safe condition  Housekeeping done

(C) Multilock  removed  key transferred


 Ensured all men have come out  Man-ways barricaded

Remarks, if any:

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 245 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY &
6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTION SITE Page 74 of 90

FORMAT NO. : HSE-8 REV 0

RADIATION WORK PERMIT

Project : Sr. No. :


Name of the work : Date :
Name of site contractor : Job No. :

Location of work :

Source strength :

Cordoned distance (m) :

Name of Radiography agency : Approved by Owner/EIL

No. of workers engaged :


(List enclosed with name & gate pass numbers.)

The following items have been checked &compliance shall be ensured during currency of the
permit:

S. No. Item description Done


Safety regulations as per BARC/AERB ensured while source in use/in transit & during
storage
Area cordoned off / safe working platform provided
Lighting arrangements for working during nights ensured
Warning signs/ flash lights installed
Cold work permit taken (if applicable)
PPEs like film badges, dosimeters used

Additional precautions, if any ______________________________________________________

(Radiography Agency’s BARC/AERB authorized Supervisor)

Permission is granted.

Permit is valid from ___________ AM/PM ____________ Date to ___________ AM/PM _________
Date

(Signature of permit issuing authority of site contractor)


Name: Designation: Date:
Permit renewal:
Sign. of issuing
Additional precautions
Permit extended upto authority with date
required, if any
(of site contractor)
Date Time

Work completed/ stopped/ area cleared at ________ Hrs of Date ______________


(Sign. of permit issuing authority)

Name & Signature of site contractor:

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 246 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & 6-82-0001 Rev. 7
ENVIRONMENTAL MANAGEMENT
AT CONSTRUCTON SITE Page 75 of 90

FORMAT NO. : HSE-9 REV 0


DEMOLISHING/DISMANTLING WORK PERMIT
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :

Name of sub-contractor : No. of workers to be engaged:


(List enclosed with name & gate pass numbers.)

Line No./ Equipment No./ Structure to be dismantled :


Location details of dismantling/ demolition with sketch : (clearly indicate the area)

The following items have been checked &compliance shall be ensured during currency of the
permit:

S. Item description Done Not


No. Applicable

Services like power, gas supply, water, etc. disconnected

Dismantling/ Demolishing method reviewed & approved

Usage of appropriate PPEs ensured

Precautions taken for neighbouring structures

First-Aid arrangements made

Fire fighting arrangements ensured

Precautions taken for blasting

(Contractor’s Supervisor) (Contractor’s Safety Officer)

Permission is granted.

(Permit issuing authority)

Name :
Date :

Completion report :

Dismantling/ Demolishing is completed on _____________ Date at ____________ Hrs.

Materials/ debris transported to identified location Tagging completed (as applicable)

Services like power, gas supply, water, etc. restored

(Permit issuing authority)

CONTRACTOR’s NAME

Format No. 8-00-0001-F1 Rev. 0

Page 247 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENTAL
6-82-0001 Rev. 7
MANAGEMENT
AT CONSTRUCTION SITES Page 76 of 90

FORMAT NO. : HSE-10 REV 0

DAILY SAFETY CHECKLIST


(To make use of before start of day’s work)

Project : Sr. No. :


Name of the work : Date :
Name of contractor : Job No. :
Description of Job decided to perform : -

 Use of PPE / Safety Gadgets

Sl. Compliance Sl. Compliance


PPEs PPEs
No (Yes / No) No (Yes / No)
1 Safety Helmets 6 Face Shield
2 Safety Shoes 7 Full body harness
3 Hand Gloves 8 Fall Arrest System
4 Dust Musk 9 Safety net
Horizontal life-line made
5 Safety Goggles 10 of steel wire, (dia not
less than 8.0 mm.)
(Serial No. 1 & 2 are compulsory for everyone. Specify & ensure use of other safety gadgets as required for the job)

 Identify following important unsafe conditions: -

Sl. No Conditions Yes / No


1 Access to work site / emergency escape clear
2 Soil / Loose earth kept away from excavated pit / slope / ladder provided
Electrical wire / welding lead lying entangled on ground / welding m/c. booth
3
accessible
4 Elevated work platform / open ends are protected
Ground area cordoned off before lifting works or erection at height / ground
5
area checked & cordoned-off before start of height works
Structural members / erected pipes / wooden boards/pieces etc. are safely
6 anchored at heights and are not likely to fall down on people when working
beneath
Rope ladders tied-up on tall steel structures, long before are removed to get
7
rid of their use
8 Any Other
 Indicate actions taken, if status of any of the above items is found “No”
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………

 Specific Safety guidelines / precautions, if any (communicated thro’ TBT)


……………………………………………………………………………………………………………
……………………………………………………………………………………………………………

 Above conditions and PPE compliances are checked by undersigned and correct status are
indicated after verification

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 248 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENTAL
6-82-0001 Rev. 7
MANAGEMENT
AT CONSTRUCTION SITES Page 77 of 90

FORMAT NO. : HSE-11 REV 0


(Sheet 1 of 2)
HOUSEKEEPING ASSESSMENT& COMPLIANCE
Project : Sr. No. :
Name of the work : Date :
Name of contractor : Job No. :
Name of contractor : Fortnightly

Sl. Satisfactory/ Non-


No.
Subjects of Review Remarks Action
Yes satisfactory/ No
1. Cleanliness at the Main entry / access of site
2. Ground condition / floor areas free from water-
logging / oil spillage
3. Ground & elevated floors free from rubbish /
wastes / accumulated debris / scraps.
4. Manholes / openings are covered / fenced
5. Trenches are barricaded / walkways are in place
6. Drains are cleaned / not choked / not occupied
by dumped materials
7. Sufficient CAUTION boards / instructions
displayed
8. Construction machinery are maintained &
parked in orderly manner.
9. Movement of site people are not obstructed
because of dumping / storing of construction
materials
10. Access/ egress to Electrical Distribution Boards/
Panels clear from wires / cables / earth-strips etc.
11. Electrical panel rooms / sheds / MCC / Control
rooms / Substations etc. are clean & tidy and not
used for storing dress / clothes, tiffin-box or
bicycles.
12. Passage behind Elec. panels are free for access
13. Fire extinguishers / fire-buckets are accessible
without any difficulty.
14. Stair-steps, platforms & landings are clear & tidy
15. Sheds / rooms & work areas have got sufficient
illumination as well as ventilation.
16. Cables / Wires / welding leads are routed /
hanged appropriately & are not creating unsafe
condition.
17. Stacking / storing of insulation materials or their
packing.
18. Removal or cleanliness of left-over sand,
concrete, brick-bats, insulation-materials, excess
earth, wastes etc.
19. Storing / stacking of sand, metal chips, re-bars,
steel pipes, valves, fittings etc.
20. One escape route at ground & minimum two
escape routes at elevation available.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 249 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENTAL
6-82-0001 Rev. 7
MANAGEMENT
AT CONSTRUCTION SITES Page 78 of 90

FORMAT NO. : HSE-11 REV 0


(Sheet 2 of 2)
Sl. Satisfactory/ Non-
No.
Subjects of Review Remarks Action
Yes satisfactory/ No
21. Captions / Posters / Slogans on various safety
instructions are displayed legibly in local
language
22. Cable trenches are water-free or regular
arrangement for taking out accumulated water
exists.
23. Windows of rooms / offices are regularly
cleaned
24. Facilities for cycle sheds, drinking water,
washing, rest-rooms etc. are maintained in tidy
manner.
25. Toilet, Urinals, Canteen / kitchen / pantry etc.
are maintained & free from obnoxious smell.
26. Construction tools / tackles are stored
systematically - the items are tagged / tested /
certified by competent third party.
27. Sufficient numbers of Dust-bins / Waste-bins
found at site and are regularly emptied.

Additional remarks, if any -


………………………………………………………………………………………………………………
………………………………………………………………………………………………………………
……………………………………

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 250 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENTAL
6-82-0001 Rev. 7
MANAGEMENT
AT CONSTRUCTION SITES Page 79 of 90

FORMAT NO. : HSE-12 REV 0

INSPECTION OF TEMPORARY ELECTRICAL BOOTH / INSTALLATION


Project : Sr. No. :
Name of the work : Date :
Name of contractor : Job No. :
Sub Station No:/Booth No Location:

SL
SUBJECTS OBSERVATION (YES /NO) ACTION TAKEN
NO
Switchboards installed properly are in order and
1
protected from rain & water-logging.
Adequate illumination provided for switchboard
2 operation during night hours & the lamps are protected
from direct human contact.
Voltage ratings, DANGER signs, Shock-Treatment-
3
Chart displayed in the installation / booth
Fire extinguisher (DCP or CO2) & Sand Bucket kept in
4
close vicinity of Switchboards
Valid License & Competent Electrician / Wireman
5 available & name/ license no. displayed at booth /
installation.
General housekeeping in & around booth / installation
6
found in order.
7 Cable-route-markers for U/G cables provided.
Monthly inspection report of Electrical hand tools
8
available in booth / installation.
9 Insulated Mat provided in front of Elec. Panels.
10 Rubber hand gloves available/ used by Electricians
Availability of CAUTION boards for shutdown & / or
11
repairing works.
All incoming & outgoing feeders have proper MCCB /
12
HRC fuses / Switches.
Switchboards “earthed” at two distinctly isolated
13
locations.
Switchboards have adequate operating space at the front
14
face & at the rear face too.
15 All connections provided through 30mA ELCB.
16 Testing records of all ELCBs available at site
17 Only industrial type plugs & sockets are used.
Temporary connections are 3-core double insulated &
18 free from cuts & joints and 3rd core is earthed at both
ends
Socket boards are properly mounted on stand &
19
protected from water ingress.
Electrical equipments operating above 250V have two
20
earthing / double earthing.
All incoming / outgoing cables are properly glanded &
21
terminated with “lugs”.
22 Switch-boards are of industrial variety / type.
Sketch for installation / connection (SLD) made &
23
pasted& other safety labels/display boards
24 Labeling of incoming / outgoing feeders made.
25 All hand lamps are protected from direct contact.
26 All electrical cable / joints are in safe condition

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 251 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENTAL
6-82-0001 Rev. 7
MANAGEMENT
AT CONSTRUCTION SITES Page 80 of 90

FORMAT NO. : HSE-13 REV 0


(Sheet 1 of 2)
INSPECTION FOR SCAFFOLDING
Project : Sr. No. :
Name of the work : Date :
Name of contractor : Job No. :
Sl. Actions
Description Yes No N.A
No taken
1 Whether work permit is obtained to take up work at height above 1.5 Mts?
Whether atmospheric condition is “stormy” or “raining” and works at
2
heights have been permitted?
3 Whether steel pipes scaffoldings are used for units /off-site areas?
Whether scaffolding has been erected on rigid/firm/leveled surfaces /
4 ground? Whether “foot-seals” or “base-plates” are used beneath the up-
rights (vertical steel pipes)
Whether scaffold construction is as per IS specification with toe-board and
5
hand-rails (top-rail as well as mid-rail)?
Whether distance between two successive up-rights are less than 2.5 Mts
6 (height of scaffold & load carrying capacity governs the distance between
two uprights)
Whether all uprights are extended at least 900 mm above the top most
7
working platform (to enable fitting of handrails)?
Whether vertical distance of two successive ledgers is satisfactory?
8
(varying between 1.3 Mts. To 2.1 Mts)
Whether the peripheral areas of working at height are cordoned-off? (for
9
avoiding accident to people arising out of dropped / deflected materials)
10 Whether platform is provided? Is it safely approachable?
Whether end of scaffold platform / board are extended beyond transoms?
11
(125mm to 150 mm)
Whether CE / IS approved quality and worthy conditioned full-body safety
12 harness (with double lanyard & karabiners) are used while working at
heights?
Whether life-line of safety harness is anchored to an independent secured
13
support capable of withstanding load of a falling person?
Whether the area around the scaffold is cordoned off to prohibit the entry of
14
unauthorized person / vehicle?
Whether clamps used are of good condition, of adequate strength and free
15
from defects?
16 Whether ladder is placed at secured and leveled surface?
17 Whether water-pass and oil-spills are avoided around the scaffold structure?
18 Whether ladder is extended 1.5mts. above the landing point at height?
19 Whether more than one access/egress provided to the scaffold?
Whether ladder used are of adequate length and overlapping of short
20
ladders avoided?
Whether metallic ladders are placed much away from near-by electrical
21
transmission line?
22 Whether rungs of ladder are inspected and found in good order?
23 Whether fall-arresters provided on both the access/egress routes?
Whether diagonal (cross) bracings are provided at regular interval on the
24
scaffold?
Whether working platform on the scaffold has been made free from “jolt”
25
or “gap”?
Whether tools or materials are removed after completion of the day’s job at
26
heights?
Whether a valid Permit for Work (PFW) is obtained before taking up work
27
over asbestos or fragile roof?
28 Whether sufficient precaution is taken while working on fragile roof?

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 252 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENTAL
6-82-0001 Rev. 7
MANAGEMENT
AT CONSTRUCTION SITES Page 81 of 90

FORMAT NO. : HSE-13 REV 0

(Sheet 2 of 2)

Sl. Actions
Description Yes No N. A
No taken
Whether provision is made to arrange duck ladder, crawling board for
29
working on fragile roof?
Whether scaffold has been inspected by qualified civil engineers prior to
30
their use?
Whether the scaffolding has been designed for the load to be borne by the
31
same?
Whether the erection and dismantling of the scaffolding is being done by
32
trained persons and under adequate supervision?
Whether safety net with proper working arrangement and life-line has
33
been provided?
Whether TAGS (Green for acceptable and Red for incomplete/unsafe
34
scaffolds) are used on scaffolds?
Whether sufficient illumination is provided in and around the scaffold
35
and access?
Whether emergency rescue / response arrangements are made in place
36

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 253 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENTAL
6-82-0001 Rev. 7
MANAGEMENT
AT CONSTRUCTION SITES Page 82 of 90

FORMAT NO. : HSE-14 REV 0


(sheet 1 of 2)
PERMIT FOR ERECTION / MODIFICATION & DISMANTLING OF SCAFFOLDING
Project : Sr. No. :
Name of the work : Date :
Name of contractor : Job No. :
Nature of activities : Duration: From………To…………
SL. NOT
SUBJECTS / ITEMS DONE REMARKS
No. DONE
Specific task of Erection / Modification / Dismantling of scaffolds,
1 identified & TAGGED accordingly (before as well as after carrying-
out jobs).
People engaged in doing the job are identified & are certified by Job Names to be
2
Engineer of Main Contractor as experienced / trained. noted
Concerned persons are alerted by the Job Engineer of Main Contractor
3 in connection with possible hazards & what the workmen MUST do /
MUST not do.
Verification by Job Engineer of Main Contractor made for confirming
that all persons permitted to carry-out the jobs are making use of
4
Helmet, Safety Shoes, Goggles, Gloves & Double lanyard safety
harness and other relevant PPEs.
5 Area of work is effectively cordoned-off / barricaded / illuminated.
For taking-up / lowering down Scaffolding members / clamps /
couplings etc. appropriate ropes / pulleys/ chains etc. have been
6
arranged for use (not to throw any item) & the same have been
verified as “fit for purpose”.
Items / members of scaffold, being lowered are removed from the area
7
& stacked correctly.
Ropes, chains, pulley blocks etc. being used for lifting or lowering
scaffold items, are inspected by the Job Engineer & their certifications
8
as well as physical conditions have been found O.K, before signing
this PERMIT.
Safety Net / Life-line / Fall Arresters etc. are arranged in position and
9 Job Engineer has found working conditions favourable for activities to
start.
Scaffold erection or dismantling tasks are being supervised by
10
Experienced Engineer / Competent person.
Only competent & experienced people have been selected / engaged in
11
Scaffolding erection, modification or dismantling tasks.
Adequate & effective actions for traffic and movement of people
12
around the cordoned-off area taken to avoid inadvertent incident
13 Working platforms are protected with handrails & toe-boards.
14 Access & Exit (for reach & escape) are safe for use by people.
Tools, tackles to be used for above jobs are verified by job Engineers
15 of Main contractor as genuinely good and tied-up at height (to prevent
their fall).
16 Site important Telephone Nos. are made known to everyone
SOP (Safe Operating Procedure) for the specific task is made &
17
followed too.
18 Emergency vehicle has been arranged at work locations.

 This permit for work shall be available at specific work location all the time.
 After completion of work, permit shall be returned to safety cell of main contractor, without fail.
 This Permit shall be issued maximum upto (Monday to Sunday).
 Additional Precautions, if any
…………………………………………………………………………………………………………………
 ACCORD OF PERMISSION (to be ticked) - YES ( ) / NO ( )

Inspected by Verification By
Contractor Engineer Contractor Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 254 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENTAL
6-82-0001 Rev. 7
MANAGEMENT
AT CONSTRUCTION SITES Page 83 of 90

FORMAT NO. : HSE-14 REV 0


(sheet 2of 2)

Everyday Site working conditions & performance of workmen shall be assessed / checked by Contractor
Site Engr. and Safety Officer shall verify the same.

Name / Sign. MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY SUNDAY


Site
Engr.
Safety
Off.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 255 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENTAL
6-82-0001 Rev. 7
MANAGEMENT
AT CONSTRUCTION SITES Page 84 of 90

FORMAT NO. : HSE-15 REV 0

PERMIT FOR HEAVY LIFT / CRITCAL ERECTION

Project : Sr. No. :


Name of the work : Date :
Name of contractor : Job No. :
Nature of activities : Duration: From………To…………
Location of work : Name /Type of crane :
Equipment/Structure to be erected: Wt. of equipment/ structure to be erected :
SL. COMPLIANCE STATUS
Description of Item
NO. Remarks
Yes No Not applicable
Is the crane type suitable for lift or as per erection
1
procedure?
Is the crane have the correct number of counterweights
2
fitted?
Availability of Load Certification of crane from
3
authorized agency.
Is the load chart of crane available in carne cabin/or with
4
Crane operator?
Is the device to check the Wind speed in crane is working?
5
Is the safety features in crane are working?
Availability of Load certification of slings and other
6
accessories from authorized agency
Availability of Licensee/certificate for crane operator from
7
authorized agency.
8 Availability of approved HIRAC for the subject activities.
9 Availability of approved erection/rigging procedures.
Availability of temporary gratings/ platforms for critical
10
lifting(as applicable)
11 Tool Box conducted before erection?
12 Has the area been cordoned off?
13 Are the authorized persons during erection are identified?
Does each person identified for erection understand their
14
roles and responsibilities?
Is the ground on which crane will rest or outrigger support
15
are correct?
16 Is hard stand requirement (if any) complied?
Is the communication system (viz. walkie talkies, etc. are
17
working properly?
If more than one crane is lifting the load, is an
18
Intermediate rigger will supervise the lift?
If there is other obstruction within the operating radius of
19 the crane, have correct precautions been taken to prevent
collision?
20 All the persons are wearing the requisite PPE?

Inspected & Issued by Verification By


Contractor Engineer/RCM Contractor Safety Officer

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 256 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENTAL
6-82-0001 Rev. 7
MANAGEMENT
AT CONSTRUCTION SITES Page 85 of 90

FORMAT NO. : HSE-16 REV 0

PERMIT FOR ENERGY ISOLATION & DE-ISOLATION

Project : Sr. No. :


Name of the work : Date :
Name of contractor : Job No. :
ENERGY ISOLATION PERMIT
 Clearance required from: ……... Hrs ……… Date To ……….. Hrs ……………. Date
 Name of equipment/ energy source etc. ………………………………………………………………….
 Nature of job to be done: ………………………………………………………………………………….
 Area: …………………………. Location: …………………………………………………………………..

PERMIT VALIDATION PERFORMING AUTHORITY


I hereby authorize the …………..personnel (performer) The work and precautions will be carried out under my
to isolate the above equipment/energy source from all overall responsibility.(Testing/execution engineer)
sources of power and handover the equipment/energy
source for maintenance/repair.
Signature: Date:
Issuing authority Name:
Area –Incharge/RCM
Signature: Date:
Name:

SAFETY PRECAUTIONS FOR CLEARANCE NORMALISING AFTER CLEARANCE


1. Notify workers of intent to de- energize 1. Notify workers of intent to re- energize
2. Obtain lock, tag or locking/tagging devices 2. Conduct visual inspection to confirm that the
3. Shut down, de-energize, dissipate any danger zone is clear of workers
residual energies. 3. Conduct visual inspection to confirm that tools,
4. Apply lock ,tag and locking and/or tagging equipment’s danger zone is clear of workers
devices 4. Reposition the safety devices (interlocks,
5. *Any other job specific precautions valves, guards, covers, sensors, as applicable, etc.)
6. Verify effectiveness of lockout by 5. *Any other job specific normalizing details
attempting to restart. 6. Remove lock, tag and locking and/or tagging
7. Proper PPE is ensured devices.
7. Re-energize.
I certify that the energy source mentioned above is 8. Confirm system is operating properly & safely.
isolated from all sources and is safe to start the work. I certify that the energy source mentioned above is
isolated from all sources and is safe to start the work.
Tag No: …… Lock No: ………….
Tag No: …… Lock No: ………….
Issuing authority Issuing authority
Area –Incharge /RCM Area –Incharge /RCM
Signature: Date: Signature: Date:
Name: Name:
(*to be included by contractor in consultation with (*to be included by contractor in consultation with
EIL/owner) EIL/owner)
ENERGY DE-ISOLATION PERMIT
PERMIT VALIDATION PERFORMING AUTHORITY
I hereby authorize the …………..personnel (performer) I hereby certify that the equipment/energy source
to de- isolate the above equipment/energy source from mentioned above has been de-isolated and is ready for
all sources of power and handover the equipment/energy normal operation. (Testing/execution engineer)
source for normal operation..

Issuing authority Signature: Date:


Area –Incharge/RCM Name:
Signature: Date:
Name: Countersigned by Issuing authority

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 257 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENTAL
6-82-0001 Rev. 7
MANAGEMENT
AT CONSTRUCTION SITES Page 86 of 90

FORMAT NO. : HSE-17 REV 0

PERMIT FOR EXCAVATION (depth 2m and above)


(Sheet 1of 2)
Project : Sr. No. :
Name of the work : Date :
Name of contractor : Job No. :
Job Description : Location:
Size of excavation :

COMPLIANCE STATUS
SL.
Description of Item Not Remarks
NO. Yes No
applicable
1 Suitable and sufficient risk assessments and method statements
has been carried to ensure that the work shall be undertaken in
accordance with specification and standard.
2 Are plans/details of underground services available and the
same has been reviewed?
3 Has survey done to locate the services/obstacles etc.
4 Has the live services (electrical, water line, air line, telephone
line, etc.) has been disabled for carrying out the job.
5 Is adequate barriers/ fences to protect the excavation are in
place?
6 Is Adequate warning signs are in place?
7 Is Assessment of ground conditions done and remedial action (if
any) taken?
8 Safe access / egress (e.g. ramp / steps / ladders etc.) provided for
site workmen & supervisors.
9 Is the excavation work being undertaken in proximity of
structure, etc.? If Yes, it’s effect is considered?
10 Availability of competent person for supervising the excavation
work?
11 Adequate safe arrangement to prevent collapse of edges (e.g.
shoring / strutting / benching / sloping etc.) made at site.
12 Hard barricades (at least 1.0M away from edge & for excavation
near site access roads) with warning signs/caution boards are
provided
13 Accumulation / passage-ways of water at periphery of
excavation / trench stopped/ restricted.
14 Is the equipment being used for excavation has been checked for
adequacy and is in good working condition having all the safety
features?
15 Age & fitness of workmen ensured by medical test before
engagement in job?
16 Arrangement of Monitoring of possible oxygen deficiency or
obnoxious gases done & action taken?

PERMIT GRANTED - Yes / No

(List enclosed with name & gate pass numbers.)

Name & Signature of Site Engr. Name & Signature of Safety Officer
Contractor (Initiator) Contractor (Issuing authority)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 258 of 1870


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENTAL
6-82-0001 Rev. 7
MANAGEMENT
AT CONSTRUCTION SITES Page 87 of 90

FORMAT NO. : HSE-17 REV 0

PERMIT FOR EXCAVATION


(Sheet 2of 2)

NOTES: -
1. Slopes or benches for excavation beyond 2.0M depth shall be designed & approved by Contractor’s site
head.
2. Excavated earth to be kept at least 1.5M away from edges.
3. Safety helmets, Safety shoes or gum-boots, gloves, goggles, Face shield, Safety Harness shall be essential
PPEs.
4. Permit shall be made in duplicate and original shall be available at site of work.
5. Permit shall be issued for maximum one week only (Monday to Sunday).
6. After completion of works, permit shall be closed & preserved for record purpose.

GRANT OF PERMIT AND EXTENSIONS

Issuing authority
Initiator (site Review by EIL /
Sl. Validity period Working Time (Safety Officer
Engr. of Main Owner (Remarks
No. From ____To ____ From _____To _____ of Main
Contractor) with date
Contractor)

1.

2.

3.

4.

5.

6.

7.

Additional safety instructions if any: -


1.
2.
3.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – Al rights reserved

Page 259 of 1870


Page 260 of 1870

STANDARD SPECIFICATION FOR HEALTH, SAFETY & STANDARD SPECIFICATION No.


ENVIRONMENTAL MANAGEMENT 6-82-0001 Rev. 7
AT CONSTRUCTION SITES Page 88 of 90

FORMAT NO. : HSE-18 REV 0 (Sheet 1of 2)

IDENTIFICATION OF ENVIRONMENTAL ASPECTS, IMPACT ASSESSMENT AND CONTROL MEASURES

Risk Signific
Environmental Environment Control Consequences Gaps/
S. No Activity N/A/E Level ant
Aspect Impact Measures Recommendations
A B C D E F G Yes/No

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved


Page 261 of 1870

STANDARD SPECIFICATION FOR HEALTH, SAFETY & STANDARD SPECIFICATION No.


ENVIRONMENTAL MANAGEMENT 6-82-0001 Rev. 7
AT CONSTRUCTION SITES Page 89 of 90

(Sheet 2 of 2)

INITIAL ENVIRONMENT REVIEW TECHNIQUE

WP = Water LC = Land DNR = Depletion of


Environmental Impacts AP = Air Pollution NP = Noise Pollution
Pollution Contamination Natural Resources

Legal and other


Scale Quantity (A) Occurrence (B) Severity of Impact (C) Detection (D) Control (E)
requirements (F)
Available & effective at In compliance or not
1 Negligible Very Rare Negligible visual impact Immediately
place applicable
Once a month or Causes Discomfort or Has in-built Secondary
2 Low Within 1 hour
less Nuisance control

3 Moderate Once a day Resource Depletion Within 8 hours Needs human Intervention

Several times a Affects Aquatic Life, flora, Mechanism in place but


4 High Within 24 hours
Day fauna or global issue not reliable
Absent or no effective
5 Excessive Continuous Human health effect More than 24 hours Not in compliance
control

Risk Level - G : A x B x C x D x Ex F

Aspects with score of 100 and above are considered as significant.


Also, Irrespective of the score, all legal noncompliance’s to be considered as significant

Condition
N NORMAL
A ABNORMAL
E EMERGENCY

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved


Page 262 of 1870

STANDARD SPECIFICATION FOR HEALTH, SAFETY & STANDARD SPECIFICATION No.


ENVIRONMENTAL MANAGEMENT 6-82-0001 Rev. 7
AT CONSTRUCTION SITES Page 90 of 90

FORMAT NO. : HSE-19 REV 0 HIRAC

RECOMENDED
CONTROL
DESIRED CONTROLS &
RISK IDENTIFICATION RISK ASSESSMENT ACTIONs TO ACTION BY REMARKS
EXISTING GAPS, IF ANY
REDUCE THE
RISK LEVEL
S. Activity Activity Hazards Condition Associate Desired Control Gaps If Any Probabil Impact Risk Risk
No. type (N/AN/E) d Risk Measures ity (P) (I) R= P*I Classifi
(R/NR) cation

Likelihood – Possibility of occurrence of risks based on present gaps (technological / operational / competence / measurement and monitoring);
UL: Unlikely, L: Likely, VL: Very Likely, FR: Frequent, C: Continuous
Impact –
SI: Slight Injury, MI: Minor Injury, MJ: Major Injury, SF: Single Fatality, MF: Multiple Fatalities
Level of consequence – Refer Guidance criteria for this i.e. possible degree of damage;
Condition- N: Normal, AN: Abnormal, E-Emergency
Activity Type: R- Routine, NR- Non Routine
RISK –
L: Low Risk, M: Moderate Risk, H: High Risk

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved


Special Conditions of Contract (SCC)
Bidding Document No.: AS/A538-040-CE-T-7203/1004 PILING WORKS AT IOCL RT UDAYAMPEROOR
Job Number : A538 Sheet 1 of 1

OISD 192 & 207


AND

SPEC. FOR HEALTH, SAFETY AND


ENVIRONMENT MANAGEMENT,
SAFETY MEASURES FOR
ELECTRICAL INSTALLATION
DURING CONSTRUCTION
[ANNEXURE - VIII TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 263 of 1870


Sr.Number:OISD/DOC/2013/158
Page No. I

OISD - GDN - 192


July, 2000

FOR RESTRICTED
CIRCULATION

SAFETY PRACTICES DURING CONSTRUCTION

OISD-GDN-192

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum & Natural Gas
8th Floor, OIDB Bhavan, Plot No. 2, Sector – 73, Noida – 201301 (U.P.)
Website: www.oisd.gov.in
Tele: 0120-2593800, Fax: 0120-2593802

Page 264 of 1870


Sr.Number:OISD/DOC/2013/158
Page No. II

OISD - GDN - 192


July, 2000

FOR RESTRICTED
CIRCULATION

SAFETY PRACTICES DURING CONSTRUCTION

Prepared by

COMMITTEE ON
SAFETY PRACTICES DURING CONSTRUCTION

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum & Natural Gas
8th Floor, OIDB Bhavan, Plot No. 2, Sector – 73, Noida – 201301 (U.P.)
Website: www.oisd.gov.in
Tele: 0120-2593800, Fax: 0120-2593802

Page 265 of 1870


Sr.Number:OISD/DOC/2013/158
Page No. III

Preamble

Indian petroleum industry is the energy lifeline of the nation and its continuous performance is essential
for sovereignty and prosperity of the country. As the industry essentially deals with inherently
inflammable substances throughout its value chain – upstream, midstream and downstream – Safety is
of paramount importance to this industry as only safe performance at all times can ensure optimum ROI
of these national assets and resources including sustainability.

While statutory organizations were in place all along to oversee safety aspects of Indian petroleum
industry, Oil Industry Safety Directorate (OISD) was set up in 1986 Ministry of Petroleum and Natural
Gas, Government of India as a knowledge centre for formulation of constantly updated world-scale
standards for design, layout and operation of various equipment, facility and activities involved in this
industry. Moreover, OISD was also given responsibility of monitoring implementation status of these
standards through safety audits.

In more than 25 years of its existence, OISD has developed a rigorous, multi-layer, iterative and
participative process of development of standards – starting with research by in-house experts and
iterating through seeking & validating inputs from all stake-holders – operators, designers, national level
knowledge authorities and public at large – with a feedback loop of constant updation based on ground
level experience obtained through audits, incident analysis and environment scanning.

The participative process followed in standard formulation has resulted in excellent level of compliance
by the industry culminating in a safer environment in the industry. OISD – except in the Upstream
Petroleum Sector – is still a regulatory (and not a statutory) body but that has not affected
implementation of the OISD standards. It also goes to prove the old adage that self-regulation is the best
regulation. The quality and relevance of OISD standards had been further endorsed by their adoption in
various statutory rules of the land.

Petroleum industry in India is significantly globalized at present in terms of technology content requiring
its operation to keep pace with the relevant world scale standards & practices. This matches the OISD
philosophy of continuous improvement keeping pace with the global developments in its target
environment. To this end, OISD keeps track of changes through participation as member in large number
of International and national level Knowledge Organizations – both in the field of standard development
and implementation & monitoring in addition to updation of internal knowledge base through continuous
research and application surveillance, thereby ensuring that this OISD Standard, along with all other
extant ones, remains relevant, updated and effective on a real time basis in the applicable areas.

Together we strive to achieve NIL incidents in the entire Hydrocarbon Value Chain. This, besides other
issues, calls for total engagement from all levels of the stake holder organizations, which we, at OISD,
fervently look forward to.

Jai Hind!!!
Executive Director
Oil Industry Safety Directorate

Page 266 of 1870


Sr.Number:OISD/DOC/2013/158
Page No. IV

FOREWORD

The Oil Industry in India is nearly 100 years old. Due to various collaboration agreements a
variety of international codes, standards and practices are in vogue. Standardisation in design
philosophies, operating and maintenance practices at a national level was hardly in existence.
This lack of uniformity coupled with feedback from some serious accidents that occurred in the
recent past in India and abroad, emphasised the need for the industry to review the existing
state of art in designing, operating and maintaining oil and gas installations.

With this in view, the Ministry of Petroleum and Natural Gas in 1986 constituted a Safety
Council assisted by the Oil Industry Safety Directorate (OISD) staffed from within the industry
in formulating and implementing a series of self-regulatory measures aimed at removing
obsolescence, standardising and upgrading the existing standards to ensure safer operations.
Accordingly OISD constituted a number of functional committees comprising of experts
nominated from the industry to draw up standards and guidelines on various subjects.

The present document on “Safety Practices during Construction” was prepared by the
Functional Committee on “Safety Practices during Construction”. This document is based on
the accumulated knowledge and experience of industry members and the various national and
international codes and practices.

It is hoped that provisions of this document if implemented objectively, may go a long way to
improve the safety to reduce accidents in Oil and Gas Industry. Users are cautioned that no
document can be substitute for the judgment of responsible and experienced engineer.

Suggestions are invited from the users after it is put into practice to improve the document
further. Suggestions for amendments, if any, to this standard should be addressed to:

The Co-ordinator
Committee on “Safety Practices during Construction”
Oil Industry Safety Directorate
Government of India
Ministry of Petroleum & Natural Gas
8th Floor, OIDB Bhavan, Plot No. 2, Sector – 73, Noida – 201301 (U.P.)
Website: www.oisd.gov.in
Tele: 0120-2593800, Fax: 0120-2593802

This document in no way supersedes the statutory regulations of


Chief Controller of Explosives (CCE), Factory Inspectorate or any other
statutory body, which must be followed as applicable.

Page 267 of 1870


Sr.Number:OISD/DOC/2013/158
Page No. V

NOTE

OISD (Oil Industry Safety Directorate) publications


are prepared for use in the Oil and Gas Industry under
Ministry of Petroleum & natural Gas. These are the property
of Ministry of Petroleum & Natural Gas and shall not be
reproduced or copied and loaned or exhibited to others
without written consent from OISD.

Though every effort has been made to assure the


accuracy and reliability of the data contained in these
documents. OISD hereby expressly disclaims any liability or
responsibility for loss or damage resulting from their use.

These documents are intended to supplement rather


than replace the prevailing statutory requirements.

Page 268 of 1870


Sr.Number:OISD/DOC/2013/158
Page No. VI

FUNCTIONAL COMMITTEE ON
SAFETY PRACTICES DURING CONSTRUCTION

NAME ORGANISATION

LEADER
Shri A.K. Tandon EIL, New Delhi.
MEMBERS
1. Shri U.M. Rao GAIL, Noida.

2. Shri K.N. Ravindran CRL, Cochin

3. Shri P.K. Anand ONGC, Mumbai.

4. Shri H.N. Das ONGCL, Nazaria.

5. Shri Jagnandan Tyagi IOC(PL) Nodia.

6. Shri M.C Lohar IBP Co. Ltd., Calcutta.

7. Shri J.C. Agrawal IOC, Mktg, New Delhi.

8. Shri S.M. Ghotavadekar HPCL, Mumbai.

9. Shri Sanjoy Ghose BPCL, Mumbai.

10. Shri H. C Jha “Hari” IOC-Panipat Refinery.

11. Shri Suhas Kate HPCL, Visakh.

Member-Coordinator

Shri A.K. Ranjan OISD, New Delhi

Page 269 of 1870


Sr.Number:OISD/DOC/2013/158
Page No. VII

CONTENTS

SECTION Page No.

1.0 Introduction 1
2.0 Scope 1
3.0 Definitions 1
4.0 General Duties 2

4.1 General Duties Of Execution Agencies


4.2 General Duties Of Owners
5.0 Safety Practices At Work Places 3

5.1 General Provisions


5.2 Means Of Access And Egress
5.3 Housekeeping
5.4 Precautions Against The Fall Of Materials And Persons, And
Collapse Of Structures
5.5 Prevention Of Unauthorised Entry
5.6 Fire Prevention And Fire Fighting
5.7 Lighting
5.8 Plant, Machinery, Equipment and Hand Tools

6.0 Construction Activities 7

6.1 Excavation
6.2 Scaffolding, Platforms & Ladders
6.3 Structural Work, Laying Of Reinforcement & Concreting
6.4 Road Work
6.5 Cutting/Welding
6.6 Working In Confined Spaces
6.7 Proof/Pressure Testing
6.8 Working At Heights
6.9 Handling And Lifting Equipment
6.10 Vehicle Movement
6.11 Electrical
6.12 Offshore
6.13 Demolition
6.14 Radiography
6.15 Sand/Shot Blasting / Spray Painting
6.16 Work above Water

7.0 Additional Safety Precaution for Units with Hydrocarbons 33

8.0 First Aid 34

9.0 Documentation 34

10.0 Safety Awareness & Training 34

11.0 References 35

Annexure I 36

Page 270 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 1


SAFETY PRACTICES DURING CONSTRUCTION

SAFETY PRACTICES DURING CONSTRUCTION

1.0 INTRODUCTION

Safety in Construction Management deserves utmost attention especially in the hydrocarbon


industry, such as Exploration, Refineries, Pipelines and Marketing installations, Gas Processing
units etc. Construction is widely recognised as one of the accident prone activities. Most of the
accidents are caused by inadequate planning, failure during the construction process and/or
because of design deficiencies. Besides property loss, accidents also result in injuries and
fatalities to the personnel; same needs to be prevented.
The reasons for accidents during construction activities are related to unique nature of the
industry, human behaviour, difficult work-site conditions, extended odd duty hours, lack of training
& awareness and inadequate safety management. Unsafe working methods, equipment failure
and improper housekeeping also tend to increase the accident rate in construction.
Ensuring good quality of materials, equipment and competent supervision along with compliance
of standard engineering practices shall go a long way to in built safety into the system.
The objective of this standard is to provide practical guidance on technical and educational
framework for safety and health in construction with a view to:
(a) prevent accidents and harmful effects on the health of workers arising from employment
in construction;
(b) ensure appropriate safety during implementation of construction;
(c) provide safety practice guidelines for appropriate measures of planning, control and
enforcement.
2.0 SCOPE

This document specifies broad guidelines on safe practices to be adhered to during construction
activities in oil industry. However, before commencing any job, specific hazards and its effects
should be assessed and necessary corrective/preventive actions should be taken by all
concerned. The document is intended only to supplement and not to replace or supersede the
prevailing statutory requirements, which shall also be followed as applicable. For Personal
Protective Equipment, OISD-STD-155 (Part I&II) shall be referred to. The scope of this document
does not include the design aspects and quality checks during construction.
3.0 DEFINITIONS

Definitions of various terminology are given below:

 Adequate, appropriate or suitable are used to describe qualitatively or quantitatively the


means or method used to protect the worker.

 Brace: A structural member that holds one point in a fixed position with respect to another
point; bracing is a system of structural members designed to prevent distortion of a structure.

 By hand: The work is done without the help of a mechanised tool.

 Competent Authority: A stautory agency having the power to issue regulations, orders or
other instructions having the force of law.

 Competent person: A person possessing adequate qualifications, such as suitable training


and sufficient knowledge, experience and skill for the safe performance of the specific work.
The competent authorities may define appropriate criteria for the designation of such persons
and may determine the duties to be assigned to them.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 271 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 2


SAFETY PRACTICES DURING CONSTRUCTION

 Execution agency:
Any physical or legal person, having contractual obligation with the owner, and who employs
one or more workers on a construction site

 Owner:
Any physical or legal person for whom construction job is carried out.
It shall also include owner's designated representative/consultant/nominee/agent, authorised
from time to time to act for and on its behalf, for supervising/ coordinating the activities of the
execution agency.

 Hazard: Danger or potential danger.

 Guard-rail: An adequately secured rail erected along an exposed edge to prevent persons
from falling.

 Hoist: A machine, which lifts materials or persons by means of a platform, which runs on
guides.

 Lifting gear: Any gear or tackle by means of which a load can be attached to a lifting
appliance but which does not form an integral part of the appliance or load.

 Lifting appliance: Any stationary or mobile appliance used for raising or lowering persons or
loads.

 Means of access or egress: Passageways, corridors, stairs, platforms, ladders and any other
means for entering or leaving the workplace or for escaping in case of danger.

 Scaffold: Any fixed, suspended or mobile temporary structure supporting workers and
material or to gain access to any such structure and which is not a lifting appliance as defined
above.

 Toe-board: A barrier placed along the edge of a scaffold platform, runway, etc., and secured
there to guard against the slipping of persons or the falling of material.

 Worker: Any person engaged in construction activity.

 Workplace: All places where workers need to be or to go by reason of their work.


4.0 GENERAL DUTIES
4.1 GENERAL DUTIES OF EXECUTION AGENCIES

4.1.1 Execution agency should:

i) provide means and organisation to comply with the safety and health measures required
at the workplace.
ii) provide and maintain workplaces, plant, equipment, tools and machinery and organise
construction work so that, there is no risk of accident or injury to health of workers. In
particular, construction work should be planned, prepared and undertaken so that:
(a) dangers, liable to arise at the workplace, are prevented;
(b) excessively or unnecessarily strenuous work positions and movements are avoided;
(c) organisation of work takes into account the safety and health of workers;
(d) materials and products used are suitable from a safety and health point of view;
(e) working methods are adopted to safeguard workers against the harmful effects of
chemical, physical and biological agents.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 272 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 3


SAFETY PRACTICES DURING CONSTRUCTION

iii) establish committees with representatives of workers and management or make other
arrangement for the participation of workers in ensuring safe working conditions.
iv) arrange for periodic safety inspections by competent persons of all buildings, plant,
equipment, tools, machinery, workplaces and review of systems of work, regulations,
standards or codes of practice. The competent person should examine and ascertain the
safety of construction machinery and equipment.
v) provide such supervision to ensure that workers perform their work with due regard to
safety and health of theirs as well as that of others.
vi) Employ only those workers who are qualified, trained and suited by their age, physique,
state of health and skill.
vii) satisfy themselves that all workers are informed and instructed in the hazards connected
with their work and environment and trained in the precautions necessary to avoid
accidents and injury to health.
viii) Ensure that buildings, plant, equipment, tools, machinery or workplaces in which a
dangerous defect has been found should not be used until the defect has been rectified.
ix) Organise for and remain always prepared to take immediate steps to stop the operation
and evacuate workers as appropriate, where there is an imminent danger to the safety of
workers.
x) establish a checking system by which it can be ascertained that all the members of a
shift, including operators of mobile equipment, have returned to the camp or base at the
close of work on dispersed sites and where small groups of workers operate in isolation.
xi) provide appropriate first aid, training and welfare facilities to workers as per various
statutes like the Factories Act, 1948 etc. and, whenever collective measures are not
feasible or are insufficient, provide and maintain personal protective equipment and
clothing in line with the requirement as per OISD-STD-155 (Vol. I& II) on Personnel
Protective Equipment. They should also provide access to workers to occupational health
services.
xii) Educate workers about their right and the duty at any workplace to participate in ensuring
safe working conditions to the extent of their control over the equipment and methods of
work and to express views on working procedures adopted as may affect safety and
health.
xiii) Ensure that except in an emergency, workers, unless duly authorised, should not interfere
with, remove, alter or displace any safety device or other appliance furnished for their
protection or the protection of others, or interfere with any method or process adopted
with a view to avoiding accidents and injury to health.
xiv) Ensure that workers do not operate or interfere with plant and equipment that they have
not been duly authorised to operate, maintain or use.
xv) Ensure that workers do not sleep, rest or cook etc in dangerous places such as scaffolds,
railway tracks, garages, confined spaces or in the vicinity of fires, dangerous or toxic
substances, running machines or vehicles and heavy equipment etc.
xvii) Obtain the necessary clearance/permits as required and specified by owner

xviii) As per the Govt. circular as amended from time to time all contractors who employ more
than 50 workers or where the contract value exceeds Rs. 50 crores, the following facilities
are to be provided by contractor at site :
 Arrangement for drinking water
 Toilet facilities
 A creche where 10 or more women workers are having children below the age of 6 years
 Transport arrangement for attending to emergencies

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 273 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 4


SAFETY PRACTICES DURING CONSTRUCTION

xix) should deploy a safety officer at site


4.2 GENERAL DUTIES OF OWNERS

4.2.1 Owners should:


i) co-ordinate or nominate a competent person to co-ordinate all activities relating to safety
and health on their construction projects;
ii) inform all contractors on the project of special risks to health and safety;
iii) Ensure that executing agency is aware of the owner's requirements and the executing
agency's responsibilities with respect to safetry practices before starting the job.
5.0 SAFETY PRACTICES AT WORK PLACES
5.1. GENERAL PROVISIONS
5.1.1 All openings and other areas likely to pose danger to workers should be clearly indicated.
5.1.2 Workers & Supervisors should use the safety helmet and other requisite Personal
Protective Equipment according to job & site requirement. They should be trained to use
personal protective equipment.
5.1.3 Never use solvents, alkalis and other oils to clean the skin.
5.1.4 Lift the load with back straight and knees bent as far as possible. Seek the help in case of
heavy load.
5.1.5 Ensure the usage of correct and tested tools and tackles. Don't allow the make shift tools
and tackles.
5.1.6 No loose clothing should be allowed while working near rotating equipment or working at
heights.
5.2 MEANS OF ACCESS AND EGRESS

Adequate and safe means of access (atleast two, differently located) to and egress from
all workplaces should be provided. Same should be displayed and maintained.
5.3 HOUSEKEEPING

5.3.1 Ensure:
i) proper storage of materials and equipment;
ii) removal of scrap, inflammable material, waste and debris at appropriate intervals.
5.3.2 Removal of loose materials, which are not required for use, to be ensured. Accumulation
of these at the site can obstruct means of access to and egress from workplaces and
passageways.
5.3.3 Workplaces and passageways, that are slippery owing to oil, grease or other causes,
should be cleaned up or strewn with sand, sawdust, ash etc.
5.4 PRECAUTIONS AGAINST THE FALL OF MATERIALS & PERSONS AND COLLAPSE
OF STRUCTURES

5.4.1 Precautions should be taken such as the provision of fencing, look-out men or barriers to
protect any person against injury by the fall of materials, or tools or equipment being
raised or lowered.
5.4.2 Where necessary to prevent danger, guys, stays or supports should be used or other
effective precautions should be taken to prevent the collapse of structures or parts of
structures that are being erected, maintained, repaired, dismantled or demolished.
5.4.3 All openings through which workers are liable to fall should be kept effectively covered or
fenced and displayed prominently.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 274 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 5


SAFETY PRACTICES DURING CONSTRUCTION

5.4.4 As far as practicable, guardrails and toe-boards should be provided to protect workers
from falling from elevated workplaces.
5.5 PREVENTION OF UNAUTHORISED ENTRY

5.5.1 Construction sites located in built-up areas and alongside vehicular and pedestrian traffic
routes should be fenced to prevent the entry of unauthorised persons.
5.5.2 Visitors should not be allowed access to construction sites unless accompanied by or
authorised by a competent person and provided with the appropriate protective
equipment.
5.6 FIRE PREVENTION AND FIRE FIGHTING

5.6.1 All necessary measures should be taken by the executing agency and owner to:
i) avoid the risk of fire;
ii) control quickly and efficiently any outbreak of fire;
iii) bring out a quick and safe evacuation of persons.
iv) Inform unit/fire station control room, where construction work is carried out within
existing operating area.
5.6.2 Combustible materials such us packing materials, sawdust, greasy/oily waste and scrap
wood or plastics should not be allowed to accumulate in workplaces but should be kept in
closed metal containers in a safe place.
5.6.3 Places where workers are employed should, if necessary to prevent the danger of fire, be
provided with:
i) suitable and sufficient fire-extinguishing equipment, which should be easily visible and
accessible;
ii) an adequate water supply at sufficient pressure meeting the requirements of various
OISD standards.
5.6.4 To guard against danger at places having combustible material, workers should be
trained in the action to be taken in the event of fire, including the use of means of escape.
5.6.5 At sites having combustible material, suitable visual signs should be provided to indicate
clearly the direction of escape in case of fire.
5.6.6 Means of escape should be kept clear at all times. Escape routes should be frequently
inspected particularly in high structures and where access is restricted.
5.7 LIGHTING

5.7.1 Where natural lighting is not adequate, working light fittings or portable hand-lamps
should be provided at workplace on the construction site where a worker will do a job.

5.7.2 Emergency lighting should be provided for personnel safety during night time to facilitate
standby lighting source, if normal system fails.
5.7.2 Artificial lighting should not produce glare or disturbing shadows.
5.7.3 Lamps should be protected by guards against accidental breakage.
5.7.4 The cables of portable electrical lighting equipment should be of adequate size &
characteristics for the power requirements and of adequate mechanical strength to
withstand severe conditions in construction operations.
5.8 PLANT, MACHINERY, EQUIPMENT AND HAND TOOLS

5.8.1 General Provisions

i) Plant, machinery and equipment including hand tools, both manual and power driven,
should:
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 275 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 6


SAFETY PRACTICES DURING CONSTRUCTION

a) be of proper design and construction, taking into account health, Safety and ergonomic
principles.
b) be maintained in good working order;
c) be used only for work for which they have been designed.
d) be operated only by workers who have been authorised and given appropriate training.
e) be provided with protective guards, shields or other devices as required.
ii) Adequate instructions for safe use should be provided.
iii) Safe operating procedures should be established and used for all plant, machinery and
equipment.
iv) Operators of plant, machinery and equipment should not be distracted while work is in
progress.
v) Plant, machinery and equipment should be switched off when not in use and isolated
before any adjustment, clearing or maintenance is done.
vi) Where trailing cables or hose pipes are used they should be kept as short as practicable
and not allowed to create a hazard.
vii) All moving parts of machinery and equipment should be enclosed or adequately guarded.
viii) Every power-driven machine and equipment should be provided with adequate means,
immediately accessible and readily identifiable to the operator, of stopping it quickly and
preventing it from being started again inadvertently.
ix) Operators of plant, machinery, equipment and tools should be provided with PPEs,
including where necessary, suitable ear protection.
5.8.2 Hand tools
i) Hand tools should be repaired by competent persons.
ii) Heads of hammers and other shock tools should be dressed or ground to a suitable
radius on the edge as soon as they begin to mushroom or crack.
iii) When not in use and while being carried or transported sharp tools should be kept in
sheaths, shields, chests or other suitable containers.
iv) Only insulated or nonconducting tools should be used on or near live electrical
installations.
v) Only non-sparking tools should be used near or in the presence of flammable or explosive
dusts or vapours.

5.8.3 Pneumatic Tools

i) Operating triggers on portable pneumatic tools should be:


a) so placed as to minimise the risk of accidental starting of the machine.
b) so arranged as to close the air inlet valve automatically when the pressure of the
operator's hand is removed.

ii) Hose and hose connections for compressed air supply to portable pneumatic tools should
be:

a) designed and tested for the pressure and service for which they are intended;
b) fastened securely on the pipe outlet and equipped with the safety chain, as
appropriate.
iii) Pneumatic shock tools should be equipped with safety clips or retainers to prevent dies
and tools from being accidentally expelled from the barrel.
iv) Pneumatic tools should be disconnected from power and the pressure in hose lines
released before any adjustment or repair is made.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 276 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 7


SAFETY PRACTICES DURING CONSTRUCTION

5.8.4 Electrical Tools

i) Low voltage portable electrical tools should generally be used.


ii) All electrical tools should be earthed, unless they are "all insulated" or "double insulated"
tools which do not require earthing.
iii) All electrical tools should get inspected and maintained on a regular basis by a competent
electrician and complete records kept.
5.8.5 Engines
i) Engines should:
a) be installed so that they can be started safely and the maximum safe speed cannot be
exceeded.
b) have controls for limiting speed.
c) have devices to stop them from a safe place in an emergency.

ii) IC engines should not be run in confined spaces unless adequate exhaust ventilation is
provided.

iii) When IC engines are being fuelled:

a) the engine should be shut off.


b) care should be taken to avoid spilling fuel;
c) no person should smoke or have an naked light in the vicinity.
d) a fire extinguisher should be kept readily available.
iv) Secondary fuel reservoir should be placed outside the engine room.

6.0 CONSTRUCTION ACTIVITIES

The various common activities in construction are as under:

 Excavation
 Scaffolding, Platforms & Ladders
 Structural Work, Laying of Reinforcement & Concreting
 Road Work (Laying of roads)
 Cutting /Welding
 Working in Confined Space
 Proof/Pressure Testing
 Working at Heights
 Handling & Lifting Equipments
 Vehicle Movement
 Electrical
 Offshore
 Demolition
 Radiography
 Sand/shot blasting/ spray painting
 Work above water
The safe practices to be followed during the implementation of above construction
activities are given below:

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 277 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 8


SAFETY PRACTICES DURING CONSTRUCTION

6.1 EXCAVATION

6.1.1 All excavation work should be planned and the method of excavation and the type of
support work required should be decided considering the following:
i) the stability of the ground;
ii) the excavation will not affect adjoining buildings, structures or roadways;
iii) to prevent hazard, the gas, water, electrical and other public utilities should be shut off
or disconnected, if necessary;
iv) presence of underground pipes, cable conductors, etc.,
v) the position of culvert/bridges, temporary roads and spoil heaps should be determined;
6.1.2 Before digging begins on site, all excavation work should be planned and the method of
excavation and the type of support work required decided.
6.1.3 All excavation work should be supervised.
6.1.4 Sites of excavations should be thoroughly inspected:
i) daily, prior to each shift and after interruption in work of more than one day;
ii) after every blasting operation;
iii) after an unexpected fall of ground;
iv) after substantial damage to supports;
v) after a heavy rain, frost or snow;
vi) when boulder formations are encountered.
6.1.5 Safe angle of repose while excavating trenches exceeding 1.5m depth upto 3.0m should
0
be maintained. Based on site conditions, provide proper slope, usually 45 ,and suitable
bench of 0.5m width at every 1.5m depth of excavation in all soils except hard rock or
provide proper shoring and strutting to prevent cave-in or slides.
6.1.6 As far as possible, excavated earth should not be placed within one meter of the edge of
the trench or depth of trench whichever is greater.
6.1.7 Don't allow vehicles to operate too close to excavated area. Maintain atleast 2m distance
from edge of excavation. No load, plant or equipment should be placed or moved near
the edge of any excavation where it is likely to cause its collapse and thereby endanger
any person unless precautions such as the provision of shoring or piling are taken to
prevent the sides from collapsing.
6.1.8 Adequately anchored stop blocks and barriers should be provided to prevent vehicles
being driven into the excavation. Heavy vehicles should not be allowed near the exca-
vation unless the support work has been specially designed to permit it.
6.1.9 If an excavation is likely to affect the security of a structure on which persons are working,
precautions should be taken to protect the structure from collapse.
6.1.10 Barricade at 1m height (with red & white band/self glowing caution board) should be
provided for excavations beyond 1.5m depth. Provide two entries/exits for such
excavation.
6.1.11 Necessary precautions should be taken for underground utility lines like cables, sewers
etc. and necessary approvals/clearances from the concerned authorities shall be
obtained before commencement of the excavation job.
6.1.12 Water shall be pumped/bailed out, if any accumulates in the trench. Necessary
precautions should be taken to prevent entry of surface water in trenches.
6.1.13 During rains, the soil becomes loose. Take additional precaution against collapse of side
wall.
6.1.14 In hazardous areas, air should be tested to ascertain its quality. No one should be
allowed entry till it is suitable for breathing.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 278 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 9


SAFETY PRACTICES DURING CONSTRUCTION

6.1.15 In case of mechanised excavation, precaution shall be taken to not to allow anybody to
come within one meter of extreme reach of the mechanical shovel. The mechanised
excavator shall be operated by a well-trained experienced operator. When not in
operation, the machine shall be kept on firm leveled ground with mechanical shovel
resting on ground. Wheel or belt shall be suitably jammed to prevent any accidental
movement of the machine. Suitable precautions as per manufacturer guidelines should
be taken for dozers, graders and other heavy machines.
6.1.16 In case of blasting, follow strictly IS:4081-1986 & Indian Explosive Act and rules for
storage, handling and carrying of explosive materials and execution of blasting operation.
6.2 SCAFFOLDING, PLATFORMS & LADDERS
6.2.1 Metal as material of construction

i) A scaffold should be provided and maintained or other equally safe and suitable provision
should be made where work cannot safely be done on or from the ground or from part of
a building or other permanent structure.
ii) Scaffolds should be provided with safe means of access, such as stairs, ladders or
ramps. Ladders should be secured against inadvertent movement.
iii) Every scaffold should be constructed, erected and maintained so as to prevent collapse
or accidental displacement when in use.
iv) Every scaffold and part thereof should be constructed :
(a) in such a way so as not to cause hazards for workers during erection and dismantling;
(b) in such a way so as guard rails and other protective devices, platforms, ladders, stairs
or ramps can be easily put together;
(c) with sound material and of requisite size and strength for the purpose for which it is to
be used and maintained in a proper condition.
v) Boards and planks used for scaffolds should be protected against splitting.
vi) Materials used in the construction of scaffolds should be stored under good conditions
and apart from any material unsuitable for scaffolds.
vii) Couplers should not cause deformation in tubes. Couplers should be made of drop forged
steel or equivalent material.
viii) Tubes should be free from cracks, splits and excessive corrosion and be straight to the
eye, and tube ends cut cleanly square with the tube axis.
ix) Scaffolds should be designed for their maximum load as per relevant code.
x) Scaffolds should be adequately braced.
xi) Scaffolds which are not designed to be independent should be rigidly connected to the
building at designated vertical and horizontal places.
xii) A scaffold should never extend above the highest anchorage to an extent which might
endanger its stability and strength.
xiii) Loose bricks, drainpipes, chimney-pots or other unsuitable material should not be used
for the construction or support of any part of a scaffold.
xiv) Scaffolds should be inspected and certified:
(a) before being taken into use;
(b) at periodic intervals thereafter as prescribed for different types of scaffolds;
(c) after any alteration, interruption in use, exposure to weather or seismic conditions or
any other occurrence likely to have affected their strength or stability.
xv) Inspection should more particularly ascertain that:
(a) the scaffold is of suitable type and adequate for the job;

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 279 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 10


SAFETY PRACTICES DURING CONSTRUCTION

(b) materials used in its construction are sound and of sufficient strength;
(c) it is of sound construction and stable;
(d) that the required safeguards are in position.
xvi) A scaffold should not be erected, substantially altered or dismantled except by or under
the supervision.
xvii) Every scaffold should be maintained in good and proper condition, and every part should
be kept fixed or secured so that no part can be displaced in consequence of normal use.
xviii) If out-rigger scaffolding is to be used, it should be specifically designed and inspected
before putting in use.
6.2.2 Lifting appliances on scaffolds

i) When a lifting appliance is to be used on a scaffold:


(a) the parts of the scaffold should be carefully inspected to determine the additional
strengthening and other safety measures required;
(b) any movement of the scaffold members should be prevented;
(c) if practicable, the uprights should be rigidly connected to a solid part of the building at
the place where the lifting appliance is erected.
6.2.3 Prefabricated scaffolds

i) In the case of prefabricated scaffold systems, the instructions provided by the


manufacturers or suppliers should be strictly adhered to. Prefabricated scaffolds should
have adequate arrangements for fixing bracing.
ii) Frames of different types should not be intermingled in a single scaffold.
iii) Scaffolding shall be erected on firm and level ground.
iv) All members of metal scaffolding shall be checked periodically to screen out defective /
rusted members. All joints should be properly lubricated for easy tightening.
v) Entry to scaffolding should be restricted.
vi) Erection, alteration and removal shall be done under supervision of experienced
personnel.
vii) Use of barrels, boxes, loose bricks etc., for supporting platform shall not be permitted.
viii) Each supporting member of platform shall be securely fastened and braced
ix) Where planks are butt-joined, two parallel putlogs shall be used, not more than 100mm
apart, to give support to each plank.
x) Platform plank shall not project beyond its end support to a distance exceeding 4 times
the thickness of plank, unless it is effectively secured to prevent tipping. Cantilever
planks should be avoided.
xi) The platform edges shall be provided with 150mm high toe board to eliminate hazards of
tools or other objects falling from platform.
xii) Erect ladders in the “four up-one out position”
xiii) Lash ladder securely with the structure.
xiv) Using non-slip devices, such as, rubber shoes or pointed steel ferules at the ladder foot,
rubber wheels at ladder top, fixing wooden battens, cleats etc.
xv) When ladder is used for climbing over a platform, the ladder must be of sufficient length,
to extend at least one meter above the platform, when erected against the platform in
“four up-one out position.”
xvi) Portable ladders shall be used for heights not more than 4mt. Above 4mt flights, fixed
ladders shall be provided with at least 600 mm landings at every 6mt or less.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 280 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 11


SAFETY PRACTICES DURING CONSTRUCTION

xvii) The width of ladder shall not be less than 300mm and rungs shall be spaced not more
than 300mm.
xviii) Every platform and means of access shall be kept free from obstruction.
xix) If grease, mud, gravel, mortar etc., fall on platform or scaffolds, these shall be removed
immediately to avoid slippage.
xx) Workers shall not be allowed to work on scaffolds during storms or high wind. After
heavy rain or storms, scaffolds shall be inspected before reuse.
xxi) Don't overload the scaffolding. Remove excess material and scrap immediately.
xxii) Dismantling of scaffolds shall be done in a pre-planned sequential manner.

6.2.4 Suspended scaffolds/boatwain's chair

i) In addition to the requirements for scaffolds in general as regards soundness, stability


and protection against the risk of falls, suspended scaffolds should meet the following
specific requirements.
(a) platforms should be designed and built with dimensions that are compatible with the
stability of the structure as a whole, especially the length;
(b) the number or anchorage should be compatible with the dimensions of the platform;
(c) the safety of workers should be safeguarded by an extra rope having a point of
attachment independent of the anchorage arrangements of the scaffold;
(d) the anchorage and other elements of support of the scaffold should be designed and
built in such a way as to ensure sufficient strength;
(e) the ropes, winches, pulleys or pulley blocks should be designed, assembled, used and
maintained according to the requirements established for lifting gear adapted to the
lifting of persons according to national laws and regulations;
(f) Before use, the whole structure should be checked by a competent person.
6.2.5 Bamboo Scaffolding

i) In general, it should be avoided as far as possible. It should not be used in the unit/off-site
areas and where hot work is to be done.
ii) For construction and maintenance of residential and office buildings, situated outside
explosive licensed area, bamboo scaffold, if used, should conform to provisions given in
lS-3696 (Part 1)-1987.
6.3 STRUCTURAL WORK, LAYING OF REINFORCEMENT & CONCRETING
6.3.1 General provisions

i) The erection or dismantling of buildings, structures, civil engineering works, formwork,


falsework and shoring should be carried out by trained workers only under the supervision
of a competent person.
ii) Precautions should be taken to guard against danger to workers arising from any
temporary state of weakness or instability of a structure.
iii) Formwork, falsework and shoring should be so designed, constructed and maintained
that it will safely support all loads that may be imposed on it.
iv) Formwork should be so designed and erected that working platforms, means of access,
bracing and means of handling and stabilising are easily fixed to the formwork structure.
6.3.2. Erection and dismantling of steel and prefabricated structures

i) The safety of workers employed on the erection and dismantling of steel and prefabri-
cated structures should be ensured by appropriate means, such as provision and use of:

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 281 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 12


SAFETY PRACTICES DURING CONSTRUCTION

(a) ladders, gangways or fixed platforms;


(b) platforms, buckets, boatswain's chairs or other appropriate means suspended from
lifting appliances;
(c) safety harnesses and lifelines, catch nets or catch platforms;
(d) Power-operated mobile working platforms.
ii) Steel and prefabricated structures should be so designed and made that they can be
safely transported and erected.
iii) In addition to the need for the stability of the part when erected, the design should
explicitly take following into account:
(a) the conditions and methods of attachment in the operations of transport, storing and
temporary support during erection or dismantling as applicable;
(b) Methods for the provision of safeguards such as railings and working platforms, and,
when necessary, for mounting them easily on the structural steel or prefabricated
parts.
iv) The hooks and other devices built in or provided on the structural steel or prefabricated
parts that are required for lifting and transporting them should be so shaped, dimensioned
and positioned as:
(a) to withstand with a sufficient margin the stresses to which they are subjected;
(b) Not to set up stresses in the part that could cause failures, or stresses in the structure
itself not provided for in the plans, and be designed to permit easy release from the
lifting appliance. Lifting points for floor and staircase units should be located (recessed
if necessary) so that they do not protrude above the surface;
(c) To avoid imbalance or distortion of the lifted load.
v) Storeplaces should be so constructed that:
(a) there is no risk of structural steel or prefabricated parts falling or overturning;
(b) storage conditions generally ensure stability and avoid damage having regard to the
method of storage and atmospheric conditions;
(c) racks are set on firm ground and designed so that units cannot move accidentally.
vi) While they are being stored, transported, raised or set down, structural steel or
prefabricated parts should not be subjected to stresses prejudicial to their stability.
vii) Every lifting appliance should:
(a) be suitable for the operations and not be capable of accidental disconnection;
(b) be approved or tested as per statutory requirement.
viii) Lifting hooks should be of the self-closing type or of a safety type and should have the
maximum permissible load marked on them.
ix) Tongs, clamps and other appliances for lifting structural steel and prefabricated parts
should:
(a) be of such shape and dimensions as to ensure a secure grip without damaging the
part;
(b) be marked with the maximum permissible load in the most unfavourable lifting
conditions.
x) Structural steel or prefabricated parts should be lifted by methods or appliances that
prevent them from spinning accidentally.
xi) When necessary to prevent danger, before they are raised from the ground, structural
steel or prefabricated parts should be provided with safety devices such as railings and
working platforms to prevent falls of persons.
xii) While structural steel or prefabricated parts are being erected, the workers should be
provided with appliances for guiding them as they are being lifted and set down, so as to
avoid crushing of hands and to facilitate the operations. Use of such appliances should be
ensured.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 282 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 13


SAFETY PRACTICES DURING CONSTRUCTION

xiii) A raised structural steel or prefabricated part should be so secured and wall units so
propped that their stability cannot be imperiled, even by external agencies such as wind
and passing loads before its release from the lifting appliance.
xiv) At work places, instruction should be given to the workers on the methods, arrangements
and means required for the storage, transport, lifting and erection of structural steel or
prefabricated parts, and, before erection starts, a meeting of all those responsible should
be held to discuss and confirm the requirements for safe erection.
xv) During transportation within the construction area, attachments such as slings and
stirrups mounted on structural steel or prefabricated parts should be securely fastened to
the parts.
xvi) Structural steel or prefabricated parts should be so transported that the conditions do not
affect the stability of the parts or the means of transport result in jolting, vibration or
stresses due to blows, or loads of material or persons.
xvii) When the method of erection does not permit the provision of other means of protection
against fall of persons, the workplaces should be protected by guardrails, and if appro-
priate by toe-boards.
xviii) When adverse weather conditions such as snow, ice and wind or reduced visibility entail
risks of accidents, the work should be carried on with particular care, or, if necessary,
interrupted.
xix) Structures should not be worked on during violent storms or high winds, or when they are
covered with ice or snow, or are slippery from other causes.
xx) If necessary, to prevent danger, structural steel parts should be equipped with
attachments for suspended scaffolds, lifelines or safety harnesses and other means of
protection.
xxi) The risks of falling, to which workers moving on high or sloping girders are exposed,
should be limited by all means of adequate collective protection or, where this is imposs-
ible, by the use of a safety harness that is well secured to a strong support.
xxii) Structural steel parts that are to be erected at a great height should as far as practicable
be assembled on the ground.
xxiii) When structural steel or prefabricated parts are being erected, a sufficiently extended
area underneath the workplace should be barricaded or guarded
xxiv) Steel trusses that are being erected should be adequately shored, braced or guyed until
they are permanently secured in position.
xxv) Load-bearing structural member should not be dangerously weakened by cutting, holing
or other means.
xxvi) Structural members should not be forced into place by the hoisting machine while any
worker is in such a position that he could be injured by the operation.
xxvii) Open-web steel joists that are hoisted singly should be directly placed in position and
secured against dislodgment.
6.3.3 Reinforcement

i) Ensure that workers use Personnel Protective equipment like safety helmet, safety shoes,
gloves etc.
ii) Don't place the hand below the rods for checking clear distance. Use measuring devices.
iii) Don't wear loose clothes while checking the rods.
iv) Don't stand unnecessarily on cantilever rods.
v) To carry out welding/cutting of rods, safety procedures/precautions as mentioned in Item
No. 6.5 to be followed.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 283 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 14


SAFETY PRACTICES DURING CONSTRUCTION

vi) For supplying of rods at heights, proper staging and/or bundling to be provided.
vii) Ensure barricading and staging for supplying and fixing of rods at height.
viii) For short distance carrying of materials on shoulders, suitable pads to be provided.
ix) While transporting material by trucks/trailers, the rods shall not protrude in front of or by
the sides of driver's cabin. In case such protrusion cannot be avoided behind the deck,
rd
then it should not extend 1/3 of deck length or 1.5M which ever is less and tied with red
flags/lights.
6.3.4 Concreting

i) Ensure stability of shuttering work before allowing concreting.


ii) Barricade the concreting area while pouring at height/depths.
iii) Keep vibrator hoses, pumping concrete accessories in healthy conditions and
mechanically locked.
iv) Pipelines in concrete pumping system shall not be attached to temporary structures such
as scaffolds and formwork support as the forces and movements may effect their
integrity.
v) Check safety cages & guards around moving motors/parts etc. provided in concreting
mixers.
vi) Use Personal Protective Equipment like gloves, safety shoes etc. while dealing with
concrete and wear respirators for dealing with cement.
vii) Earthing of electrical mixers, vibrators, etc. should be done and verified.
viii) Cleaning of rotating drums of concrete mixers shall be done from outside. Lockout
devices shall be provided where workers need to enter.
ix) Where concrete mixers are driven by internal combustion engine, exhaust points shall be
located away from the worker's workstation so as to eliminate their exposure to obnoxious
fumes.
x) Don't allow unauthorised person to stand under the concreting area.
xi) Ensure adequate lighting arrangements for carrying out concrete work during night.
xii) Don't allow the same workers to pour concrete round the clock. Insist on shift pattern.
xiii) During pouring, shuttering and its supports should be continuously watched for defects.
6.4 ROAD WORK

6.4.1 Site shall be barricaded and provided with warning signs, including night warning lamps
at appropriate locations for traffic diversion.
6.4.2 Filled and empty bitumen drums shall be stacked separately at designated places.
6.4.3 Mixing aggregate with bitumen shall preferably be done with the help of bitumen batch
mixing plant, unless operationally non-feasible.
6.4.4 Road rollers, Bitumen sprayers, Pavement finishers shall be driven by experienced
drivers with valid driving license.
6.4.5 Workers handling hot bitumen sprayers or spreading bitumen aggregate mix or mixing
bitumen with aggregate, shall be provided with PVC hand gloves and rubber shoes with
legging up to knee joints.
6.4.6 At the end of day's work, surplus hot bitumen in tar boiler shall be properly covered by a
metal sheet, to prevent anything falling in it,
6.4.7 If bitumen accidentally falls on ground, it shall be immediately covered by sprinkling sand,
to prevent anybody stepping on it. Then it shall be removed with the help of spade.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 284 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 15


SAFETY PRACTICES DURING CONSTRUCTION

6.4.8 For cement concrete roads, besides site barricading and installation of warning signs for
traffic diversion, safe practices mentioned in the chapter on "Concreting", shall also be
applicable.
6.5 CUTTING/WELDING

6.5.1 Common hazards involved in welding/cutting are sparks, molten metal, flying particles,
harmful light rays, electric shocks etc. Following precautions should be taken: -
i) A dry chemical type fire extinguisher shall be made available in the work area.
ii) Adequate ventilation shall be ensured by opening manholes and fixing a shield or forced
circulation of air etc, while doing a job in confined space.
iii) Ensure that only approved and well-maintained apparatus, such as torches, manifolds,
regulators or pressure reducing valves, and acetylene generators, be used.
iv) All covers and panels shall be kept in place, when operating an electric Arc welding
machine.
v) The work piece should be connected directly to Power supply, and not indirectly through
pipelines/structures/equipments etc.
vi) The welding receptacles shall be rated for 63 A suitable for 415V, 3-Phase system with a
scraping earth. Receptacles shall have necessary mechanical interlocks and earthing
facilities.
vii) All cables, including welding and ground cables, shall be checked for any worn out or
cracked insulation before starting the job. Ground cable should be separate without any
loose joints.
viii) Cable coiling shall be maintained at minimum level, if not avoidable.
ix) An energised electrode shall not be left unattended.
x) The power source shall be turned off at the end of job.
xi) All gas cylinders shall be properly secured in upright position.
xii) Acetylene cylinder shall be turned and kept in such a way that the valve outlet points
away from oxygen cylinder.
xiii) Acetylene cylinder key for opening valve shall be kept on valve stem, while cylinder is in
use, so that the acetylene cylinder could be quickly turned off in case of emergency. Use
flash back arrestors to prevent back-fire in acetylene/oxygen cylinder.
xiv) When not in use, valves of all cylinders shall be kept closed.
xv) All types of cylinders, whether full or empty, shall be stored at cool, dry place under shed.
xvi) Forced opening of any cylinder valve should not be attempted.
xvii) Lighted gas torch shall never be left unattended.
xviii) Store acetylene and oxygen cylinders separately.
xix) Store full and empty cylinders separately.
xx) Avoid cylinders coming into contact with heat.
xxi) Cylinders that are heavy or difficult to carry by hand may be rolled on their bottom edge
but never dragged.
xxii) If cylinders have to be moved, be sure that the cylinder valves are shut off.
xxiii) Before changing torches, shut off the gas at the pressure reducing regulators and not by
crimping the hose.
xxiv) Do not use matches to light torches, use a friction lighter.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 285 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 16


SAFETY PRACTICES DURING CONSTRUCTION

xxv) Move out any leaking cylinder immediately.


xxvi) Use trolleys for oxygen & acetylene cylinder and chain them.
xxvii) Always use Red hose for acetylene and other fuel gases and Black for oxygen, and
ensure that both are in equal length.
xxviii) Ensure that hoses are free from burns, cuts and cracks and properly clamped.
xxix) Avoid dragging hoses over sharp edges and objects
xxx) Do not wrap hoses around cylinders when in use or stored.
xxxi) Protect hoses from flying sparks, hot slag, and other hot objects.
xxxii) Lubricants shall not be used on Ox-fuel gas equipment.
xxxiii) During cutting/welding, use proper type goggles/face shields.
6.6 WORKING IN CONFINED SPACES

6.6.1 Following safety practices for working in confined space like towers, columns, tanks and
other vessels should be followed in addition to the safety guidelines for specific jobs like
scaffolding, cutting/welding etc.

i) Shut down, isolate, depressurise and purge the vessel as per laid down procedures.
ii) Entry inside the vessel and to carry out any job should be done after issuance of valid
permit only in line with the requirement of OISD-STD-105.
iii) Ensure proper and accessible means of exit before entry inside a confined space.
iv) The number of persons allowed inside the vessel should be limited to avoid overcrowding.
v) When the work is going on in the confined space, there should always be one man
standby at the nearby manway.
vi) Before entering inside the vessels underground or located at lower elevation, probability
of dense vapours accumulating nearby should also be considered in addition to inside the
vessel.
vii) Ensure requisite O2 level before entry in the confined space and monitor level periodically
or other wise use respiratory devices.
viii) Check for no Hydrocarbon or toxic substances before entry and monitor level periodically
or use requisite Personal Protective Equipment.
ix) Ensure adequate ventilation or use respiratory devices.
x) Depending upon need, necessary respirator system, gas masks and suit shall be worn by
everyone entering confined space. In case of sewer, OWS or in the confined area where
there is a possibility of toxic or inert gas, gas masks shall be used by everyone while
entering.
xi) Barricade the confined spaces during hoisting, radiography, blasting, pressure testing etc.
xii) Use 24V flameproof lamp fittings only for illumination.
xiii) Use tools with air motors or electric tools with maximum voltage of 24V.
xiv) House keeping shall be well maintained.
xv) Safety helmet, safety shoes and safety belt shall be worn by everyone entering the
confined space.
xvi) Don't wear loose clothing while working in a confined space.
xvii) In case of the vessels which are likely to contain pyropheric substances (like Iron
Sulphide), special care need to be taken before opening the vessel. Attempt should be

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 286 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 17


SAFETY PRACTICES DURING CONSTRUCTION

made to remove the pyropheric substances. Otherwise, these should be always kept wet
by suitable means.
xviii) The cutting torches should also be kept outside the vessel immediately after the cutting.
xix) The gas cylinders used for cutting/welding shall be kept outside.
xx) All cables, hoses, welding equipment etc., shall be removed from confined space at end
of each work day, even if the work is to be resumed in the same space the next day.
xxi) To the extent possible sludge shall be cleared and removed from outside before entering.
xxii) No naked light or flame or hot work such as welding, cutting and soldering should be
permitted inside a confined space or area unless it has been made completely free of the
flammable atmosphere, tested and found safe by a competent person. Only non-sparking
tools and flameproof hand lamps protected with guard and safety torches should be used
inside such confined space or area for initial inspection, cleaning or other work required to
be done for making the area safe.
xxiii) Communication should be always maintained between the worker and the attendant.
6.7 PROOF/PRESSURE TESTING

6.7.1 Review test procedure before allowing testing with water or air or any other fluid.
6.7.2 Provide relief valves of adequate size while testing with air or other gases.
6.7.3 Ensure compliance of necessary precautions, step wise loading, tightening of fasteners,
grouting etc. before and during testing.
6.7.4 Inform all concerned in advance of the testing.
6.7.5 Keep the vents open before opening any valve for filling/draining of liquid used for
hydrotesting. The filling/draining should not exceed the designed rate for pressure testing.
6.7.6 Provide separate gauges of suitable range for pressurising pump and the equipment to
be tested.
6.7.7 Provide gauges at designated locations for monitoring of pressures.
6.7.8 Check the calibration of all pressurising equipment and accessories and maintain records.
6.7.9 Take readings at pre-defined intervals.
6.8 WORKING AT HEIGHTS
6.8.1 General Provision

i) While working at a height of more than 3 meters, ISI approved safety belt shall be used.
ii) While working at a height of more than 3 meters, permit should be issued by competent
person before commencement of the job.
iii) Worker should be well trained on usage of safety belt including its proper usage at the
time of ascending/descending.
iv) All tools should be carried in tool kits to avoid their falling.
v) If the job is on fragile/sloping roof, roof walk ladders shall be used.
vi) Provide lifeline wherever required.
vii) Additional safety measures like providing Fall Arrestor type Safety belt, safety net should
be provided depending upon site conditions, job requirements.
viii) Keep working area neat and clean. Remove scrap material immediately.
ix) Don't throw or drop material/equipment from height.
x) Avoid jumping from one member to another. Use proper passageway.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 287 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 18


SAFETY PRACTICES DURING CONSTRUCTION

xi) Keep both hands free while climbing. Don't try to bypass the steps of the ladder.
xii) Try to maintain calm at height. Avoid over exertion.
xiii) Avoid movements on beam.
xiv) Elevated workplaces including roofs should be provided with safe means of access and
egress such as stairs, ramps or ladders.
6.8.2 Roof Work

i) All roof-work operations should be pre-planned and properly supervised.


ii) Roof work should only be undertaken by workers who are physically and psychologically
fit and have the necessary knowledge and experience for such work.
iii) Work on roofs shouldn't be carried on in weather conditions that threaten the safety of
workers.
iv) Crawling boards, walkways and roof ladders should be securely fastened to a firm
structure.
v) Roofing brackets should fit the slope of the roof and be securely supported.
vi) Where it is necessary for a person to kneel or crouch near the edge of the roof, necessary
precautions should be taken.
vii) On a large roof where work have to be carried out at or near the edge, a simple barrier
consisting of crossed scaffold tubes supporting a tubing guardrail may be provided.
viii) All covers for openings in roofs should be of substantial construction and be secured in
position.
ix) Roofs with a pitch of more than 10 should be treated as sloping.
x) When work is being carried out on sloping roofs, sufficient and suitable crawling boards or
roof ladders should be provided and firmly secured in position.
xi) During extensive work on the roof, strong barriers or guardrails and toe-boards should be
provided to stop a person from falling off the roof.
xii) Where workers are required to work on or near roofs or other places covered with fragile
material, through which they are liable to fall, they should be provided with suitable roof
ladders or crawling boards strong enough and when spanning across the supports for the
roof covering to support those workers.
xiii) A minimum of two boards should be provided so that it is not necessary for a person to
stand on a fragile roof to move a board or a ladder, or for any other reason.

6.8.3 Work on tall chimneys

i) For the erection and repair of tall chimneys, scaffolding should be provided. A safety net
should be maintained at a suitable distance below the scaffold.
ii) The scaffold floor should always be at least 65 cm below the top of the chimney.
iii) Under the working floor of the scaffolding the next lower floor should be left in position as
a catch platform.
iv) The distance between the inside edge of the scaffold and the wall of the chimney should
not exceed 20 cm at any point.
v) Catch platforms should be erected over:
(a) the entrance to the chimney;
(b) Passageways and working places where workers could be endangered by falling
objects.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 288 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 19


SAFETY PRACTICES DURING CONSTRUCTION

vi) For climbing tall chimneys, access should be provided by:


(a) stairs or ladders;
(b) a column of iron rungs securely embedded in the chimney wall;
(c) Other appropriate means.
vii) When workers use the outside rungs to climb the chimney, a securely fastened steel core
rope looped at the free end and hanging down at least 3 m should be provided at the top
to help the workers to climb on to the chimney.
viii) While work is being done on independent chimneys the area surrounding the chimney
should be enclosed by fencing at a safe distance.
ix) Workers employed on the construction, alteration, maintenance or repair of tall chimneys
should not:
a) work on the outside without a safety harness attached by a lifeline to a rung, ring or
other secure anchorage;
b) put tools between the safety harness and the body or in pockets not intended for the
purpose;
c) haul heavy materials or equipment up and down by hand to or from the workplace on
the chimney;
d) fasten pulleys or scaffolding to reinforcing rings without first verifying their stability;
e) work alone;
f) climb a chimney that is not provided with securely anchored ladders or rungs;
g) Work on chimneys in use unless the necessary precautions to avoid danger from
smoke and gases have been taken.
x) Work on independent chimneys should not be carried on in high winds, icy conditions, fog
or during electrical storms.
6.9 HANDLING AND LIFTING EQUIPMENT:
6.9.1 General Provisions

Following are the general guidelines to be followed with regard to all types of handling
and lifting equipment in addition to the guidelines for specific type of equipments dealt
later on.

i) There should be a well-planned safety programme to ensure that all the lifting appliances
and lifting gear are selected, installed, examined, tested, maintained, operated and
dismantled with a view to preventing the occurrence of any accident;

ii) All lifting appliances shall be examined by competent persons at frequencies as specified
in "The Factories act".
iii) Check thoroughly quality, size and condition of all lifting tools like chain pulley blocks,
slings, U-clamps, D-shackles etc. before putting them in use.
iv) Safe lifting capacity of all lifting & handling equipment, tools and shackles should be got
verified and certificates obtained from competent authorities before its use. The safe
working load shall be marked on them.
v) Check periodically the oil, brakes, gears, horns and tyre pressure of all moving
equipments like cranes, forklifts, trailers etc as per manufacturer's recommendations.
vi) Check the weights to be lifted and accordingly decide about the crane capacity, boom
length and angle of erection.
vii) Allow lifting slings as short as possible and check packing at the friction points.
viii) While lifting/placing of the load, no unauthorised person shall remain within the radius of
the boom and underneath the load.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 289 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 20


SAFETY PRACTICES DURING CONSTRUCTION

ix) While loading, unloading and stacking of pipes, proper wedges shall be placed to prevent
rolling down of the pipes.
x) Control longer jobs being lifted up from both ends.
xi) Only trained operators and riggers should carry out the job. While the crane is moving or
lifting the load, the trained rigger should be there for keeping a vigil against hitting any
other object.
xii) During high wind conditions and nights, lifting of heavy equipments should be avoided. If
unavoidable to do erection in night, operator and rigger should be fully trained for night
signaling. Also proper illumination should be there.
xiii) Allow crane to move on hard, firm and leveled ground.
xiv) When crane is in idle condition for long periods or unattended, crane boom should either
be lowered or locked as per manufacturer's guidelines.
xv) Hook and load being lifted shall remain in full visibility of crane operators, while lifting, to
the extent possible.
xvi) Don't allow booms or other parts of crane to come within 3 meters reach of overhead
electrical cables.
xvii) No structural alterations or repairs should be made to any part of a lifting appliance, which
may affect the safety of the appliance without the permission and supervision of the
competent person.
6.9.2 Hoists

i) Hoist shafts should be enclosed with rigid panels or other adequate fencing at:
(a) ground level on all sides;
(b) all other levels at all points at which access is provided;
(c) all points at which persons are liable to be struck by any moving part.
ii) The enclosure of hoist shafts, except at approaches should extend where practicable at
least 2mt above the floor, platform or other place to which access is provided except
where a lesser height is sufficient to prevent any person falling down the hoistway and
there is no risk of any person coming into contact with any moving part of the hoist, but in
no case should the enclosure be less than 1mt in height.
iii) The guides of hoist platforms should offer sufficient resistance to bending and, in the case
of jamming by a safety catch, to buckling.
iv) Where necessary to prevent danger, adequate covering should be provided above the
top of hoist shafts to prevent material falling down them.
v) Outdoor hoist towers should be erected on firm foundations, and securely braced, guyed
and anchored.
vi) A ladderway should extend from the bottom to the top of outdoor hoist towers, if no other
ladderway exists within easy reach.
vii) Hoisting engines should be of ample capacity to control the heaviest load that they will
have to move.
viii) Hoists should be provided with devices that stop the hoisting engine as soon as the
platform reaches its highest stopping place.
ix) Winches should be so constructed that the brake is applied when the control handle is not
held in the operating position.
x) It should not be possible to set in motion from the platform a hoist, which is not designed
for the conveyance of persons.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 290 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 21


SAFETY PRACTICES DURING CONSTRUCTION

xi) Winches should not be fitted with pawl and ratchet gears on which the pawl must be
disengaged before the platform is lowered.
xii) Hoist platforms should be capable of supporting the maximum load that they will have to
carry with a safety factor.
xiii) Hoist platforms should be equipped with safety gear that will hold the platform with the
maximum load if the hoisting rope breaks.
xiv) If workers have to enter the cage or go on the platform at landings there should be a
locking arrangement preventing the cage or platform from moving while any worker is in
or on it.
xv) On sides not used for loading and unloading, hoist platforms should be provided with toe-
boards and enclosures of wire mesh or other suitable material to prevent the fall of parts
of loads.
xvi) Where necessary to prevent danger from falling objects, hoist platforms should be
provided with adequate covering.
xvii) Counterweights consisting of an assemblage of several parts should be made of specially
constructed parts rigidly connected together.
xviii) Counterweights should run in guides.
xix) Platforms should be provided at all landings used by workers.
xx) Following notices should be posted up conspicuously and in very legible characters:
(a) on all hoists:

 on the platform: the carrying capacity in kilograms or other appropriate standard


unit of weight;

 on the hoisting engine: the lifting capacity in kilograms or other appropriate


standard unit of weight;
(b) on hoists authorised or certified for the conveyance of persons:

 on the platform or cage: the maximum number of persons to be carried at one time;
(c) on hoists for goods only:

 on every approach to the hoist and on the platform: prohibition of use by persons.
xxi) Hoists intended for the carriage of persons should be provided with a cage so constructed
as to prevent any person from falling out or being trapped between the cage and any
fixed part of the structure when the cage gate is shut, or from being struck by the
counterbalance weight or by articles or materials tailing down the hoistway.
xxii) On each side in which access is provided, the cage should have a gate fitted with devices
which ensure that the gate cannot be opened except when the cage is at a landing and
that the gate must be closed before the cage can move away from the landing.
xxiii) Every gate in the enclosure of the hoist shaft which gives access from a landing place to
the cage should be fitted with devices to ensure that the gate cannot be opened except
when the cage is at that landing place, and that the cage cannot be moved away from
that landing place until the gate is closed.
6.9.3 Derricks
Stiff-leg derricks

i) Derricks should be erected on a firm base capable of taking the combined weight of the
crane structure and maximum rated load.
ii) Devices should be used to prevent masts from lifting out of their seating.
“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 291 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 22


SAFETY PRACTICES DURING CONSTRUCTION

iii) Electrically operated derricks should be effectively earthed from the sole plate or
framework.
iv) Counterweights should be so arranged that they do not subject the backstays, sleepers or
pivots to excessive strain.
v) When derricks are mounted on wheels:
a) a rigid member should be used to maintain the correct distance between the wheels;
b) they should be equipped with struts to prevent them from dropping if a wheel breaks or
the derrick is derailed.
vi) The length of a derrick jib should not be altered without consulting the manufacturer.
vii) The jib of a scotch derrick crane should not be erected within the backstays of the crane.
Guy derricks

i) The restraint of the guy ropes should be ensured by fitting stirrups or anchor plates in
concrete foundations.
ii) The mast of guy derricks should be supported by six top guys spaced approximately
equally.
0
iii) The spread of the guys of a guy derrick crane from the mast should not be more than 45
from the horizontal.
iv) Guy ropes of derricks should be equipped with a stretching screw or turnbuckle or other
device to regulate the tension.
v) Gudgeon pins, sheave pins and fool bearings should be lubricated frequently.
vi) When a derrick is not in use, the boom should be anchored to prevent it from swinging.
6.9.4 Gin poles

i) Gin poles should:


(a) be straight;
(b) consist of steel or other suitable metal;
(c) be adequately guyed and anchored;
(d) be vertical or raked slightly towards the load;
(e) be of adequate strength for the loads that they will be required to lift/move.
ii) Gin poles should not be spliced and if a gin pole is composed of different elements, they
should be assembled in conformity with their intrinsic material strength.
iii) Gin poles should be fastened at their feet to prevent displacement in operation.
iv) Gin poles, which are moved from place to place and re-erected, should not be taken into
use again before the pole, lifting ropes, guys, blocks and other parts have been
inspected, and the whole appliance has been tested under load.
v) When platforms or skips are hoisted by gin poles, precautions should be taken to prevent
them from spinning and to provide for proper landing.
6.9.5 Tower cranes

i) Where tower cranes have cabs at high level, persons, capable and trained to work at
heights, should only be employed as crane operators.
ii) The characteristics of the various machines available should be considered against the
operating requirements and the surroundings in which the crane will operate before a par-
ticular type of crane is selected.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 292 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 23


SAFETY PRACTICES DURING CONSTRUCTION

iii) Care should be taken in the assessment of wind loads both during operations and out of
service. Account should also be taken of the effects of high structures on wind forces in
the vicinity of the crane.
iv) The ground on which the tower crane stands should have the requisite bearing capacity.
Account should be taken of seasonal variations in ground conditions.
v) Bases for tower cranes and tracks for rail-mounted tower cranes should be firm and level.
Tower cranes should only operate on gradients within limits specified by the
manufacturer. Tower cranes should only be erected at a safe distance from excavations
and ditches.
vi) Tower cranes should be sited where there is clear space available for erection, operation
and dismantling. As far as possible, cranes should be sited so that loads do not have to
be handled over occupied premises, over public thoroughfares, other construction works
and railways or near power cables.
vii) Where two or more tower cranes are sited in positions where their jibs could touch any
part of the other crane, there should be direct means of communication between them
and a distinct warning system operated from the cab so that one driver may alert the
other of impending danger.
viii) The manufacturers' instructions on the methods and sequence of erection and
dismantling should be followed. The crane should be tested before being taken into use.
ix) The climbing operation of climbing tower cranes should be carried out in accordance with
manufacturers' instructions. The free-standing height of the tower crane should not
extend beyond what is safe and permissible in the manufacturers' instructions.
x) When the tower crane is left unattended, loads should be removed from the hook, the
hook raised, the power switched off and the boom brought to the horizontal. For longer
periods or at times when adverse weather conditions are expected, out of service
procedures should be followed. The main jib should be slewed to the side of the tower
away from the wind, put into free slew and the crane immobilised.
xi) A windspeed measuring device should be provided at an elevated position on the tower
crane with the indicator fitted in the drivers' cab.
xii) Devices should be provided to prevent loads being moved to a point where the
corresponding safe working load of the crane would be exceeded. Name boards or other
items liable to catch the wind should not be mounted on a tower crane other than in
accordance with the manufacturers' instructions.
xiii) Tower cranes should not be used for magnet, or demolition ball service, piling operations
or other duties, which could impose excessive loading on the crane structure.
6.9.6 Lifting ropes

i) Only ropes with a known safe working capacity should be used as lifting ropes.
ii) Lifting ropes should be installed, maintained and inspected in accordance with
manufacturers' instructions.
iii) Repaired steel ropes should not be used on hoists.
iv) Where multiple independent ropes are used, for the purpose of stability, to lift a work
platform, each rope should be capable of carrying the load independently.
6.10 VEHICLE MOVEMENT
6.10.1 Park vehicles only at designated places. Don't block roads to create hindrance for other
vehicles.
6.10.2 Don't overload the vehicle.
6.10.3 Obey speed limits and traffic rules.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 293 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 24


SAFETY PRACTICES DURING CONSTRUCTION

6.10.4 Always expect the unexpected and be a defensive driver.


6.10.5 Drive carefully during adverse weather and road conditions.
6.10.6 Read the road ahead and ride to the left.
6.10.7 Be extra cautious at nights. Keep wind screens clean and lights in working condition.
6.10.8 All vehicles used for carrying workers and construction materials must undergo
predictive/preventive maintenance and daily checks
6.10.9 Driver with proper valid driving license shall only be allowed to drive the vehicle
6.10.10 Routes shall be leveled, marked and planned in such a way so as to avoid potential
hazards such as overhead power lines and sloping ground etc.
6.10.11 While reversing the vehicles, help of another worker should be ensured at all times
6.10.12 An unattended vehicle should have the engine switched off
6.10.13 Wherever possible one-way system shall be followed
6.10.14 Barriers/fixed stops should be provided for excavation/openings to prevent fall of vehicle
6.10.15 Load should be properly secured
6.10.16 The body of the tipper lorry should always be lowered before driving the vehicle off.
6.10.17 Signs/signals/caution boards etc. should be provided on routes .
6.11 ELECTRICAL
6.11.1 General Provisions

i) Only persons having valid licenses should be allowed to work on electrical facilities.
ii) No person should be allowed to work on live circuit. The same, if unavoidable, special
care and authorisation need to be taken.
iii) Treat all circuits as "LIVE" unless ensured otherwise.
iv) Electrical "Tag Out" procedure "MUST" be followed for carrying out maintenance jobs.
v) Display voltage ratings prominently with "Danger" signs.
vi) Put caution/notice signs before starting the repair works.
vii) All electrical equipment operating above 250V shall have separate and distinct
connections to earth grid.
viii) Proper grounding to be ensured for all switch boards and equipment including Portable
ones prior to taking into service.
ix) Make sure that electrical switch boards, portable tools, equipments (like grinding machine
etc.) don't get wet during their usage. If it happens, stop the main supply, make the tools
dry and then only use them. Check proper earthing.
All temporary switch boards/ KIOSKS put up at work site should be suitably protected
from rain and the level of same should be high enough to avoid contact with water due to
water logging.
x) Don't work wet on electrical system.
xi) Don't overload the electrical system.
xii) Use only proper rated HRC fuses.
xiii) Industrial type extension boards and Plug sockets are only to be used.
xiv) ELCB for all temporary connections must be provided. Use insulated 3-pin plug tops.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 294 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 25


SAFETY PRACTICES DURING CONSTRUCTION

xv) All power supply cables should be laid properly and neatly so that they don't cause
hindrance to persons working and no physical damage also takes place to the cables
during various construction activities.
xvi) All Power cables to be properly terminated using glands and lugs of proper size and
adequately crimped.
xvii) Use spark-proof/flame proof type electrical fittings in Fire Hazard zones as per area
classification under OISD-STD-113.
xviii) Check installations of steel plates/pipes to protect underground cables at crossings.
xix) Don't lay unarmored cable directly on ground, wall, roof or trees. All temporary cables
should be laid at least 750 mm below ground and cable markers should be provided.
Proper sleeves should be provided at road crossings. In case temporary cables are to be
laid on wooden poles/steel poles, the minimum cable heights should be 4.5 M.
xx) Maintain safe overhead distance of HT cables as per Indian Electricity Rules and relevant
acts.
xxi) Don't connect any earthing wire to the pipelines/structures.
xxii) Don't make any unsafe temporary connections, naked joints/wiring etc.
xxiii) Ensure that temporary cables are free from cuts, damaged insulation, kinks or improper
insulated joints.
xxiv) Check at periodic intervals that pins of sockets and joints are not loose.
xxv) Protect electrical wires/equipments from water and naked flames.
xxvi) Illuminate suitably all the work areas.
xxvii) All switchboards should be of MS structure only and incoming source should be marked.
xxviii) Hand lamps should not be of more than 24V rating.
xxix) Fire extinguishers (DCP/CO2/Sand buckets) should be kept near temporary switch boards
being used for construction purposes. Don't use water for fighting electrical fires.
xxx) Insulating mats shall be provided in the front and back end of switch boards.
xxxi) All parts of electrical installations should be so constructed, installed and maintained as to
prevent danger of electric shock, fire and external explosion.
Periodic checking/certification of electrical safety appliances such as gloves, insulating
mats, hoods etc. to be done/witnessed along with maintaining a register at site signed by
competent authority.
xxxii) A notice displaying following, should be kept exhibited at suitable places:
a) prohibiting unauthorised persons from entering electrical equipment rooms or from
handling or interfering with electrical apparatus;
b) containing directions as to procedures in case of fire, rescue of persons in contact with
live conductors and the restoration of persons suffering from electric shock;
c) specifying the person to be notified in case of electrical accident or dangerous
occurrence, and indicating how to communicate with him.
xxxiii) No other cables/pipes to be laid in trench used for electrical cables.
xxxiv) Utmost care should be taken while excavating Earth from cable trench to avoid damage
or any accident.
xxxv) Sub-station floor cut-outs meant for switch board installations to be covered wherever
installation is incomplete.
NOTE: A Residual Current Operated Circuit Breaker (RCCB) or Earth Leakage Circuit Breaker
(ELCB), when installed, protects a human being to the widest extent. RCCB or ELCB
should be provided as per Indian Electricity Rules.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 295 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 26


SAFETY PRACTICES DURING CONSTRUCTION

6.11.2 Inspection and maintenance

i) All electrical equipment should be inspected before taking into use to ensure suitability for
its proposed use.
ii) At the beginning of every shift, the person using the electrical equipment should make a
careful external examination of the equipment and conductors, especially the flexible
cables.
iii) Apart from some exceptional cases, work on or near live parts of electrical equipment
should be forbidden.
iv) Before any work is begun on conductors or equipment that do not have to remain live:
a) the current should be switched off by a responsible authorised person;
b) precautions should be taken to prevent the current from being switched on again;
c) the conductors or the equipment should be tested to ascertain that they are dead;
d) the conductors and equipment should be earthed and short-circuited;
e) neighbouring live parts should be adequately protected against accidental contact.
v) After work has been done on conductors and equipment, the current should only be
switched on again on the orders of a competent person after the earthing and short-
circuiting have been removed and the workplace reported safe.
vi) Electricians should be provided with approved and tested tools, and personal protective
equipment such as rubber gloves, mats etc.
vii) All conductors and equipment should be considered to be live unless there is a proof of
the contrary.
viii) When work has to be done in dangerous proximity to live parts the current should be cut
off. If for operational reasons this is not possible, the live parts should be fenced off or
enclosed by qualified staff from the sub-station concerned.

6.11.3. Testing

i) Electrical installations should be inspected and tested and the results recorded.
ii) Periodic testing of the efficiency of the earth leakage protective devices should be carried
out.
iii) Particular attention should be paid to the earthing of apparatus, the continuity of
protective conductors, polarity and insulation resistance, protection against mechanical
damage and condition of connections at points of entry.
6.12 OFFSHORE
6.12.1 General

The isolated nature of offshore installations are hazardous. They call for greater need for safety
and survival at offshore. Safety at offshore is safety of installations and safety of personnel.
Safety problems and accidents at offshore have high risks due to limited space, helicopter
operation, sea transport etc. Following are the general safety guidelines to be followed in addition
to the safety guidelines stipulated for specific jobs dealt later on:
i) Workers should be well trained to do their job independently with high degree of self-
control and self-discipline.
ii) On arrival at offshore, everyone should be briefed about the safety rules to be followed at
offshore, evacuation system etc. All personnel should wear overall (dangri), helmet and
shoes for personnel protection.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 296 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 27


SAFETY PRACTICES DURING CONSTRUCTION

iii) In case of emergency, workers should follow instruction of Field Production


Superintendent (F.P.S.) In certain cases instructions may be given to abandon the
offshore installation and evacuate the persons to safe location.
iv) To overcome above problems, offshore personnel must receive training for using life
saving appliances and other personal survival techniques.
v) Any person working at offshore should have one person as standby for any eventuality.
6.12.2 Drilling Rigs

i) Location of jack up rigs should not be less than 5 Kms from shipping route. Orientation of
the rig, wind direction etc are required for safe landing of helicopter. Information w.r.t. sea
currents, wind speed, Hi-lo tide etc are required for mooring of supply vessels.
ii) Sea bed condition at every location should be ensured for safety of rig.
iii) Radio and other communication facilities should be such to maintain contact with base all
times.
iv) During toeing of rig, the rig deck should be clear of load, toeing lines should be in good
condition and tensions in various toeing lines should be constantly monitored.
v) Few steps during toeing are:
a) crane booms should be secured to their vesta,
b) all hatches and water tight doors should be closed,
c) number of personnel on board should be restricted,
d) evacuate in case of emergency and operation should be completed preferably in
day light.
6.12.3 Drilling

i) In view of CO2 and H2S gas cut from well, effective ventilation should be provided where
drilling is in progress.
ii) Safety alarm shall be checked in advance in view of failure of ventilation system.
iii) Suitable sensors for H2S and Methane should be function tested time to time and suitable
colour code should be given.
iv) Working areas of the crane should be illuminated during night to avoid accident.
v) Clear space should be available for despatch and receipt of load and, in particular,
basket transfer of passengers. Persons engaged in loading/unloading of materials
should be protected from falling into the sea.
vi) Signal light should be fitted at the top of the jib.
vii) Crane hook should be fitted with safety latches.
viii) Experienced person should be engaged in operation of specific equipment like winches,
cranes etc.
ix) At least three cable turns shall always be there on the winch drum.
x) Adequate communication like walkie talkie, round robin phone should be available
between the crane operator, supervisor and helper.
xi) Crane operation should be completely stopped during helicopter landing/taking off.
xii) Except for helicopter landing deck, all decks, platforms, bridges, ladders should have
rigid and fixed guard rails atleast one meter high and should have one intermediate rail
midway between the handrail and 100 mm toe board.
xiii) Wooden ladders shall not be used at offshore.
xiv) Flow sensor in the flow line should be ensured for safe working and to avoid blow out.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 297 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 28


SAFETY PRACTICES DURING CONSTRUCTION

xv) Hydrogen sulphuide gas In offshore is of great risk and at 10 ppm (0.001%) concentration
in air, a person should not be exposed for more than 8 hours, If concentration is more,
then breathing apparatus should be used. Corrosion of equipment is also caused by H2S.
xvi) Portable H2S gas detector should be continously used.
6.12.4 Production Platforms

i) In case hydrocarbon Is released due to overpressure, leak, overflow, gas blow etc., shut
down process to stop flow of hydrocarbon. Prevent ignition of released hydrocarbon and
in case of fire shut in the process complex and follow emergency contigency plan.
ii) Sub surface safetv valve (SSSV)) below the well head should be actuated during
uncontrolled well -flow and they should be regularly checked.
iii) Surface safety valve or SDV should be checked for no gas leakage from bleed port /
flange etc., in the well head area. It should not be in "mechanical override" or bypassed
from panel.
iv) High pressure gas lift lines - blowdown system should be O.K.
v) Auto actuation of SDVs in the inlet of pressure vessels should be O.K. and in "normal
position" from shutdown panels. A record of status of switches normal/bypassed in auto-
con* panels (PSH, PSL, LSL, ILSL) should be maintained.

 Shut Down Panels


vi) Welders rectifier set and electrical connections to it should be checked and approved by
electrical-in- charge for proper electrical safely.
vii) “SCADA" telementry system if available should be operational for remote opening and
closing of wells at unmanned platforms (through RPMC).
viii) Local ESD/FSD (near the work site) should be provided for jobs of very critical nature, so
that the persons working can access it immediately in emergency for safety. Safety officer
should judge the requirement & inform FPS for the same.
ix) Railings and Gratings etc. in and around work area should be O.K. and inspected to
avoid slippage of man into sea.
x) Emergency shut down (ESD) system is initiated when an abnormal condition is detected.
ESD should be checked once in six months.
xi) Platform should be manned round the clock.
xii) Welding and cutting work should be regulated by hot work permit.
xiii) All detectors should be calibrated as per recommendation of the manufacturer.
xiv) No system should be by-passed which affects the system of platform.
xv) In H2S field platforms, due care shall be taken as per recommendations.
xvi) Follow the instructions of F.P.S. during stay at platform
6.12.5 Fire Prevention And Control

i) Provision be made for safe handling and storage of dirty rags, trash, and waste oil.
Flammable liquids and chemicals applied on platform should be immediately cleaned.
ii) Paint containers and hydrocarbon samples, gas cylinders for welding and cutting should
be stored properly. Cylinders should be transported in hand-cart.
iii) Smoking should be restricted and no smoking area should be identified.
iv) Special attention should be given to crude oil pump seals, diesel and gas engines which
are potential source of ignition in the event of failure.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 298 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 29


SAFETY PRACTICES DURING CONSTRUCTION

v) Fire and smoke detectors i.e. ultraviolet heat, thermal and smoke detector should be
function tested once in three months.
vi) Fire is controlled in offshore by water spraying, Halon, CO2 flooding, DCP and sprinkler
system.
vii) Foaming agent is applied for controlling fire in liquid hydrocarbon. The system is not
effective in gas fire.
viii) Light weight breathing system should be used.
ix) The fire control plan at offshore should reveal control station, fire alarms and fire
detectors, deluge valves and sprinkler, fire extinguishing appliances, fireman outfit and
ventilation system.
x) Fire fighting equipment should be maintained in ready to use condition.
6.12.6 Life Saving Appliances

i) Life boats with a speed of 6 knots and carrying capacity upto 50 persons are used in
offshore.
ii) No. of life boats on one installation should have a capacity to accommodate twice the
number of persons onboard installation.
iii) Launching appliances and life boat equipment should be checked every week.
iv) Boat landing areas should be adequately illuminated.
v) Life raft has no power and they rely on drift.
vi) Life jacket lifts the wearer after entering water.
vii) Life buoys are used to rescue persons if any person accidentally falls in the sea.
viii) All life saving appliances should be inspected by the MMD surveyor /sr. officials once a
year.
ix) Every life boat shall be inspected once a week.
x) Every life boat and life raft should be serviced once a year by a competent authority,
6.12.7 Safety Precautions during Helicopter Transportation

i) Passenger briefing regarding safety rules while travelling in helicopter should be carried
out before boarding the helicopter.
ii) Emergency procedure should be briefed to all the passenger In case helicopter is to ditch
into the sea.
iii) Heli-pad should have a non-skid surface. Nylon rope net should be stretched on the
deck.
iv) Proper drainage should be available on helideck.
v) There should be no obstruction on the helideck itself and within 3 meters of its parameter.
Closest super structure above the helideck should have red obstruction light.
vi) While landing fire crew of two persons should be standby adjacent to helideck.
vii) Heli-deck should be properly illuminated for night landing.
viii) During switching off helicopter, persons should not be allowed to go out/ towards
helicopter

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 299 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 30


SAFETY PRACTICES DURING CONSTRUCTION

6.13 DEMOLITION
6.13.1. General provisions

i) When the demolition of any building or structure might present danger to workers or to the
public:
(a) necessary precautions, methods and procedures should be adopted, including those
for the disposal of waste or residues;
(b) the work should be planned and undertaken only under the supervision of a competent
person.
ii) Before demolition operations begin:
(a) structural details and builders' drawings should be obtained wherever possible;
(b) details of the previous use should be obtained to identify any possible contamination
and hazards from chemicals, flammables, etc.;
(c) an initial survey should be carried out to identify any structural problems and risks
associated with flammable substances and substances hazardous to health. The
survey should note the type of ground on which the structure is erected, the condition
of the roof trusses, the type of framing used in framed structures and the load-bearing
walls;
(d) a method of demolition should be formulated after the survey and recorded in a
method statement having taken all the various considerations into account and
identifying the problems and their solutions;
iii) All electric, gas, water and steam service lines should be shut off and, as necessary,
capped or otherwise controlled at or outside the construction site before work
commences.
iv) If it is necessary to maintain any electric power, water or other services during demolition
operations, they should be adequately protected against damage.
v) As far as practicable, the danger zone round the building should be adequately fenced off
and sign posted. To protect the public a fence 2m high should be erected enclosing the
demolition operations and the access gates should be secured outside working hours.
vi) The fabric of buildings contaminated with substances hazardous to health should be
decontaminated. Protective clothing and respiratory devices should be provided and
worn.
vii) Where plant has contained flammable materials, special precautions should be taken to
avoid fire and explosion.
viii) The plant to be demolished should be isolated from all other plant that may contain
flammable materials. Any residual flammable material in the plant should be rendered
safe by cleaning, purging or the application of an inert atmosphere as appropriate.
ix) Care should be taken not to demolish any parts, which would destroy the stability of other
parts.
x) Demolition activities should not be continued under adverse climatic conditions such as
high winds, which could cause the collapse of already weakened structures.
xi) To prevent hazards parts of structures should be adequately shored, braced or otherwise
supported.
xii) Structures should not be left in a condition in which they could be brought down by wind
pressure or vibration.
xiii) Where a deliberate controlled collapse technique is to be used, expert engineering advice
should be obtained, and:
(a) it should only be used where the whole structure is to come down because it relies on
the removal of key structural members to effect a total collapse;

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 300 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 31


SAFETY PRACTICES DURING CONSTRUCTION

(b) it should only be used on sites that are fairly level and where there is enough
surrounding space for all operatives and equipment to be withdrawn to a safe
distance.
xiv) When equipment such as power shovels and bulldozers are used for demolition, due
consideration should be given to the nature of the building or structure, its dimensions, as
well as to the power of the equipment being used.
xv) If a swinging weight is used for demolition, a safety zone having a width of at least one-
and-a-half times the height of the building or structure should be maintained around the
points of impact.
6.13.2. Demolition of structural steelwork

i) All precautions should be taken to prevent danger from any sudden twist, spring or
collapse of steelwork, ironwork or reinforced concrete when it is cut or released.
ii) Steel construction should be demolished tier by tier.
iii) Structural steel parts should be lowered and not dropped from a height.
6.14 RADIOGRAPHY

6.14.1 All radiography jobs shall be carried out as per BARC Safety Regulations
6.14.2 During field radiography, nearby area around the radiation source should be cordoned off.
6.14.3 If the field radiography is to be done at the same location repeatedly, it is advisable to
provide either a wire fencing around or a temporary brick enclosure.
6.14.4 Special permission/permit should be taken for radiography from area-in-charge.
6.14.5 As far as possible, field radiography should be done only during night time when there is
little or no occupancy there.
6.14.6 Radiation warning signals should be pasted all along the cordoned off area.
6.14.7 Entry into the restricted area by unauthorised persons should be strictly prohibited during
exposure.
6.14.8 The radiation level alongwith the cordon should be monitored by a suitable and well-
calibrated radiation survey meter.
6.14.9 All personnel working with radiography sources should wear appropriate protective
equipment and film badges issued by BARC.
6.14.10 Protection facilities such as manipulator rod, remote handling tongs, lead pots, radiation
hazard placards and means of cordon off shall be available at each site.
6.14.11 The radiography source shall never be touched or handled directly with hands.
6.14.12 The package containing radiography cameras and sources should never be carried by
public transport like bus, train etc.
6.14.13 Radiography sources and cameras, when not in use, should be stored inside a source pit
with lock and key arrangement as approved by BARC. The storage room should
preferably be located in an isolated area of minimum occupancy and radiation level
outside the storage room should not exceed 0.25 mR/hr as per BARC Regulations.
6.14.14 In case of an accident (due to loss or of damage to radiography source), action should be
taken in line with BARC Safety Rules/Guidelines.

6.15 SAND/SHOT BLASTING/ SPRAY PAINTING

6.15.1 Sand blasting should be used only after approval from competent person.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 301 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 32


SAFETY PRACTICES DURING CONSTRUCTION

6.15.2 Air Compressor used for sand/shot blasting/painting should have guard and positioned
away from the work place.
6.15.3 Exhaust of the prime mover, if IC engine is used, should be directed away from the work
place.
6.15.4 In case of motor driven compressor, the body of the motor as well as the compressor to
be properly earthed.
6.15.5 The hoses used for compressed air should be of proper quality, and health of the same to
be ensured through regular check/ test.
6.15.6 The operator of sand/shot blasting/painting should wear suitable PPE's including mask.
6.15.7 Adequate measures to be taken to suppress dust/spray particle.
6.15.8 Sand used for sand blasting should be suitably covered & protected from to rain/moisture.
6.15.9 When these activities are done in confined places, adequate measure to be taken for
proper ventilation.

6.16 WORK ABOVE WATER


6.16.1 General Provisions
i) Where work is done over or in close proximity to water & where possibility of drowning
exists, provision should be made for:
a) Preventing workers from falling into water;
b) The rescue of workers in danger of drowning;
c) Safe and sufficient transport.

ii) Provisions for the safe performance of work over or in close proximity to water should
include, where appropriate, the provision and use of suitable and adequate:

a) fencing, safety nets and safety harnesses;


b) lifebuoys, life jackets and manned boats;
c) protection against such hazards as reptiles and other animals.
iii) Gangways, pontoons, bridges, footbridges and other walkways or work places over water
should:
a) possess adequate strength and stability;
b) be sufficiently wide to allow safe movement of workers;
c) have level surfaces free from tripping hazards;
d) be adequately lit when natural light is insufficient;
e) where practicable and necessary, to prevent danger, be provided with toe-boards, guard
rails, hand ropes etc.
f) be secured to prevent dislodgment by rising water or high winds;
g) if necessary, be equipped with ladders which should be sound, of sufficient strength and
length and be securely lashed to prevent slipping.
iv) All deck openings including those for buckets should be fenced.
6.16.2 Rescue & Emergency procedures

i) Persons who work over water should be provided with some form of buoyancy aid. Life
jackets should provided sufficient freedom of movement, have sufficient buoyancy to
bring persons to the surface and keep them afloat face upwards, be easily secured to the
body, be readily visible by way of self luminous paint/strip.
ii) Nobody should work alone on or above water.
iii) Each worker should be trained in the procedure to be followed in the event of an
emergency.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 302 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 33


SAFETY PRACTICES DURING CONSTRUCTION

7.0 ADDITIONAL SAFETY PRECAUTION FOR UNITS WITH HYDROCARBONS


In addition to general safety precautions as outlined above for the activities in Clause 6.0,
following additional safety precautions need to be taken for the sites within the operating
area or nearby, where presence of Hydrocarbons cannot be ruled out.
i) No job shall be carried out without a valid permit. Permit should be in line with OISD-
STD-105 "Work Permit System".
ii) Smoking should be prohibited in all places containing readily combustible or flammable
materials and "No Smoking" notices be prominently displayed.
iii) In confined spaces and other places where flammable gases, vapours or dusts can
cause danger, following measures should be taken:
(a) only approved type electrical installations and equipment, including portable lamps,
should be used;
(b) there should be no naked flames or source of ignition;
(c) oily rags, waste and clothes or other substances liable to spontaneous ignition should
be removed without delay to a safe place;
(d) ventilation should be provided.
iv) Regular inspections should be made of places where there are fire risks. These include
the vicinity of heating appliances, electrical installations and conductors, stores of
flammable and combustible materials, welding and cutting operations.
v) Welding, flame cutting and other hot work should only be done after issuance of work
permit in line with the requirement of OISD-STD-105 after appropriate precautions, as
required, are taken to reduce the risk of fire. For carrying out other jobs also, OISD-STD-
105 should be followed strictly.
vi) Fire-extinguishing equipment should be well maintained and inspected at suitable
intervals by a competent person. Access to fire-extinguishing equipment such as
hydrants, portable extinguishers and connections for hoses should be kept clear at all
times.
vii) All supervisors and a sufficient number of workers should be trained in the use of fire-
extinguishing equipment, so that adequate trained personnel are readily available during
all working periods.
viii) Audio means to give warning in case of fire should be provided where this is necessary to
prevent danger. Such warning should be clearly audible in all parts of the site where
persons are liable to work. There should be an effective evacuation plan so that all
persons are evacuated speedily without panic and accounted for and all plant and
processes shut down.
ix) Notices should be posted at conspicuous places indicating:
(a) the nearest fire alarm;
(b) the telephone number and address of the nearest emergency services.
x) The work site shall be cleared of all combustible materials, as Sparks and molten metal
coming from the welding job can easily ignite combustible materials near or below the
welding site. If the combustible materials cannot be removed from the area, the same
shall be properly shielded.
xi) A dry chemical type fire extinguisher shall be made available in the work area. Also fire
protection facilities like running hoses etc. as per permit should be complied with.
xii) Wherever required, welding screens shall be put up to protect other equipment in
adjoining areas against flying sparks. Material used should be metal/asbestos/water
curtain.
xiii) Welding or cutting of vessels/ equipments used in Hydrocarbon/ hazardous chemicals
shall be done after proper gas freeing and verifying the same with the explosive-meter.

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 303 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 34


SAFETY PRACTICES DURING CONSTRUCTION

xiv) The confined space/equipment shall be gas freed and cleaned.


xv) Absence of any toxic gas and any flammable gas above explosion limit shall be ensured
with the help of gas detection instrument and explosive meter respectively.
xvi) Used and hot electrode stubs shall be discarded in a metal bucket.
xvii) Use approved and certified flame arrestors for vehicles.
xviii) Work permit to be obtained, if construction work is carried out within existing operating
area.
8.0 FIRST AID

First aid facilities should be provided in line with various statutory regulations like factory
act etc. However following care should be taken:

i) First aid, including the provision of trained personnel should be ensured at work sites.
Arrangement should be made for ensuring the medical attention of the injured workers.
First aid box should be as per the Factory rules.
ii) Suitable rescue equipment, like stretchers should be kept readily available at the
construction site.
iii) First-aid kits or boxes, as appropriate and as per statutory requirements, should be
provided at workplaces and be protected against contamination by dust, moisture etc.
iv) First-aid kit or boxes should not keep anything besides material for first aid in
emergencies.
v) First-aid kits and boxes should contain simple and clear instructions to be followed, be
kept under the charge of a responsible person qualified to render the first aid and be
regularly inspected and stocked.
vi) Where the work involves risk of drowning, asphyxiation or electric shock, first-aid
personnel should be proficient in the use of resuscitation and other life saving techniques
and in rescue procedures.
vii) Emergency telephone numbers of nearby Hospitals, Police, Fire Station and
Administration should be prominently displayed.
9.0 DOCUMENTATION

The intention of keeping documentation of all types of accident(s) is to prevent recurrence


of similar accident(s). All accidents should be reported as per OISD Guidelines (OISD-
GDN-107) and Factories act, 1948.
All accidents (major, minor or near miss) should be investigated, analysed and
recommendations should be documented along with implementation status.
All related data should be well-documented and further analysis highlighting the major
cause(s) of accidents be done. This will help in identifying thrust areas and training needs
for prevention of accidents.
10.0 SAFETY AWARENESS & TRAINING

Safety awareness to all section of personnel ranging from site-in-charge to workmen


helps not only preventing the risk but also build up the confidence. Time and
expenditures also get saved as a result.
Safety awareness basically seeks to persuade/inform people on safety besides
supplementing skill also. Awareness programme may include followings:
i) Poster: Posters with safety slogan in humorous, gruesome demonstrating manner may
be used to discourage bad habits attributable to accidents by appealing to the workers'

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 304 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 35


SAFETY PRACTICES DURING CONSTRUCTION

pride, self-love, affection curiosity or human aspects. These should be displayed in


prominent location(s).
ii) Safety Sign Boards: Different type of message of cautioning, attention, notice etc.
should be displayed at the appropriate places for learning/ awareness of the workmen
while working at site.
iii) Films & Slides: Film(s) narrating the accident including the causes and possible remedial
ways of preventing the recurrence of a similar accident should be displayed at regular
intervals. Slides consisting main points of the film show may also be shown to workers.
iv) Talks, lectures & conferences: The success of these events would depend much on
audience’s understandings of the speaker (s). The speakers are to be knowledgeable and
good presenter. Speakers should know to hold the attention and to influence the
audiences.
v) Competitions: Organise competition(s) between the different deptts/categories of
workers. The sense of reward/recognition also will improve safety awareness and result in
enhancing safety levels.
vi) Exhibitions: Exhibitions also make the workers acquainted with hazards and means of
preventive measures.
vii) Safety Publication: Safety publications including pocket books dealing with ways of
investigation and prevention in the field of safety and so on, may be distributed to workers
to promote the safety awareness.
viii) Safety Drives: From time to time, an intensive safety drive by organising a safety day or
a safety week etc. should be launched.
ix) Training: Training for covering the hazards for different trade should be imparted.
Training should also include the specific hazards related to a job in addition to the general
safety training as has been dealt in various chapters and should include all workers.
Reference may be drawn from OISD-STD-154.
11.0 REFERRENCES
i) Factory Act, 1948
ii) Indian Electricity Rules
iii) Safety & Health in Construction by ILO
iv) The Building & Other Construction Workers (Regulation, Employment and Conditions of
Service) Act 1996

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 305 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 36


SAFETY PRACTICES DURING CONSTRUCTION

ANNEXURE I

LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF


INDIAN STANDARDS

Sr.no Code No. Title

01. IS : 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations – First Revision.
02. IS : 875 Code of practice for Structural safety of buildings: Masonry walls
03. IS : 933 Specification for Portable Chemical Fire Extinguisher, Foam
Type – Second Revision.
04. IS : 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision.
05. IS : 1904 Code of practice for Structural safety of buildings: Shallow
foundations
06. IS : 1905 Code of practice for Structural safety of buildings: Masonry walls
07. IS : 2171 Specification for Portable Fire Extinguishers, Dry Powder Type –
Second Revision.
08. IS : 2361 Specification for Building Grips – First Revision.
09. IS : 2750 Specification for Steel Scaffoldings.
10. IS : 2925 Specification for Industrial Safety Helmets – First Revision.
11. IS : 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision.
12. IS : 3521 Industrial safety belts and harnesses
13. IS : 3696 – Part I Safety Code for Scaffolds and Ladders : Part I – Scaffolds.
14. IS : 3696 – Part II Safety Code for Scaffolds and Ladders : Part II – Ladders.
15. IS : 3764 Safety Code for Excavation Work.
16. IS : 4014 -Part I & II Code of practice for Steel tubular scaffolding
17. IS : 4081 Safety Code for Blasting and Related Drilling Operations.
18. IS : 4082 Recommendations on staking and storage of construction
materials at site
19. IS : 4130 Safety Code for Demolition of Buildings – First Revision.
20. IS : 4138 Safety Code Working in Compressed Air-First Revision
21. IS : 4756 Safety code for Tunneling works
22. IS : 4912 Safety requirements for Floor and Wall Openings, Railings and
toe Boards –First Revision.
23. IS : 5121 Safety Code for Piling and other Deep Foundations.
24. IS : 5916 Safety Code for Construction involving use of Hot Bituminous
Materials.
25. IS : 5983 Specification for Eye Protectors – First Revision.
26. IS : 6922 Structures subject to underground blasts, criteria for safety and
design of

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 306 of 1870


Sr.Number:OISD/DOC/2013/158

OISD – GDN – 192 Page No. 37


SAFETY PRACTICES DURING CONSTRUCTION

27. IS : 7155 Code of recommended practices for conveyor safety


28. IS : 7205 Safety Code for Erection on Structural Steel Works.

Sr.no Code No. Title

29. IS : 7069 Safety Code for Handling and Storage of Building Materials.
30. IS : 7293 Safety Code for Working with Construction Machinery.
31. IS : 7323 Guidelines for operation of Reservoirs
32. IS : 7969 Safety code for handling and storage of building material
33. IS : 8758 Recommendation for Fire Precautionary Measures in
construction of Temporary Structures and Pandals.
34. IS : 8989 Safety Code for Erection of Concrete Framed Structures.
35. IS : 9706 Code of Practices for construction of Arial ropeways for
transportation of material
36. IS : 9759 Guidelines for de-watering during construction
37. IS : 9944 Recommendations on safe working load for natural and man-
made fibre roap slings
38. IS : 10291 Safety code for dress divers in civil engineering works
39. IS :10386 – Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects.
40. IS :10386 – Part II Safety Code for Construction, Operation and Maintenance of
River Valley Projects.
41. IS : 11057 Code of practice for Industrial safety nets
42. IS : 13415 Code of Practice on safety for Protective barriers in and around
building
43. IS : 13416 Recommendations for preventive measures against hazards at
working places

“OISD hereby expressly disclaims any liability or responsibility for loss or damage resulting
from the use of OISD Standards/Guidelines.”

Page 307 of 1870


OISD – GDN – 207

FOR RESTRICTED
CIRCULATION ONLY

OCTOBER 2002

CONTRACTOR SAFETY

OISD – GUIDELINES – 207

Oil Industry Safety Directorate


Government of India
Ministry of Petroleum & Natural Gas

Page 308 of 1870


CONTRACTOR SAFETY

CONTENTS

SECTION DESCRIPTION

1.0 INTRODUCTION

2.0 SCOPE

3.0 DEFINITIONS

4.0 DUTIES / RESPONSIBILITIES

4.1 Owner

4.2 Contractor

4.3 Consultant

4.5 Designer

5.0 SAFETY MANAGEMENT

5.1 Job Safety Analysis (JSA)

5.2 Criteria of a Selection of a Contractor

5.3 Site Planning and Layout

5.4 Gate Entry Procedure

5.5 Training

5.6 Inspection / Audit

5.7 Penalties for non-compliance

5.8 Incident Reporting and Investigation System

5.9 Safety Committee Meetings

5.10 Safety Equipment / Personnel Protective Equipment

6.0 REFERENCES

ANNEXURE I List of BIS codes / Statutory Regulations

ANNEXURE II Checklist for Safety Inspection / Audit

Page 309 of 1870


CONTRACTOR SAFETY

1.0 INTRODUCTION on its behalf, for supervising / co-ordinating


the activities of the contractor/execution
Oil and Gas operations like Drilling, agency.
Production, Refining, Transportation and
Distribution are inherently hazardous. A Contractor / Executing Agency
large number of contractor workforce is
deployed to carry out construction, A physical or legal person/entity having
maintenance and other jobs. The analysis of contractual obligation with the owner, and
the incidents in the Petroleum Sector who deploys one or more worker on the site.
indicates that a large number of incidents
involved contractor workforce and have Contractor Worker
resulted in either casualty or injury besides
leading to property damage and operational It covers all workmen who are either self-
interruptions and environmental degradation. employed or employed through contractor,
the casual workers and includes contractor’s
In order to improve the safety levels of oil supervisor, working at a location / site
installations, the contractor safety is of employed directly by Owner or through their
utmost importance and there is a need to contractor.
institute a good contractor safety system.
Incident
2.0 SCOPE
An incident is an unplanned, uncontrolled,
This standard covers broadly the guidelines unintended or unforeseen event, caused by
on the management system for enhancing unsafe acts and / or unsafe conditions,
the safety levels of the contractor workforce resulting in or having the potential to result in
deployed in construction, maintenance and personal injury and/or property damage.
operation activities in the hydrocarbon
industry. Consultant

The safety precautions to be taken while Consultant is a physical or legal


carrying out different activities during person/entity engaged by owner to provide
construction / maintenance have separately the consultancy services to owner for
been covered in OISD-GDN-192 on "Safety management of the contract on their behalf
Practices during Construction". or as specified.

3.0 DEFINITIONS Designer

Work station/Work site Designer is a physical or legal person / entity


engaged by owner to provide design
A place/unit where the job is carried out by services of a work site.
contractor/executing agency in specified
manner with safety, during construction Owner's Representative / Engineer In
phase or in operation phase. Charge

Owner The Owner’s representative/Engineer-in-


charge is the one, who has been designated
Any physical or legal person/entity for whom
by the owner to manage the contract.
prescribed job is carried out.
Owner's Safety Officer
It shall also include owner's designated
representative / consultant /nominee / agent,
A properly trained person designated by
authorised from time to time to act for and
owner who ensures safety at work site.

Page 310 of 1870


viii) To specify the requirements of
Health, Safety and Environment (HSE)
4.0 DUTIES/ RESPONSIBILITIES (commensurate with the nature of job)
in Pre- Qualification criteria.
4.1 OWNER
ix) To designate Engineer-in-charge
4.1.1 Owner’s Management and safety officer.

The commitment to safety has to be x) To arrange for a multi-


emphasised by the owner by practice by its disciplinary safety audit team to
own management and employees at all conduct surprise / regular safety
levels. The duties and responsibilities of audits and monitor the implementation
owner should include: of the recommendations.

i) To institute a mechanism for xi) To introduce suitable schemes


identification and compliance of all for motivation of the contractor worker
applicable statutory rules & to adhere to safety guidelines.
regulations (Refer Annexure I for a list
of few important Bureau of Indian xii) To review safety practices & their
Standards & statutory regulations). implementation through periodic
surprise visit of the work sites and
ii) To provide specific information to monthly review meeting.
contractors and make workers aware
on the hazards associated with job xiii) To develop the HSE plans and
assigned. incorporate the same in the tender
document.
iii) To provide information about
Risk Mitigation measures available at xiv) To liaise with external agencies
the place of work. like press, public etc and with law
enforcement, regulatory, statutory
iv) To provide the contractor with agencies etc.
information on Owners Safety Plan &
Regulations, Emergency Management xv) To report to statutory agencies
Plan, lockout/ tag out procedure, on safety compliance and accidents, if
confined space entry, work permit any.
system, excavation/trench permit
system etc. 4.1.2 Owner's Representative/Engineer-
in-charge
v) To specify rules (e.g. for security
including access arrangements) and The duties & responsibilities of engineer-in-
safety rules such as fire protection, charge should include:
first aid arrangements, Work Permit
systems etc. i) To ensure that all Contract
requirements including Health, Safety,
vi) To provide comprehensive list of Environment & Security are complied
statutory regulations / standards and with.
specification, to be complied with
during execution of contract, in the ii) To ensure that contractor workforce
tender document itself. deployed is adequately qualified,
trained and in state of health to
vii) To ensure training of the commensurate with the requirements
contractor workforce, medical of the job.
examination, and proper usage of
safety equipment. iii) To ensure that the Tools / Tackles and
Machinery being used are properly

Page 311 of 1870


tested and are in sound working contracts), which is to be considered
conditions and necessary resources in future when selecting contractors.
proposed for providing safe place of
work and necessary PPE are being xii) To ensure that the Consultant,
used. contractor and sub-contractor employ
/ designate qualified & trained Safety
iv) To take the required necessary Engineer / Officer commensurate with
corrective action immediately upon requirement of the job.
noticing or receipt of a report on
noncompliance or any such condition 4.1.3 Owner's Safety Officer
which poses a threat to health, safety
The duties & responsibilities of the Owner's
or environment. If during the course of
Safety Officer should include:
execution of the contract, any
situation of non-compliance with the i) To assess the hazards associated
contractor's safety and health plan are with jobs in consultation with all
noticed / reported, the same will be concerned and establish safe working
taken up with the contractor for procedure including identification of
correction. In the event of repeated the escape routes.
non compliance, suitable action to be ii) To establish a written record of factors
initiated as per the contract. which can cause injuries and
illnesses.
v) To ensure that the incidents are
reported to all concerned within iii) To undertake routine/surprise
stipulated timeframe. inspections of all work sites and
identify unsafe conditions & practices,
vi) To ensure submission of a plan for if any. Check for compliance of the
safe working (Method Statement) safety practices being followed with
from contractor and approval of the approved HSE Plan.
same by competent person / iv) To investigate promptly the incidents
department. (including near-miss) in order to
advise corrective and/or preventive
vii) To ensure that Work Permit action.
System in line with OISD-STD-105 is
adhered to. v) To maintain statistical information for
use in analyzing all phases of
viii) To ensure availability of all the incidents and events involving
documentation needed for the contract personnel.
execution of contract. vi) To provide the means for complying
with the reporting requirements for
ix) To ensure that the quality controls occupational injuries and illnesses.
have been maintained during
vii) To check whether the proposed
fabrication/erection and all jobs
working arrangements are safe and
required for safe commissioning have
satisfactory, particularly at the
been carried out.
interface between the contractor's
planned work and owner’s existing
x) To ensure safe dismantling of all
facilities.
temporary facilities/connections put
up by the contractor, after completion
viii) To communicate to the
of work.
Contractor the imposed restrictions
which may affect the work/personnel
xi) To compile a report on the safety
such as the temporary closure of a
performance (at the conclusion of
corridor or electrical isolation of
each contract or periodically such as
equipment.
annually for renewable and long-term

Page 312 of 1870


ix) To review and monitor the contractor's iii) To nominate qualified & trained Safety
adherence to approved HSE plan and Engineers / Officers reporting to the
all applicable environmental, health, Site in charge, for supervision, co-
and safety requirements. ordination and, liaison for the
implementation of the safety plan.
x) To ensure that Consultant,
Contractor’s Managers, Supervisors Similar HSE Plan should be
and workmen at all levels (who will implemented at the sub- contractor’s
plan, monitor, oversee and carry out or supplier’s site /office. However the
the work) undergo Health, Safety and compliance with the HSE Plan is to be
Environmental training in their the sole responsibility of the
respective responsibilities with Contractor.
respect to conducting work safely and
with due regard for the protection of iv) To arrange suitable facilities in liaison
the environment. with the owner for drinking water,
toilets, lighting, canteen, crèche etc as
xi) To identify areas of operations where applicable as per Laws/ Legislation at
specialized training is required to deal site and also arrange for workmen
with potential dangers. compensation insurance, third party
liability insurance, registration under
xii) To document and to bring to the ESI / PF act etc as applicable.
attention of the Owner's Supervisor
and Contractor any non- v) To arrange for fire protection
compliance/violation of the safety equipment as per the advice of owner.
norms against approved safety and
health plan or safety and health vi) To ensure that its employees have
requirements and also raise these completed appropriate health and
issues in the Safety Committee safety training as required by the
Meetings. statute / regulation and also as per
requirements of the Owner /
xiii) To take part in Tool Box Consultant. The documentation of
Meetings at random and to ensure such training imparted to all its
maintenance of records. employees should be maintained and
produced for verification as required.
4.2 CONTRACTOR
vii) To comply with all the security
4.2.1 Contractor's Management arrangements of owner.

Duties & responsibilities of the contractor viii) To ensure that the plant and
should include the following: equipment used on-site by him / his
employees is correctly registered,
i) To implement safe methods and controlled and maintained in sound
practices, deploy appropriate working condition.
machinery, tools & tackles,
experienced supervisory personnel ix) To ensure availability of First Aid
and skilled work force etc. required for boxes and First Aid trained attendant.
execution.
x) To ensure that all incidents including
ii) To prepare a comprehensive and near misses are reported to all
documented plan for implementation, concerned immediately.
monitoring and reporting of Health,
Safety and Environment (HSE) and In construction projects where sub-
implement the same after its approval. contractors are engaged, the contractor
should set out the responsibilities, duties
and safety measures that are expected of

Page 313 of 1870


the sub-contractor’s workforce. These vi) To take immediate action to correct
measures should include the provision and any violation of safety rules observed
use of specific safety equipment, methods of or reported.
carrying out specific tasks on safety and the
inspection and appropriate use of tools. vii) To ensure that the workers likely
to be exposed to hazardous
The responsibilities indicated separately chemicals/materials have access to
under contractor’s Supervisor, Safety Officer appropriate Material Safety Data
and contract worker are contractually that of Sheets (MSDS), wherever applicable,
the Contractor and legally binding on the and provide necessary mitigation
Contractor only. However the specific measures.
detailing as above has been given
separately for guidance and operational viii) To ensure inspection and
convenience. certification of all tools (hand operated
as well as mechanically operated)
The selection of sub contractors, if being used. Defective tools shall be
employed, should be approved by the immediately removed.
owner. Sub-contractor should comply fully
with all safety rules and conditions ix) To ensure that appropriate warning
applicable to the main contractor. signboards or tags are displayed.

4.2.2 Contractor’s Supervisor / Safety x) To ensure that workers have proper


Officer training for their job assignments,
including use of appropriate PPE and
Duties & responsibilities of the Contractor’s first aid fire fighting equipment.
supervisor/Safety Officer should include the
following: xi) To comply with all applicable safety
and health standards, rules,
i) To ensure strict compliance with work regulations and orders issued by
permit system by carrying out work competent authority pertaining to the
only with appropriate work permits assigned activities.
and after ensuring that all safety
precautions / conditions in the permit xii) To ensure that sick and/or
are complied with and closing the injured workers receive appropriate
same after job completion. first aid and/or medical attention.

ii) To ensure that required guards and xiii) To report each incident and/or
protective equipment are provided, injury in accordance with established
used, and properly maintained. procedures and assist in investigation.

iii) To ensure that tools and equipment xiv) To take necessary action for
are properly maintained and tested. correction of any unsafe act /
condition at the workplace. However,
iv) To plan the workload and assign in case the same is outside the limits
workers to jobs in commensuration of authority, it should be reported to
with their qualification, experience and Owner’s Engineer-in-charge
state of health. immediately.

v) To ensure that the workers xv) To conduct daily inspections to


understand the work to be done, the ensure compliance with safety
hazards that may be encountered, standards, codes, regulations, rules
and the proper precautions/procedure and orders applicable to the work
for carrying out the work safely. concerned.

Page 314 of 1870


xvi) To ensure that workers under iii) To wear PPE as stipulated and
their supervision are aware of their necessary for the job.
responsibilities.
iv) To inform promptly to their supervisor
xvii) To arrange daily tool box regarding all work related incidents
meeting and regular site safety resulting in personal injury, illness
meetings and maintain records in the and/or property damage.
required formats. (Refer Clause 5.9.1)
v) To take all necessary and appropriate
xviii) To arrange stand-by supervisor/ safety precautions to protect
worker where situations so demand. themselves, other personnel and the
environment.
xix) To develop methods and display
banners/posters to inculcate safety 4.3 CONSULTANT
consciousness.
The activities and responsibilities covered
xx) To attend training and ensure under the scope of the Owner may be
participation of his workers for training delegated to the consultant in those cases
as per schedule arranged by the as applicable, based on the respective
Owner / Consultant and keeps himself contract conditions. The primary
updated. responsibility of Consultant is to ensure
compliance with agreed HSE plan for the
xxi) To keep records of number of contract by the Contractor. However those
persons working at the site. responsibilities conferred on Owner as
Principal employer cannot be delegated to
xxii) To keep a constant liaison with consultant.
Engg-in-charge / owners’
representative on safety issues. Where the consultant‘s scope involves
Engineering and Design, those factors under
xxiii) To maintain accident & nearmiss Designer should also be applicable.
record in a register.
In all cases, the Consultant's scope should
xxiv) To ensure that only PPE of the include submission of latest HSE plans for
approved type by owner is used at work under his and Contractor's purview and
site. implementing the same till job completion. It
should conform to owner's overall HSE plan.
A separate Safety Officer should be This should include Guidelines and
assigned, where more than 100 workers are Implementation and Reporting Methodology
employed at site. For smaller jobs, the to be followed with required report formats.
supervisor should assume the role of the
safety officer also. Adequate number of Safety Officers shall be
provided by the Consultant with necessary
4.2.3 Contract workers skills required for the work to be performed.

The duties & responsibilities of the The Consultant shall review the documents
contractor worker should include the submitted by the contractor and advise
following: owner on acceptance as well as advise
suitability and number of Contractor's safety
i) To perform work safely as per the job officers / supervisors.
requirement and instructions.
4.4 DESIGNER
ii) To inform all concerned regarding
unsafe conditions/acts. The Process Designer should identify all
hazards and risks likely to be encountered
during fabrication, erection including

Page 315 of 1870


dismantling, Pre-commissioning, accident, causes of injuries and personal
commissioning and Performance run to experience) and determine the
meet the Guarantees and advise the risk preventive measures to overcome these
mitigation measures. hazards
• Apply the controls to the hazards
All the hazards and safety measures to be • Evaluate the controls
adopted while handling Dangerous
chemicals and Catalysts should be detailed 5.2 CRITERIA OF SELECTION OF A
by the Process Licensor and the same CONTRACTOR
should be again included in the scope of the
suppliers. Specific write ups/MSDS should “Contractor Safety” can be ensured to a
be obtained from Patented single source large extent if competent agency for
suppliers also. execution of assignment or job, based on
HSE system agreed upon by owner, is
Designs should recognize, include and apply selected. It is necessary to assess his
safe practice during preparation, capabilities and competencies to perform
construction and subsequent operational work safely.
use and maintenance after completion of the
Project. A databank should be developed for all the
contractors for their past performance on
All documents including drawings and HSE aspects. An attempt should also be
calculations are to be originated, checked made to get similar data from other similar
and approved in accordance with latest industries.
international codes, standards,
specifications and design basis philosophy. The data required will depend upon
complexity involved in the job and type / size
Preferred use of low risk materials, policy of resources required. Format needs to be
on hazardous substances, preferred use suitably developed depending upon size,
of low noise and dust-suppressed nature of the job & hazard associated
equipment etc. should be encouraged. therein. The format designed should also
take care of the skill required to carry out the
5.0 SAFETY MANAGEMENT job.

5.1 JOB SAFETY ANALYSIS (JSA) Performance review is essential for all type
of contractors. It helps in recording actual
Job safety analysis (JSA) provides a performance/experience with contractors
mechanism by which the contractor, safety while the contract is in progress. It is
officer or supervisor take a detailed look at essential that resources agreed as per the
how an individual task is performed and its contract are reviewed at mobilization stage
inherent hazards and preventive measures. for ensuring compliance from the day one
This procedure helps in integrating accepted and thorough effective supervision /
safety and health principles and practices monitoring system are at place.
into a particular operation. In a JSA, each
step of the job is examined to identify This activity also helps in taking timely action
potential hazards and to determine the in case of unsatisfactory performance to
safest way to do the job. correct the situation and ensure safe work
during execution period and deciding about
A job safety analysis includes five steps as suitability of the contractor for future jobs.
below:
The periodicity of such performance review
• Select a job will depend upon size/type/complexity of
• Break the job down into a sequence of contract. However, the performance should
steps be reviewed at least at mobilisation stage
• Identify the hazards against each of and at the end of the contract.
these steps (based on knowledge of

Page 316 of 1870


5.3 SITE PLANNING AND LAYOUT vii) Pedestrian pathways and routes
for vehicular traffic (light/heavy
Before starting the construction/maintenance vehicles including material handling
job at existing workplace in operation or equipment) should be earmarked.
green field locations, following should be
ensured: - viii) Artificial lighting to be provided at
places where work continues or
i) Details regarding location of workers pass by after sunset or in
workshop/ fabrication yard, site office, case natural light is insufficient like
stores, laboratory, electrical confined spaces.
installations, placement of
construction machinery, medical and ix) Keep all equipment /machines under
welfare facilities, lighting underground cover to prevent them from dust,
and above ground piping route, cable rain/flood water, heat etc. and follow
route etc. should be decided prior to storage instructions as applicable for
commencement of the work in each of them.
consultation with owner / Consultants
and implementation should be 5.4 GATE ENTRY PROCEDURE
ensured. Layout should be displayed
at strategic locations. Gate entry at any site / workplace / unit is to
be restricted to ensure entry of only
ii) The resources required to meet any authorised persons / vehicles.
emergency situations like fire fighting,
first aid etc. should be planned and 5.4.1 Entry procedure for all contractor
mobilized as per the job requirement. worker should be as follows:

iii) The sequence or order in which work A. Issuance of Pass


to be done and any hazardous
operations or processes should be i) The passes are to be issued after the
identified. owner’s representative/engineer-in-
charge forwards the application of the
iv) Free access to site shall be provided contractor providing complete details
with clear roads, passage, gangways, of the workers being engaged. The
staircases etc. Access to construction contractor may be asked to submit
site should be leveled, open and free Character & Antecedents (C&A)
from any obstructions like verification of individual worker from
construction material or scrap/waste, concerned authorities.
exposure to hazards such as falling
materials, material handling ii) With regard to issuance of passes for
equipment and vehicles. Any pit or all vehicles including material
ditch shall be covered or barricaded. handling equipment, owner’s
representative / engineer-in-charge
v) Arrangements should be made to should forward the application only
maintain good housekeeping at site. after ensuring that all documents
Scrap and debris generated out of pertaining to the fitness of the
construction work should be vehicle/equipment and valid driving
removed/disposed off at a regular license of the driver etc. are available.
interval as directed. Emergency exit
should be provided in case of iii) The passes should be serially
blockade of primary exit. numbered with address, contractor
name, identification mark, signature of
vi) Suitable warning notices and also the the worker etc.
routes to and from welfare facilities
should be displayed prominently. iv) Special colour code for passes should
be used for persons entering different

Page 317 of 1870


areas like Administrative Block, Unit taken with two copies (one for
area, Project Area (wherever preparing the pass and other for
applicable). attachment with gate register).
Specific advice and recommendation
v) Contractor workers engaged on of User Department may be given due
routine basis for long periods should cognizance. Relevant details are to
be provided with monthly photo pass. be written. The pass should be
collected back at the gate after day’s
vi) Special permit is required separately work.
for working beyond normal working
hours and holidays. 5.4.2 Tank Truck Loading (TTL)
Operation :
B. Gate Entry
At the loading / unloading location, a large
i) Entry of the contractor’s employees no. of Tank Trucks of petroleum products
should be permitted with valid gate enter the installation. Crew members are
passes only. generally not regular entrants. The
procedure should be as follows:
ii) Entry of contractor’s workers should
be allowed in presence of authorized i) The gate pass should be issued to the
representative of contractor. individual crew members on written
request of the transporter
iii) Records of persons at the time of mentioning TT registration nos.,
entry/exit should be maintained. License and certificate of training as
per MV rule 9.
iv) At the entry gate of the location, a
physical checking for non-carrying of ii) Character & Antecedent (C & A)
lighter, matchboxes, explosives etc. verification of the TTL crew through
should be carried out. local police is to be done preferably
and record maintained.
v) Gate passes/Identity Cards should be
displayed on persons at all the times. iii) For loading/unloading purpose,
register entry at security gate is
vi) For Mega-projects at existing / made before allowing entry into the
operating installations, it is preferable premises with recording of names of
to have a separate gate for entry of crew members, time of entry, pass
contractor workers and also the Sr. No., TT no. etc.
project areas should be segregated
fencing from operational area by iv) For loading/unloading, crew is allowed
fencing / other physical means. entry alongwith TT only, after
checking of TT from
vii) No vehicle should be allowed to explosive/security point of view.
enter in an operational area without
proper flame arrestor. v) Out time, invoice no., Destination etc.,
are recorded while TTs go out of the
viii) Awareness on Safety through security gate.
training / posters etc. highlighting Do's
and Don'ts should be spread within 5.5 TRAINING
entire contractor workforce.
Video/Audio tapes on Safety Topics Training is to educate contractor workforce
should be played preferably. on various hazards associated with the
job/workplace and on the respective
ix) For occasionally engaged labourers preventive / mitigation measures to avoid
such as for material handling etc., untoward incidents.
spot photograph may be preferably

Page 318 of 1870


i) Workers should be adequately and equipment and protective
suitably: clothing provided to the worker;

(a) informed of potential safety and (f) general measures for personal
health hazards to which they may hygiene and health protection;
be exposed to at their workplace;
(g) fire precautions to be taken;
(b) instructed and trained in the
measures available for the (h) action to be taken in case of an
prevention, control and protection emergency;
against those hazards.
(i) requirements of relevant safety
ii) No person should be employed in any and health rules and regulations.
work at a workplace unless that
person has received the necessary Copies of the relevant safety and health
information, instruction and training so rules, regulations and procedures should be
as to be able to do the work available to workers upon the
competently and safely. The commencement of and upon any change of
competent authority should, in employment.
collaboration with employers, promote
training programs to enable all the
workers to read and understand the
information / instructions related to 5.5.1 Training Techniques
safety and health matters.
a) Lectures
iii) The information, instruction and
training should be given in a language This technique should be applied when it is
understood by the worker and written, required to transfer information in local
Oral, visual and participative language to a large contractor workforce
approaches should be used to ensure with controlled content and time.
that the worker has assimilated the
information. b) Case Study

iv) Every worker should receive This is an effective technique based on the
instruction and training regarding the presentation of case of real events by
general safety and health measures Trainer to highlight probable causes like
common to the workplace. This Human Error, ignorance about the job etc.
should include:
c) Videos
(a) general rights and duties of
workers at the workplace; Videos, an effective technique of
communication, should be used to display
(b) means of access and egress the right techniques of performing a task in a
both during normal working and safe manner and hazards associated with a
in an emergency; job.

(c) measures for good d) Demonstration at site


housekeeping;
Right way to do a job should invariably be
(d) location and proper use of demonstrated to workers at the site itself.
welfare amenities and first aid The right way is also a safe way. Hazards
facilities provided; due to wrong procedures, short cuts and
their adverse effects etc. should also be
(e) proper use and care of the items highlighted.
of personnel protective

Page 319 of 1870


5.5.2 Training/Awareness Module and
Frequency iii) Importance of First Aid fire
fighting equipment, their use &
A. General Safety Training to all operations
categories of contractor employees
should be imparted before induction iv) Communication system at the
and annually thereafter. No person installation
should be allowed to enter the
installation without undergoing this v) Fire / Accident Reporting
training. This training program may procedure
cover:
vi) General Safety rules
i) Mandatory uses of PPE like Cotton
clothes, Helmet, Safety Shoes, Safety vii) Safety Measures during
Belts etc. execution of job such as:

ii) Probable Hazards - Welding / Cutting / Grinding


- Working at height
iii) Important Telephone No / Escape - Confined space entry
route - X ray / radiation
- Erection / Dismantling of
iv) First Aid scaffolding
- Tank construction and repairs
v) Use of Fire extinguisher - Handling of chemicals etc.

The contractor workers, if engaged in viii) Importance & use of PPE


operation of the plants/facilities, should be
trained in line with Clause No. 4.6 of OISD- ix) Emergency Routes
GDN-206 on “Safety Management System”.
For other categories of contractor workers, x) Assembly Points
training modules for different category
employees are as follows: xi) Job Specific Training

B. Contractor Supervisor D. Consultant / Contractor

Contractor Supervisor should be trained in Awareness program should be carried out


accordance with the provision of clause no. for Consultant / Contractor at the time of
5.1.1.2, 5.2.7, 5.3.10, 5.6.12 and 5.7.8 of induction. This program should cover at
OISD-STD-154 on 'Safety Aspects in least the following:
Functional Training'
i) Responsibility of contractor for safety
C. Contractor Worker of their personnel and work area

Yearly training programme should be carried ii) Hazardous property of Petroleum


out for contractor worker and the records products and chemical used
should be maintained. The training
programme should cover at least the iii) Communication system
following:
iv) Fire / Accident Reporting procedure
i) Worker responsibility for safety
of himself and work area. v) Medical facility available

ii) Associated hazards with the job vi) Statutory requirements


and job area including
electrical shock hazards.

Page 320 of 1870


vii) Importance of First Aid equipment and through site inspection using ready-made
required at the site check lists to ensure that contractors /
agencies abide by the safety rules and
viii) Work Permit system norms while working at operating /
construction sites.
ix) Direct/ Indirect losses due to accident
A checklist, while carrying out different type
x) Safety Measures while executing the of jobs, should be developed based on
jobs such as: hazards associated with the job being
performed and requirements as per OISD-
- Welding / Cutting / Grinding GDN-192 on "Safety Practices during
- Working at height Construction". Typical format is enclosed at
- Confined space entry Annexure II, which should be modified to suit
- X ray / radiation the requirement of the site / job to be done.
- Erection / Dismantling of
scaffolding Before starting the work and at regular
- Tank construction and repairs intervals thereafter, Contractor’s
- Handling of chemicals etc. Supervisor/safety Officer and Owner's
- electrical jobs representative / Engineer-in charge/safety
Officer should inspect as per the checklist so
xi) Safety training needs of their prepared to ensure that contractor has
supervisors and workers prepared to start the work with all safety
precaution required for safe execution of job.
xii) Importance & Use of PPE at the site
5.7 PENALTIES FOR NON-
xiii) General Safety rules at the installation COMPLIANCE

Financial or other type of penalties like


seizure of gate passes, stoppage of work for
E Security Personnel a limited period etc. may be levied on the
contractors or their workers for non-
Training program should be carried out for compliance of safety rules. A provision of
Security personnel at the time of induction suitable accident severity based penalty
and annually thereafter and the records clause for contractor may be incorporated to
should be maintained. The training program ensure adherence of systems and
should cover at least the following: procedures. A few of the usual non-
compliance are as follows:
i) Layout of Plant and Facilities
ii) Vulnerable locations -- Non-usage of PPEs like Safety helmet /
iii) Safety regulations (Statutory and in Safety shoes / Safety goggles /
company) Respiratory protection etc. by the
iv) Fire Protection Facilities and contractor personnel
Locations
v) Role in case of Fire / Disaster -- Non-usage of the safety belt and life line
vi) Emergency Procedure and Drills by the workers while working at height
vii) Industrial First Aid
viii) Use of Personnel Protective -- Non-provision of basic safety
Equipment requirement such as 24 V lamp for
ix) Disaster Management Plan working in confined space, uncertified /
non standard lifting tools, earth leakage
5.6 INSPECTION / AUDIT protection & earthing connections for
electrical appliances as per Indian
Inspection / Audit is a tool to evaluate Electricity Rules, emergency isolation
compliance of all safety requirements. Most switches etc.
of the information could be gathered

Page 321 of 1870


-- Violation of Safety Permit conditions like attend these meetings on random basis.
Fire fighting equipment Tool box meeting should be conducted more
frequently depending upon circumstances.
-- Non-barricading of area while rigging, Record of the same can be maintained in
digging etc. the following typical format.

-- Working without valid work permit TOOLBOX MEETING FORM

-- Unauthorised road closure/blockage SUBJECT :


PRESENTER :
5.8 INCIDENT REPORTING AND DATE :
INVESTIGATION SYSTEM TIME : From….. To…..
CONTENT IN BRIEF :
All the incidents including near-miss should
be reported immediately by contractor’s Participant’s Name Signature
Supervisor to Contractor and owner’s
Supervisor/Engineer-in-charge, who should -------------------- ---------------------
inform to Owner’s Safety Officer and owner’s -------------------- ---------------------
Management. Owner’s Safety Department -------------------- ---------------------
will be required for onward reporting as per
OISD, Statutory requirements. 5.9.2 Site Safety Committee Meeting

All accidents regardless of the extent of Primary purpose of this safety committee is
injury or damage should be investigated in to enable owner, contractor and workers to
order to find probable causes, lessons learnt work together to monitor the site safety and
thereof and remedial measures required to health plan so as to prevent accidents and
prevent its recurrence. improve working condition on site. Its size
and membership will depend on the size and
The incident investigation should be done as nature of job.
per provision of clause no. 4.12 of OISD-
GDN-206 on 'Safety Management System' . The safety committee should include
All the recommendations of investigation / representatives of owner, consultant,
Enquiry Report need to be monitored closely contractor identified as safety
for its implementation. A proper record officer/supervisor. It should be headed by
needs to be maintained to ensure Engineer-in-charge.
implementation of all the recommendations
and same should be reviewed from time to The safety committee should have regular
time. and frequent meetings, atleast fortnightly, to
discuss the safety and health program on
5.9 SAFETY COMMITTEE MEETINGS site and to make suggestions for
improvement. The meetings should be
Following three type of safety committee documented with a time bound action plan.
meetings should be held aiming at raising The functions carried out by safety
the level of safety consciousness at the site: committee should include:

5.9.1 Toolbox meeting i) Review compliance of pending items


of last Safety meetings.
To maintain awareness, update training and
convey important safety and health ii) Consideration of the reports of safety
information, contractor supervisors should personnel.
conduct tool box meetings at least weekly
and also prior to start of any work. All the iii) Discussion of accident/near-miss and
contractor workers should attend this illness reports in order to make
meeting. The owner’s supervisor/Engineer- appropriate recommendation for
in-charge and safety officers should also prevention.

Page 322 of 1870


iv) Examination/evaluation of suggestions 2) OISD-GDN-192 on “Safety During
made by workers. Construction”

v) Dissemination of acquired knowledge 3) OISD-STD-155 Part(I&II) on


through training programs and “Personnel Protective Equipment”
information sharing sessions.
4) Building & Other Construction
vi) Discussion & review of Fire Prevention workers (Regulation of Employment
& Disaster Management Plan. & Condition of Service) Act 1996

vii) To send recommendation to


Apex Body for
consideration/approvals.

5.9.3 Safety Review Meeting by


Location Head

This meeting should be headed by the


Location head and attended by Owner’s
Supervisor/Engineer-in-charge, owner’s
safety Officer and all concerned department
heads. Prime purpose of this review is to
ensure that all the recommendations of
various committees are being complied with
and to take decisions on critical points
raised. This meeting should take place at
least once in every quarter. All the
investigation reports/ audit findings with
status of implementation of
recommendations should be discussed.

5.10 SAFETY EQUIPMENT /


PERSONNEL PROTECTIVE
EQUIPMENT

The type of safety equipment to be used is


decided based on the job requirement.
Selection should be made based on OISD-
GDN-192, OISD-STD-155 (Part I & II) and
the job requirement. Safety equipment /
Personnel Protective Equipment (PPE) shall
be of approved make. Contractor shall
provide necessary training to each employee
regarding proper usage and upkeep of PPE
including its limitation.

A register showing stock and issue of PPE


should be maintained by the contractor at
site and must be available for inspection.

6.0 REFERENCES

1) OISD-GDN-206 on “Safety
Management System”

Page 323 of 1870


ANNEXURE I
LIST OF SAFETY CODES FOR CIVIL WORKS PUBLISHED BY BUREAU OF
INDIAN STANDARDS

Sl.no. Code No. Title


1 IS: 818 Code of Practice for Safety and Health Requirements in Electric
and Gas Welding and Cutting Operations – First Revision.

2 IS: 875 Code of practice for Structural safety of buildings: Masonry


walls

3 IS: 933 Specification for Portable Chemical Fire Extinguisher, Foam


Type – Second Revision.

4 IS: 1179 Specification for Equipment for Eye and Face Protection during
Welding – First Revision

5 IS: 1904 Code of practice for Structural safety of buildings: Shallow


foundations

6 IS: 1905 Code of practice for Structural safety of buildings: Masonry


walls

7 IS: 1989 – Part II Leather Safety Boots and shoes for heavy metal industry

8 IS: 2171 Specification for Portable Fire Extinguishers, Dry Powder Type
– Second Revision

9 IS: 2361 Specification of Building Grips – First Revision

10 IS: 2750 Specification for Steel Scaffoldings

11 IS: 2925 Specification for Industrial Safety Helmets – First Revision

12 IS: 3016 Code of Practice for Fires Precautions in Welding and Cutting
Operations – First Revision

13 IS: 3521 Industrial Safety Belts and harnesses

14 IS: 3696 – Part I Safety Code for Scaffolds and Ladders: Part I – Scaffolds

15 IS: 3696 – Part II Safety Code for Scaffolds and Ladders: Part II – Ladders

16 IS: 3764 Safety Code for Excavation Work

17 IS: 4014 – Part I & II Code of Practice for Steel Tubular Scaffolding

18 IS: 4081 Safety Code for Blasting and Related Drilling Operations

19 IS: 4082 Recommendations on stacking and storage of construction


materials at site

20 IS: 4130 Safety Code for Demolition of Buildings – First Revision

21 IS: 4138 Safety Code for working in compressed air – First Revision

Page 324 of 1870


22 IS: 4756 Safety Code for Tunneling works

23 IS: 4912 Safety requirements for Floor and Wall openings, Railings and
toe boards – First Revision

24 IS: 5216 – Part I & II Recommendations on safety procedures and practices in


electrical work

25 IS: 5121 Safety code for piling and other deep foundations

26 IS: 5916 Safety Code for Construction involving use of Hot Bituminous
materials

27 IS: 6994 – Part I Specifications for safety gloves: Part I – Leather and Cotton
gloves

28 IS: 5983 Specification for Eye Protectors – First Revision

29 IS: 6922 Criteria for safety and design of structures subject to


underground blasts

30 IS: 7155 Code of recommended practices for conveyor safety

31 IS: 7205 Safety Code for Erection on Structural Steel Works

32 IS: 7069 Safety Code for Handling and Storage of Building Materials

33 IS: 7293 Safety Code for Working with Construction Machinery

34 IS: 7323 Guidelines for operation of Reservoirs

35 IS: 7969 Safety Code for handling and storage of building materials

36 IS: 8758 Recommendation for Fire Precautionary Measures in


construction of Temporary Structures and Pandals

37 IS: 8989 Safety Code for Erection of Concrete Framed Structures

38 IS: 9706 Code of Practices for construction of Arial ropeways for


transportation of material

39 IS: 9759 Guidelines for de-watering during construction

40 IS: 9944 Recommendations on safe working load for natural and


manmade fibre rope slings

41 IS: 10667 Guide for selection of industrial safety equipment for protection
foot and leg

42 IS: 10291 Safety Code for dress divers in civil engineering works

43 IS: 10386 – Part I Safety Code for Construction, Operation and Maintenance for
River Valley Projects

44 IS: 10386 – Part II Safety Code for Construction, Operation and Maintenance for

Page 325 of 1870


River Valley Projects

45 IS: 11057 Code of Practice for Industrial Safety Nets

46 IS: 13415 Code of Practice on safety for Protective barriers in and around
building

47 IS: 13416 Recommendations for preventive measures against hazards at


working places

Statutory Regulations

Latest Statutory Acts and Rules, as given below, may be referred:-

1. The Petroleum Acts 1934 and Petroleum Rules 2002


2. The Factory Act, 1948 (As amended by Factory Amendment Act 1987) and concerned
Factory Rules
3. The Water (Prevention and Control of Pollution) Act 1974 & Rules 1975
4. The Environment (Protection) Act 1986
5. The Manufacturing, Storage and Import of Hazardous Rules 1989
6. The Hazardous Wastes Management (Management & Handling) Rules 1989
7. The Indian Electricity Act 1901 and Rules 1956
8. The Indian Explosive Acts, 1884 & The Indian Explosive Rules 1983
9. The Gas Cylinder Rules 1981and the static & Mobile Pressure Vessels (Unfired) Rules 1981
10. The Indian Boiler Act 1923 and Regulations 1950
11. The Public Liability Act 1991 as amended in 1992
12. The Motor Vehicle act 1988 and Central Motor Vehicle rules 1989
13. Building & Other Construction workers (Regulation of Employment & Condition of Service)
Act 1996

In addition to above, various other statutory acts like EPF, ESIS, Minimum wage act and other
local statutory requirements shall also be complied with.

Page 326 of 1870


ANNEXURE II
CHECK LIST FOR SAFETY INSPECTION / AUDIT

Job ___________ Location _______________ Date of Audit______Frequency _____________

Inspected by __________________ Contractor (s) __________________________

Sl.no. ITEM YES NO NA REMARKS /


ACTION
1.0 PERSONNEL PROTECTIVE EQUIPMENT (PPE):
Are following PPEs being used as per the job requirements?

1.1 Safety Helmets

1.2 Safety Shoes

1.3 Gum Boots

1.4 Safety Belts with life line

1.5 Gloves

1.6 Ear Plug

1.7 Goggles

1.8 Shield Glass

1.9 Face Protection

1.10 Breathing Apparatus

1.11 Canister Mask

1.12 Hand wash / Eye wash/ Respirating filter /


cloth

1.13 Boiler Suit

1.14 Others

2.0 HOUSE KEEPING

2.1 Whether Waste Bins are provided / used

2.2 Are Passageways / Walkways clear?

2.3 Is General neatness O.K.?

2.4 Is the Ground free from oil, grease etc.


and is not found to be slippery?

2.5 Others

Page 327 of 1870


3.0 EXCAVATION

3.1 Whether soil stability is checked?

3.2 Whether proper shoring for the excavation


is provided to prevent cave-in for side of
slope >45 Degree?

3.3 Whether proper precautions have been


taken if the excavation is adjoining to
heavy structure like building, street and
roadways?

3.4 While excavating whether proper slope


usually 450 & suitable benches of 0.5 m
width at each 1.5 m depth are provided?

3.5 Whether barricading of 1m height with


glowing caution board is provided for
excavation beyond 1.5m depth?

3.6 Whether excavating earth is placed


beyond 1m of the edge of the trench?

3.7 Whether heavy vehicle movement is


restricted to come too close to the
excavating area?

3.8 Whether necessary precaution is taken


for underground pipes, sewers, cables by
contractors?

3.9 Whether excavation hot work permit is


taken?

3.10 Whether extra precaution is taken for


bailing out water properly while
excavating?

3.11 During rains whether the excavation is


done with extra precaution to prevent
caving in?

3.12 Whether two separate entry/ exit points


with necessary ladders / steps, as per
requirement, have been provided?

3.13 Whether one person is available at all the


time to communicate any hazards noticed
with workers working in deep trenches or
excavation?

3.14 Whether necessary precautions like

Page 328 of 1870


regular gas testing are being taken in
areas having hydrocarbons and LPG so
that no gas accumulation takes place in
the trenches.

3.15 Whether IS: 4081-1986 & Indian


Explosive act & rules for storage, handling
& carrying of explosive material and
execution of blasting operation is
followed?

3.16 Whether in case of mechanised


excavation, caution board is provided for
do’s and don’ts like ‘Nobody to enter’
within one meter of the extreme reach?

3.17 Whether the following are inspected


during excavation work :-
a) Boulder formation encountered
b) Collapsing / development of cracks of
sides
c) Marked damage to support
d) Unexpected fall of ground
e) Inspection of site after each blast.

3.18 Others

4.0 PERMITS

4.1 Whether valid work permit is issued to


start any work?

4.2 Whether all conditions of the permit are


fulfilled before starting the job?

4.3 As noted in the permit, whether


compliance of all the recommendations
are ensured?

4.4 Whether permits are available at work site


all the times?

4.5 Whether hot work permit registered in fire


station?

4.6 Whether permits are being closed after


the completion of job?

4.7 Others

5.0 SAFETY IN CUTTING / WELDING/GRINDING

5.1 Whether LPG / Oxygen / Acetylene/ Gas

Page 329 of 1870


cylinders are kept outside only while
working in confined space?

5.2 Are Acetylene /LPG cylinders kept in


upright position and secured at
designated places under shed – wet
gunny bags wrapped around it if the same
is under sun at designated place?

5.3 Check cylinder and cylinder valves for any


kind of damage?

5.4 Whether protective valves are kept on


cylinder while not in use?

5.5 Whether proper means and method for


transportation of cylinders to avoid
dropping and rolling are being adopted /
followed?

5.6 Whether gas cylinders, regulators are


kept away/free from oil and grease?

5.7 Whether all hoses were found to be free


of any damage or crack?

5.8 Whether oxygen and acetylene cylinders


are stored separately?

5.9 Whether color coding is being used for


easy identification of different type of
cylinders and hoses?

5.10 Whether cylinder keys are available near


the cylinder?

5.11 Whether gas torches with NRV with flash


back arrestor of approved make are only
being used?

5.12 Whether pressure gauges are in working


condition and checked from time to time?

5.13 Whether welding shields are used while


welding?

5.14 Whether proper earthing for welding


machines are provided?

5.15 Whether power is taken from approved


sources (welding receptacles)?

5.16 Whether welding receptacles are properly


grounded?

Page 330 of 1870


5.17 Whether welding cables are maintained in
good condition and without any joints/
cuts?

5.18 Whether to avoid short circuit, welding


machines are protected against rain?

5.19 Whether earth connectors are securely


connected to the job and not to the
adjoining pipeline or structure?

5.20 Whether flame arrestor of DG set is of


approved make and quality?

5.21 Others

6.0 SAND / SHOT BLASTING

6.1 Whether sand blasting is used only after


getting approval from competent
authority?

6.2 Whether air compressor used for sand /


shot blasting are positioned away from
work place?

6.3 Whether exhaust of the prime mover is


directed away from the work place?

6.4 Whether in case of motor driven


compressor, the body of the motor as well
as the compressor is properly earthed?

6.5 Whether line operator of sand/shot


blasting wear suitable PPEs including
mask?

6.6 Whether adequate measures are adopted


to confine dust/spray particles?

6.7 Whether adequate measures are taken


for proper ventilation while the work is
done in confined space?

6.8 Others

7.0 SAFETY WHILE WORKING AT HEIGHTS / SCAFFOLDING / LADDERS

7.1 Whether work permit is obtained to take


up work at height above 3 mts?

7.2 Whether steel pipes scaffoldings are used


in unit/off site areas?

Page 331 of 1870


7.3 Whether provision for suitable platform
with all scaffoldings are made? Whether
its construction is as per specification with
toe board and railing?

7.4 Whether the area below working at height


is cordoned?

7.5 Whether suitable platform is provided?

7.6 Whether ISI approved quality and good


condition safety belts are used while
working at heights?

7.7 Whether life line of safety belt is


Anchored to an independent secured
support capable of withstanding load of a
falling person?

7.8 Whether the area around the scaffold is


cordoned off to prohibit the entry of
unauthorized person?

7.9 Whether ropes used are of good condition


and adequate strength free of defects?

7.10 Whether ladder is placed at secured and


leveled surface?

7.11 Whether it is extended 1.5 Mts. Above the


landing point?

7.12 Whether ladder used are of adequate


length and tying short ladder is avoided?

7.13 Whether metallic ladders are placed away


from electrical system?

7.14 Whether tools or materials are removed


after completion of the day’s job at
heights?

7.15 Whether a valid permit is obtained before


taking up work on asbestos or fragile
roof?

7.16 Whether sufficient precaution is taken


while working on fragile roof?

7.17 Whether provision is made to arrange


duck ladder, crawling board for working at
fragile roof?

7.18 Whether scaffolding has been erected on


rigid / firm / levelled surfaces only?

Page 332 of 1870


7.19 Whether scaffold has been inspected by
competent person prior to being put in
use?

7.20 Whether the scaffolding has been


designed for the load to be borne?

7.21 Whether the erection and dismantling of


the scaffolding is being done only by
trained persons and under supervision?

7.22 Whether safety net with proper working


arrangement and life line has been
provided?

7.23 Others

8.0 SAFETY IN CONFINED SPACE

8.1 Whether a permit is obtained to enter a


confined space?

8.2 Whether gas test for hydrocarbon, toxic


gas, oxygen level is obtained before
entering any confined space?

8.3 Whether adequate oxygen level is


ensured in confined space before
entering? If not, whether all precaution
like using of Breathing Apparatus set is
ensured?

8.4 Whether, in case of chance of ingress of


hydrocarbon gases / toxic gases,
Personnel Monitoring System (PMS) is
used or not?

8.5 Whether only in presence of a supervisor,


worker enters in confined space?

8.6 Whether provision of sufficient means of


entry and exit is available?

8.7 Whether provision of ventilation to remove


welding fumes, dust, exhaust gases are
made?

8.8 Whether provision of 24V (Hand lamps


with cage as per OISD-STD-155) light for
working inside space is made?

Page 333 of 1870


8.9 Is it strictly ensured that a stand-by
trained person is standing outside before
a person enters a confined space and
communication is being maintained all the
time with workers working inside?

8.10 Whether life belt with one end under


control of stand-by person outside is kept
while working in confined space?

8.11 Whether Personnel protective Equipment


are in good condition as specified in the
permit?

8.12 Whether absence of Hydrogen Sulfide,


CO or other toxic gas is ensured before
entering into a confined space? If yes,
whether proper required PPE like BA,
Gas Mask are used.

8.13 Whether boxing up is being done only as


per the approved procedures and by
competent persons?

8.14 Whether all the safety precautions listed


in OISD-GDN-192 are taken while
working in sewers, OWS etc.?
8.15 Whether proper house keeping is being
maintained inside the confined space?

8.16 Whether training has been provided to


workers working in the confined space
and the workers only of sound health are
being asked to work in the confined
space?

8.17 Others

9.0 SAFETY IN MATERIAL HANDLING

9.1 Whether all lifting tools, tackles,


machines, chains, ropes etc. are of sound
construction, made of sound material and
maintained in good condition?

9.2 Whether safe working load, date of testing


visibly marked/painted on the equipment?

9.3 Whether lifting tools, tackles are of


adequate strength for the load to be
handled?

9.4 Whether all parts including the working


gears fixed or movable of every lifting
machine, chain, rope, tackles specify the

Page 334 of 1870


following condition:

a) Thoroughly examined by competent


person at least once a year or such
interval as required by statutory
authority.

b) Document of such examination are


maintained and produced to owner
supervisor before use of particular
equipment?

9.5 Whether chain blocks and cables are


inspected before each use to assure their
sound condition?

9.6 Whether hoist and lift if used are:

a) Properly maintained and thoroughly


examined by competent authority at
least once in every year.

b) A register to be maintained to record


particulars of such examination in
prescribed forms and shall be
produced to the owner supervisor
before use.

9.7 Whether area below the movement of


boom of crane is cleared to avoid injury
from falling objects?

9.8 Whether it is ensured that crew of truck


leave the truck in crane handling area
before starting loading / unloading, if not
involved in rigging operation?

9.9 Whether transporting material from one


place to another is done by suitable
means?

9.10 Whether carrier with sufficient capacity


without projecting parts is used for
transporting materials?

9.11 Whether riggers engaged are well trained


and conversant with signaling procedures
including night signalling if required?

9.12 Whether permission of authorized person


is obtained before working on or near an
overhead crane?

9.13 Whether trained riggers are available all


the time along with crane?

Page 335 of 1870


9.14 Whether barricading has been done to
ensure no unauthorised person enters in
the working area of the crane?

9.15 Whether lifting plan has been prepared


and approved before start of the work?

9.16 Whether route of crane movement has


been planned before the crane moves out
of the garage?

9.17 Whether it has been ensured that no


electrical cable come within 3 metres or
safe distance from the boom of the
crane?

9.18 Whether boom is being kept in the


horizontal position or locked while idling?

9.19 Whether material is being stacked /


destacked in trucks with the help of
wedges to ensure no slippage while
loading / unloading takes place?

9.20 Whether the forklift / crane is being


operated only by trained person?

9.21 Others

10.0 ELECTRICAL SAFETY

10.1 Has the Electrical Line Clearance


procedure been followed involving
electrical and other concerned Dept. and
filling of formats?

10.2 Have Danger Signs with Voltage rating/


Men at work signboards been displayed
at both Sub Station as well as the work
site?

10.3 Has the contractor worker understood the


electrical circuit on which he is going to
work with probable electrical hazards and
mitigation measures to be adopted?

10.4 Whether contractor has engaged


electrician (s) having valid electrical
licence in line with provisions in Indian
Electricity Rules?

Page 336 of 1870


10.5 Have all checks prior to switching
operation been carried out and
authorisation of owner/ user section
obtained subsequently?

10.6 Have all earthing links on electrical


conductors removed before charging the
line/ apparatus?

10.7 Have PPE as prescribed under Indian


Electricity Rules been in place, kept
healthy and used?

10.8 Are earthing and bonding arrangement of


non-current carrying metallic parts in line
with provisions of Indian Electricity Rules
– 1956 amended time to time as IS:
3043?

10.9 Have electrical part of OISD-GDN-192


and Clause No. 9.0 for Temporary
installations in OISD-173 been
understood and followed wherever
applicable?

10.10 Are flexible wires having voltage of 240


volts above earth potential taken through
PVC conduits?

10.11 Whether portable hand lamps with a


voltage rating of not more than 24 volts
used with flameproof enclosures in
confined spaces within columns, vessels
etc?

10.12 Have the Switches, MCBs, fuses etc.


been inspected for proper ratings?

10.13 Has Earth Leakage Circuit Breaker (


ELCB) been used on the incoming side to
protect against leakage of current? Is the
device tested every time the work is
started?

10.14 Whether all portable appliances are


provided with insulated Three pin Plugs
and socket arrangement?

10.15 Whether industrial type extension boards


and plug sockets are used?

10.16 Has the electrical equipment brought to


site by contractor been inspected by
owner’s supervisor/ safety officer for
damage/cuts/abrasion etc? Is record of

Page 337 of 1870


Insulation Resistance, wherever required ,
being kept?

10.17 Have standard practices for termination of


conductors/ cables been followed (e.g.
use of proper lugs, crimping tool, cable
glands etc)? Is cable armour in continuity
from feeding point to load?

10.18 Are the Contractor supervisor and


workmen well acquainted with first aid for
electrical shock?

10.19 Are the wires/ cables identifiable along


their route towards the load by using
colour coding and/or markers?

10.20 Others

11.0 ROAD WORK

11.1 Whether site is barricaded and provided


with warning signs including night warning
lamps/ self glowing markers at
appropriate location for diversion of
traffic?

11.2 Whether mixing aggregates with bitumen


is done with the help of batch mixing
plants? If no, whether adequate
precautions have been taken?

11.3 Whether road rollers, bitumen sprayers,


pavement finishers are driven by
experienced drivers with valid driving
licenses?

11.4 Whether the worker handling hot bitumen


sprayers or spreading bitumen aggregate
mix or mixing bitumen with aggregate are
provided with PVC hand gloves rubber
shoes with pegging upto knee joints?

11.5 Others

12.0 FORM WORK, REINFORCEMENT

12.1 Whether form work, shuttering, shoring


etc. are adequately designed and
provided to erect the structure and to
support the expected load?

Page 338 of 1870


12.2 Whether staging (support) for shuttering is
designed for loads like worker movement,
impact load and other incidental loads
during construction?

12.3 Whether workers use PPEs at work site?

12.4 Whether all safety procedures are


adopted while cutting rod?

12.5 Whether proper staging and bundling is


provided for supplying rods at height?

12.6 Whether sufficient cross bracings are


provided for high staging works at
vulnerable points?

12.7 Others

13.0 CONCRETING

13.1 Whether the concreting area is


barricaded?

13.2 Whether vibrator hoses, pumping


concrete accessories are in healthy
condition and mechanically strong?

13.3 Whether it is ensured that no pipe line in


concrete pumping system is attached to
any temporary strut such as scaffolds
etc.?

13.4 Whether it is checked that safety guards


around moving parts are provided in
concrete mixer/ machines?

13.5 Whether earthing of electrical mixers,


vibrator etc. are checked?

13.6 Whether entry of unauthorised person in


the concreting area is restricted?

13.7 Whether adequate lighting arrangement is


made in the concreting area if working
during night?

13.8 Whether PPEs like gum boots, gloves and


dust masks etc. are being used?

13.9 For overhead or underground work,


whether form work and shuttering have
been checked so that the same do not
collapse during concreting?

Page 339 of 1870


13.10 Others

14.0 DEMOLISHING (DEMOLISHING BY BLAST NOT CONSIDERED)

14.1 Has the stability of structure been


examined by competent person and found
OK?

14.2 Are non-sparking tools being used, if


required?

14.3 Is intermittent clearing operation being


done to keep the area reasonably tidy and
clean?

14.4 Whether effective barricading has been


provided?

14.5 Whether Electrical and other facilities like


water, oil, gas pipelines have been
isolated/protected?

14.6 Whether the plan of demolition (including


sequence of activities) has been prepared
and approved prior to start of the work?

14.7 Others

15.0 RADIOGRAPHY

15.1 Are safety precautions for handling of


source as per guidelines of BARC being
followed?

15.2 Is the potency of the source being used


within acceptable limits as per the BARC
regulations?

15.3 Is the area being cordoned with proper


signs during radiography?

15.4 Does proper place exist as per BARC


regulations for storage of source /
Personnel safety equipment?

15.5 Does the radiographer has valid


certificate of radiography from competent
authority (BARC)?

15.6 Is radiographer using Exposure Meter /


Dosi Meter?

15.7 Whether minimum occupancy of the

Page 340 of 1870


premises / workplace is being ensured
while radiography is in progress?

15.8 Is permit system being followed?

15.9 Others

16.0 ADDITIONAL SAFETY PRECAUTION FOR UNITS WITH HYDROCARBONS

16.1 Are jobs being carried out with a valid


work permit only as per OISD-STD-105
"Work Permit System".

16.2 Is smoking prohibited in all places


containing combustible or flammable
materials and "No Smoking" notices
prominently displayed.

16.3
Are only approved type electrical
installations and equipment, including
portable lamps, being used?

16.4 Are oily rags, waste, wooden materials


and clothes or other substances liable to
spontaneous ignition being removed?

16.5 Are the combustible materials properly


shielded in case same cannot be
removed from the area?

16.6 Has welding screens (like metal/asbestos/


water curtain) been put up to protect other
equipment / facilities/ OWS/ drains in
adjoining areas against flying sparks, as
may be required?

16.7 Is Gas-testing being done with the means


of a calibrated Gas detection Meter prior
to start of Hot work and being done
subsequently at regular intervals as per
the requirement?
16.8 Are regular inspections being done of
places where there are fire risks like in the
vicinity of heating appliances, electrical
installations and conductors, stores of
flammable and combustible materials,
welding and cutting operations?

16.9 Are fire-extinguishing equipment being


placed at strategic locations and are kept
well maintained and inspected at suitable
intervals by a competent person.

16.10 Are access to fire-extinguishing


equipment such as hydrants, portable

Page 341 of 1870


extinguishers and connections for hoses
kept clear at all times?

16.11 Are all supervisors and a sufficient


number of workers trained in the use of
fire-extinguishing equipment?

16.12 Are audio means, to give warning in case


of fire provided, audible in all parts of the
site where persons are liable to work?

16.13 Is there an effective evacuation plan in


place so that all persons are evacuated
speedily without panic?

16.14 Others

17.0 EMERGENCY PROCEDURES

17.1 Is signaling / siren system effective?

17.2 Is arrangement for rescuing affected


person adequate?

17.3 Are signs showing emergency exit route


installed?

17.4 Is emergency exit route clear of


obstacles?

17.5 Is communication system adequate?

17.6 Whether emergency vehicle with driver


has been provided to meet any
emergency situation?

17.7 Does any tie-up with hospitals or local


doctors exist?

17.8 Has the assembly point for workers in


case of emergency been identified and
earmarked?

17.9 Has training been provided to a few


workers for First Aid?

17.10 Others

18.0 WELFARE FACILITIES

18.1 Is hygienic conditions prevailing at labour


camps?

18.2 Are First Aid facilities available?

Page 342 of 1870


18.3 Does proper sanitation exist at site office
and labour camps?

18.4 Does any arrangement of medical


facilities like tie ups with nearby hospital
exist?

18.5 Is proper drinking water facility available


for workmen & staff?

18.6 Are crèches provided for children (if


applicable)?

18.7 Is any proper place/canteen/restroom


provided for eating food and taking rest?

18.8 Is any place earmarked for storing /


keeping clothing?

18.9 Is Adequate washing facility available?

18.10 Does proper ventilation at working place


exist?

18.11 Others

19.0 GENERAL

19.1 Are illumination levels at workplace and


passages adequate?

19.2 Is communication system adequate?

19.3 Are display and caution boards provided


at strategic locations?

19.4 Are road barriers being used for blocking


any roads/passage?

19.5 Has the structure been adequately


secured against storm/high winds during
construction/ erection?

19.6 Are the equipment properly earthed?

19.7 Are vehicles being checked like brakes,


oil, lights etc. on regular basis?

19.8 Is compressed air being used only for its


intended purpose and not for any other
purpose?

19.9 Are only proper clothes and not loose


clothes being used while working around

Page 343 of 1870


machinery?

19.10 Are nails or other sharp objects being


removed or bent?

19.11 Are machine guards over moving parts of


machinery such as coupling, pulley, wheel
etc. installed?

19.12 Whether after maintenance of machinery


the guards are securely fitted before
putting into operation?

19.13 Are working platforms / gangways


provided with hand rails & toe guards?

19.14 Are swing platforms provided with chains


& secured adequately when not in use?

19.15 Are the approaches to work sites being


maintained & kept clear of obstacles?

19.16 Whether engines of equipment entering


into the operating area have exhaust and
muffler system with approved spark
arrestor?

19.17 Whether vehicles/engine driven


equipment, electrical equipment and tools
used are certified?

19.18 Whether contractors inform his workers


about hazards and safe procedures?

19.19 Whether sufficient care is taken so that


spark do not go outside working
enclosure & falls below?

19.20 Whether contractor’s qualified / trained


supervisor is present?

19.21 Whether all exhausts of engines are


provided with approved type of flame
arrestors and exhaust is not facing toward
the place where the workers are working?

19.22 Others

Signature of the Auditor

Page 344 of 1870


Page 345 of 1870
LPG import facilities Project SCC : Annexure-XI: Sub-Contractor Approval
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT
BUILDINGS
Job Number: A872 Sheet 1 of 2

APPROVAL OF CONSTRUCTION
SUB-CONTRACTOR
[ANNEXURE - XI TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


Gurgaon

Page 346 of 1870


LPG import facilities Project SCC : Annexure-XI: Sub-Contractor Approval
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT
BUILDINGS
Job Number: A872 Sheet 2 of 2

(APPROVAL OF CONSTRUCTION SUB-CONTRACTOR FOR WORKS)

1) NAME OF MAIN CONTRACTOR: __________________________________________

2) NAME OF WORK, LOCATION: ____________________________________________

3) NAME OF PROPOSED
SUB-CONTRACTOR :___________________________________________

4) SCOPE OF WORK PROPOSED TO


BE SUB-CONTRACTED (BRIEF):__________________________________________

5) ESTIMATED VALUE OF THE PROPOSED


WORK TO BE SUB-CONTRACTED (INR):___________________________________

6) QUALIFYING CRITERIA FOR SUB-CONTRACTOR:

i) Experience Criteria:
ii) Annual Turnover Criteria:
iii) Networth Criteria:
iv) Working Capital criteria:

7) EXPERIENCE AND FINANCIAL DETAILS OF PROPOSED SUB-CONTRACTOR:


i) Contract Value of similar work
Executed (as evidenced by work
Order & Completion Certificate) :
ii) Maximum Annual Turnover during
last 3(three) years (as evidenced
by Balance Sheets) :
iii) Concurrent Commitments (including
the works proposed to be sub-
Contracted) :

8) CRITERIA FOR QUALIFICATION OF SUB-CONTRACTOR:

i) Sl.No. 7(i) > Sl. No.6 (i) YES / NO


ii) Sl.No. 7(ii) > 1.00 x Sl. No.5 YES / NO
iii) Sl.No. 7(iii) > 2 x Sl.No. 7(ii) YES / NO

9) Based on above information, we M/s _____________________________________ (Name of


Main Contractor) propose M/s. __________________________________________ (Name of
proposed sub-contractor) as our sub-contractor for the above mentioned works. We understand
that notwithstanding above approval, we shall remain fully responsible for the
performance of the said sub-contractor and any failure of the sub-contractor shall not
absolve/relieve us of our responsibility to complete the works as per the terms and conditions
of the Contract.

NOTE: Bidders to fill all the details in the above proforma. Further Bidder shall also fill-in the details at Sl.No.5
above based on the estimated value of the proposed work to be subcontracted.

(STAMP & SIGNATURE OF CONTRACTOR)

10) QUALIFICATION STATUS (TO BE STAMPED BY EIL) :

Engineers India Limited


Gurgaon

Page 347 of 1870


CONDITIONS FOR ISSUE
AND
RECONCILIATION OF MATERIALS

(ANNEXURE-XII TO SCC)

Page 348 of 1870


STANDARD No.

311 ENGINEERS CONDITIONS FOR ISSUE AND
$fg-ar INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
,>iwn Jw9.-11 IA Govt ot Intlia UndertakIng)
Page 1 of 9

ffl"ilaT V"4'
2Tg'

CONDITIONS FOR ISSUE AND


RECONCILIATION OF MATERIALS

j .04"
XN"fr..
1 24.01.2014 Reaffirmed & Issued as Standard SM DJ RKD SC
Doc. No. 6-10-0001 Rev 0 has been revised
0 21.05.2008 AS GKI SCB VC
and issued as Standard
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 349 of 1870


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
011eg INDIA LIMITED RECONCILIATION OF MATERIALS
IA Govt of Indta Undertakingt
7-82-0001 Rev. 1
Page 2 of 9

Abbreviations:

MS Mild Steel

OFC Optical Fibre Cable

OTDR Optical Time Domain Report

Construction Standards Committee

Convenor: Sh. RK Das, ED (Construction)

Members : Sh. M Deshpande, GM (Construction)


Sh. M Natarajan, GM (C&P)
Sh. Rakesh Nanda, GM (Piping)
Sh. S Mukherjee, DGM (Construction)
Sh. Janak Kishore, DGM (Projects)
Sh. D Jana, AGM (Construction)

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 350 of 1870


STANDARD No.
01 ENGINEERS CONDITIONS FOR ISSUE AND
INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
* IA Govt ol Indo Undertakmg)
Page 3 of 9

CONTENTS

1.0 CONDITIONS FOR ISSUE OF MATERIALS 4

2.0 RETURN OF UNUSED MATERIAL/ SCRAP 4

3.0 CEMENT 5

4.0 REINFORCEMENT BARS /STRUCTURAL STEEL/PLATES 5

5.0 PIPING MATERIALS 6

6.0 EQUIPMENTS 7

7.0 CABLES 7

8.0 LINE PIPES 7

9.0 OPTICAL FIBRE CABLE 8

10.0 OFC JOINTING KITS 9

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 351 of 1870


STANDARD No.
J11 ENGINEERS CONDITIONS FOR ISSUE AND
$g-
arfffl
1.12,1
Erdg INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
IA Govt of Indo Underlakingt
Page 4 of 9

1.0 CONDITIONS FOR ISSUE OF MATERIALS

Whenever any material is issued by Owner, following conditions for issue of material in
addition to other conditions specified in the contract shall be applicable:

1.1 Necessary indents shall be raised by the Contractor as per procedure laid down by the
Engineer-in-Charge from time to time, when the materials are required for incorporation in
permanent works.

1.2 Materials shall be issued only for permanent works and not for temporary works, enabling
works etc. unless specifically approved by the Engineer-in-Charge.

1.3 The Contractor shall bear all other cost including lifting, carting from issue points to work
site/Contractor's store, custody and handling etc. and return of surplus/serviceable scrap
materials to Owner's storage points to be designated by the Engineer-in-Charge. No separate
payment for such expenditure shall be made.

1.4 No material shall be allowed to be taken outside the plant without a gate pass.

1.5 The Contractor shall be responsible for proper storage, preservation and watch & ward of
the materials.

2.0 RETURN OF UNUSED MATERIAL/ SCRAP

2.1 All unused/scrap materials shall be the property of the Owner and shall be returned in good
and acceptable condition category wise by the Contractor at his own cost to Owner's Store(s).

2.2 No credit shall be given to the Contractor for return of scrap. The Contractor should quote the
rates accordingly. Contractor shall make his own arrangements for weighing the cut offs to be
returned to Owner's stores.

2.3 In case the Contractor fails to return unused materials/ accountable scrap, then recovery for
such quantity of materials, not returned by the Contractor shall be affected at following penal
rates from the Contractor's bilis or from any other dues of the Contractor to the Owner:

S.
Material Penal Rates
No.

(a) Penal rate for non return of accountable scrap


1. Issue Rate + 25%
Penal rate for return of serviceable materials in or
(b)
excess of permitted % allowances Landed Rate + 25%
(in case issue rate are not
Penal rate for issuance of unplanned OFC jointing indicated in the contract)
(c)
kits

Penal rates for non return of Unused material and Twice the Issue Rates
(a) or penal rate for generating scrap in excess of or
2. permitted % allowances Twice the Landed Rates
(in case Issue Rates are
Penal rate for using excess amount of materials not indicated in the
(b)
like cement than permitted % allowances Contract)

NOTE : 1) Landed Rate shall be arrived from the latest Purchase Order of respective
material received at site by Owner/EIL.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL —All rights reserved

Page 352 of 1870


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
5fg-ar 2154--cg INDIA LIMITED
IA GoN of Ind■O Undenak.g)
RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
Page 5 of 9

2) In case more stringent penal rates have been indicated elsewhere in the
Contract (based on Project requirement), the same shall supersede the above
rates.

3.0 CEMENT

3.1 Cement as received from cement Manufacturer/Stockists shall be issued to the Contractor.
The theoretical weight of cement in each bag for issue purpose shall be considered as 50 Kg or
20 bags per MT. However, cement bags weighing upto 4% less shall be accepted by the
Contractors and charged for as full bag.

3.2 The Contractor is required to submit the design mix for different grades of concrete, keeping
in view the requirements stipulated in IS:456 and IS 10262, specifically regarding durability,
slump and water cement ratio and specific gravity of materials brought to site as analyzed in
the laboratories. The design shall be based upon absolute volume method and theoretical
consumption of cement shall be worked out on this basis. For other than concrete items, the
coefficients for consumption of cement shall be adopted as per CPWD practice.

3.3 The permissible variation between Cement actually used on the job and theoretical
consumption worked out on the basis stipulated in above para 3.2 and as determined by
Engineer-in-Charge shall be 3% (Three percent only).

If the actual consumption is more than 103% of the theoretical consumption, then recovery at
the penal rates for the quantity of cement beyond the limit of 103% of theoretical consumption
shall be affected as per clause 2.3 above.

3.4 Unused quantity of cement shall be returned by the Contractor to the Owner's stores in good
condition only.

3.5 The Contractor shall maintain a good store for storing cement issued to him. The flooring of
the storage house, the clearances of cement bags from the side walls/ floor & stack height etc.
shall be as instructed by the Engineer-in-Charge.

3.6 The contractor shall maintain a Cement Register in prescribed format and update the entries
on daily basis.

3.7 The cement store shall be offered for inspection and verification by the Engineer-in-Charge or
his authorized representative at any time when the Engineer-in-Charge feels the need to do so.

3.8 Empty cement bags shall be the property of the Contractor and shall have to be disposed off
by him.

4.0 REINFORCEMENT BARS / STRUCTURAL STEEL / PLATES

4.1 The scrap allowance for the reinforcement bars/structural steel including steel plate issued by
the Owner, shall be total 3% (2.5% accountable and 0.5% unaccountable) of the actual
consumption as incorporated in the works.

4.2 All serviceable reinforcement bars/structural steel/steel plates shall be issued in available
length/shapes/sizes and no claims for extra payment on account of issue of non-standard
lengths/shapes/sizes and bending etc. shall be entertained. Reinforcement bars and structural
steel shall be issued on weighment basis as per normal warehousing practice. In exceptional
circumstances, the reinforcement bars/ structural steel, if issued on linear measurement, the IS
coefficients for unit weight shall be considered. For the purpose of billing and accounting,
only linear measurements shall be taken and weight shall be calculated as per IS coefficients
in three decimals. The difference in unit weight as per IS and actual as issued, if any, shall be

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 353 of 1870


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
--,112-
$Igu g INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
-„„,,„-„, (A Govt ot Ind(o Itoeonotoo9)
Page 6 of 9

to Contractor's account and Contractor is deemed to have considered the same at the time of
bidding.

4.3 Reinforcement bars/structural steel/steel plates shall be issued only for those items where
Owner's supply has been specifically mentioned in Schedule of Rates/ Scope of Supply. The
storage of these items shall be done in such a way so as to avoid rusting/ damage to any kind
to the materials.

4.4 All reinforcement bars/structural steel (except M.S. Plates) in length of 2 meters and above
shall be considered as serviceable materials provided the material is in good and acceptable
condition. Reinforcement bars/structural steel section (except M.S. Plates) in lengths less than
2M shall be treated as scrap.

The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.

4.5 For the purpose of accounting of the plates, all plates measuring not less than 1 Sq.m in area
and having any dimensions not less than 200mm when returned to Owner's store, shall be
considered as serviceable material. All other pieces shall be treated as wastage/scrap. The
Contractor shall prepare a plate cutting diagram in such a way that the minimum scrap is
generated. Also the cut plates should be used at proper places to reduce the scrap.

4.6 The serviceable cut pieces as mentioned in 4.4 & 4.5 above shall be considered as unused
material for reconciliation purpose.

4.7 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

5.0 PIPING MATERIALS

5.1 All serviceable pipes shall be issued in available lengths/shapes and no claims for extra
payments on account of issue of non-standard length & shape shall be entertained. Pipes shall
be issued on linear measurement basis. All valves, flanges, fittings etc. shall be issued on
number(s) basis. Contractor shall store the materials in such a way so as to avoid mixing of
different types of material and shall maintain complete identification and traceability at all
times.

5.2 The scrap allowance for pipes issued by the Owner shall be 3% (2.5% accountable + 0.5%
unaccountable) of the actual consumption as incorporated in the works.

5.3 All pipes in length of 2 meters and above shall be considered as serviceable material provided
the material is in good and acceptable condition and has clear identification and traceability
(Manufacturer's name, heat number/batch number and test certificates). Pipes in lengths less
than 2M shall be treated as scrap.

The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.

5.4 All unused/scrap pipes, valves, flanges, forged fittings like elbows, reducers tees shall be
returned by the Contractor category wise duly cleaned, greased and spec. marked at his own
cost to Owner's stores.

5.5 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL —All rights reserved

Page 354 of 1870


STANDARD No.
,31 --1 ENGINEERS CONDITIONS FOR ISSUE AND
fêt2s
(~ C1,01,,
1,
1 .345n.
INDIA LIMITED
(A Govt of Indo undertakmg)
RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
Page 7 of 9

6.0 EQUIPMENTS

Various equipment/materials intended for the installation shall be received by Owner in


unpacked, skid mounted, crated, packed or loose condition and shall be stored in the
warehouses and open yards. In general, materials shall be issued to the Contractor in `as
received' condition. It shall be the Contractor's responsibility to draw, load and transport all
materials from Owner's designated places of issue to the point of installation and return all
packing materials like steel frames, wooden boxes/scrap etc. to Owner's stores.

All materials supplied by the Owner shall be duly protected by the Contractor at his own cost
with appropriate preservative like primer, lacquer coating, grease etc. as required.

7.0 CABLES

Appropriation of cables shall be done as follows:

7.1 Al1 the surplus and serviceable cables out of the cables quantity(ies) issued by the Owner to
the Contractor shall be returned by the Contractor to the Owner's store in good condition and
as directed by the Engineer-in-Charge.

7.2 The Contractor shall be allowed a cutting/wastage allowance (accountable scrap) of 1.5% for
power cables and 3% for the control cables. This cutting/wastage allowance shall be
computed on the length of cables actually laid, measured and accepted.

7.3 All cables being returned to store should carry Aluminium sheet tags indicating the size &
type of cable. Cables of less than 15 meters length shall be termed as scrap. Cables of lengths
15M and above shall be termed as serviceable material & shall be returned size wise and
category wise to the Owner's store in wooden drums. Cables of serviceable length being
returned to stores in drum(s) shall be accepted only after Megger value continuity test and
physical measurement is carried out by the Contractor to the satisfaction of Engineer-in-
Charge. Empty cable drums and major packing material (as decided by Engineer-in-charge)
shall be Owner's property and shall be returned to Owner's Store/designated place without
any additional cost.

The contractor shall strive to avoid generation of cut pieces of length 15m and above, as far as
practicable, by effectively planning & executing the construction works.

7.4 While carrying out material appropriation with the Contractor, the above points shall be taken
into account. All serviceable materials returned by the Contractor (size wise & category wise)
shall be deducted from the quantity(ies) issued to the Contractor for the respective sizes.
Scrap generated for power cable and control cable shall also be returned to Owner's store on
Lot basis. Wherever applicable, the recovery at penal rates as per clause 2.3 above shall be
affected from the contractor.

8.0 LINE P1PES

8.1 All bare/ coated line pipes as per Line Pipe specifications shall be issued on linear
measurement basis. The serviceable line pipes shall be issued in available lengths and shapes
and no claim for extra payment on account of issue of non-standard length and shape shall be
entertained. Contractor shall store and maintain the line pipes in proper manner to avoid
mixing of different classes of pipes. Contractor shall maintain complete identification and
traceability at all times. Al1 cut pieces when returned to Owner's storage points after beveling,
shall be considered as serviceable material provided:

a) Corrosion Protection Coating is intact.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL —All rights reserved

Page 355 of 1870


STANDARD No.
k5-1
1 2,zi& ENGINEEFZS CONDITIONS FOR ISSUE AND
$1g-ar 22-
rt~dg-
Nyry INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
Govt ol Indo Undettakingt
Page 8 of 9

b) Pipe pieces have pipe specifications, manufacturer's logo/name and heat number duly
authenticated with hard stamp of the authorized inspector as per approved procedure.

A11 cut pieces of pipes measuring less than 2 M shall be treated as wastage/scrap.

The contractor shall strive to avoid generation of cut pieces of length 2m and above, as far as
practicable, by effectively planning & executing the construction works.

8.2 For the purpose of accounting of bare/ coated line pipes, following allowances shall be
permitted:

a) Unaccountable wastage
- upto 100 Km 0.1%
- 101 to 500 Km 0.07%
- beyond 500 Km 0.05%

b) Scrap (All cut pieces of pipes measuring 0.25%


less than 2 Meter)

c) Serviceable materials (All cut pieces of pipe 0.5%


measuring 2 Meter and above)

The percentage allowance shall be accounted on the basis of pipe book chainage for main
pipeline.

8.3 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

9.0 OPTICAL FIBRE CABLE

9.1 For the purpose of accounting of optical fibre cable, all cut pieces measuring in length of 40 m
and above when retumed to Owner's storage points shall be treated as serviceable materials.
All cut pieces of cable measuring less than 40 M shall be treated as scrap.

For the purpose of accounting of OFC (Optical Fibre Cable) following allowances shall be
permitted:

a) Unaccountable wastage 0.5%


b) Scrap (A11 cut pieces of cables measuring less than 40 M) 0.25%
c) Serviceable material (measuring 40m to 750m) 0.25%

The percentage allowance shall be accounted on the basis of pipe book chainage for main
pipeline.

Cables returned in original drum (measuring 750m and above) with Optical Time Domain
Report (OTDR) shall be considered as unused material.

9.2 The contractor shall strive to avoid generation of cut pieces of length 40m and above, as far as
practicable, by effectively planning & executing the construction works.

9.3 Material appropriation shall be done and wherever applicable, the recovery at penal rates as
per clause 2.3 above shall be affected from the contractor.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 356 of 1870


STANDARD No.
ENGINEERS CONDITIONS FOR ISSUE AND
INDIA LIMITED RECONCILIATION OF MATERIALS 7-82-0001 Rev. 1
IA Govt of Indo Undertaking)
Page 9 of 9

10.0 OFC JOINTING KITS

The Contractor shall make a schedule for use of Cable jointing kits and get the same approved
from Engineer-in-charge. The quantity mentioned in this schedule shall be termed as
`planned' usage quantity which shall be issued to the Contractor. However, any jointing based
on site requirements as decided by Engineer-in-charge shall be included in planned quantity.

Any unplanned jointing required to be carried out by the Contractor due to reasons not
attributable to Owner/EIL shall be issued from spare quantity, if available with Owner. Such
unplanned OFC Jointing Kits shall be charged from the contractor at penal rates as per clause
2.3 above.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 357 of 1870


LPG import facilities Project Annexure-XIII to SCC: Integrity Pact
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job Number: A872

INTEGRITY PACT

[ANNEXURE - XIII TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 358 of 1870


Page 359 of 1870
Page 360 of 1870
Page 361 of 1870
Page 362 of 1870
Page 363 of 1870
SPECIFICATION FOR STANDARD SPECIFICATION No.

101 ENGINEERS DOCUMENTATION
g
** el!2RAfi'aA
IAIRON
g
Meavow INDIA LIMITED
IA GoN. Of India Undeftakingi
REQUIREMENTS FROM
6-78-0002 Rev. 1
CONTRACTORS Page 1 of 8

-4-4-<R1 51(t)01
tr-g 1-4-4vr

SPECIFICATION FOR
DOCUMENTATION REQUIREMENTS
FROM CONTRACTORS

QMS QMS
1 12.03.15 General Revision Standards Standards MPJ SC
Committee Committee

QMS QMS
0 04.06.09 Issued as Standard Specification Standards Standards SCT ND
Committee Committee
Standards Standards
Prepared Checked Committee Bureau
Rev.
Date Purpose by by Convener Chairman
No
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 364 of 1870


SPECIFICATION FOR STANDARD SPECIFICATION
k311 ei ENGINEERS DOCUMENTATION No.
51g-a 015teg INDIA LIMITED 6-78-0002 Rev. 1
1.1FA 2IETIN

IA Govt of India undertaking) REQUIREMENTS FROM
CONTRACTORS Page 2 of 8

Abbreviations:

DCI - Document Control Index


eDMS - Electronic Document Management System
FOA - Fax of Acceptance
HOD - Head of Division / Department
IC - Inspection Certificate
IRN - Inspection Release Note
ITP - Inspection and Test Plan
LOA - Letter of Acceptance
MOU - Memorandum of Understanding
QMS - Quality Management System
URL - Universal Resource Locator

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 365 of 1870


SPECIFICATION FOR STANDARD SPECIFICATION


adaelei m,4 ENGINEERS DOCUMENTATION No.
$1fgar 051ft INDIA UMITED
Merl evensmaR3sTWIl (A Govt of India UndertakIng) REQUIREMENTS FROM 6-78-0002 Rev. 1
CONTRACTORS Page 3 of 8

CONTENTS

Clause Title Page


No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 DOCUMENTATION REQUIREMENTS 4

Attachments

Format for completeness of Final Documentation Format No. 3-78-0004

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 366 of 1870


SPECIFICATION FOR STANDARD SPECIFICATION
k391-4elei TEED ENGINERS DOCUMENTATION No.
INDIA EL IMITED 6-78-0002 Rev. 1
lit15reg, IA Govt al India Undertaking) REQUIREMENTS FROM
CONTRACTORS Page 4 of 8

1.0 SCOPE

This specification establishes the Documentation Requirements from Contractors

All documents/data against the Tender / Contract shall be developed and submitted
to ElUOwner by the contractor for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Contractor

For the purpose of this specification, the word "CONTRACTOR" means the
person(s), firm, company or organization who is under the process of being
contracted by EIL / Owner for delivery of some products and services. The word is
considered synonymous to bidder, supplier or vendor.

2.2 Owner

Owner means the owner of the project for which services / products are being
purchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements


from Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Documents/Data to be submitted by the Contractor

4.1.1 The contractor shall submit the documents and data against the Tender/Contract as
per the list specified in respective Tender/Contract.

4.1.2 Review of the contractor drawings by EIL would be only to review the compatibility
with basic designs and concepts and in no way absolve the contractor of his
responsibility/contractual obligation to comply with Tender/Contract requirements,
applicable codes, specifications and statutory rules/regulations. Any error/deficiency
noticed during any stage of manufacturing/execution/installation shall be promptly
corrected by the contractor without any extra cost or time, whether or not comments
on the same were received from EIL during the drawing review stage.

4.1.3 Unless otherwise specified, submission of documents for Review/Records shall


commence as follows from the date of Fax of Intent / Letter of Intent/ Fax of
Acceptance (FOA)/ Letter of Acceptance (LOA):

QMS - 1week
Drawing/Document Control Index - 2weeks
Other Documents/Drawings - As per approved Drawing/Document Control
Index/Schedule

4.1.4 Documents as specified in Tender/Contract are minimum requirements. Contractor


shall submit any other document/data required for completion of the job as per
EIL/Owner instructions.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved

Page 367 of 1870


SPECIFICATION FOR STANDARD SPECIFICATION
ei ENGINEERS No.
acs INDIA LIMITED
IA Govt of India Undertaking)
DOCUMENTATION
REQUIREMENTS FROM 6-78-0002 Rev. 1
CONTRACTORS Page 5 of 8

4.2 Style and Formatting

4.2.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.2.2 Before submitting the drawings and documents, contractor shall ensure that the
following information are properly entered in each drawing:

Tender Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Owner
Main Contractor (if work is sub-contracted)
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date

4.3 Review and Approval of Documents by Contractor

4.3.1 The Drawing/Documents shall be reviewed, checked, approved and duly


signed/stamped by contractor before submission. Revision number shall be changed
during submission of the revised contractor documents and all revisions shall be
highlighted by clouds. Whenever the contractor require any sub- contractor drawings
to be reviewed by EIL, the same shall be submitted by the contractor after duly
reviewed, approved and stamped by the contractor. Direct submission of sub-
contractor's drawings without contractor's approval shall not be entertained.

4.4 Document Category

4.4.1 Review Category

Following review codes shall be used for review of contractor Drawings/Documents:

Review Code 1 No comments. Proceed with manufacture/


fabrication/ Construction as per the document.
Review Code 2 Proceed with manufacture/ fabrication/
Construction as per commented document.
Revised document required
Review Code 3 Document does not conform to basic
requirements as marked. Resubmit for review
R Document is retained for Records. Proceed with
manufacture/ fabrication
V Void

4.5 Methodology for Submission of Documents to EIL/Owner

4.5.1 Document Control Index (DCI)


Contractor shall create and submit Document Control Index (DCI) for review based on
PO/PR/MR along with schedule date of submission of each drawing/document on EIL
eDMS. The DCI shall be specific with regard to drawing/document no. and the exact
title. Proper sequencing of the drawings/documents should be ensured in schedule
date of submission.


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved

Page 368 of 1870


SPECIFICATION FOR STANDARD SPECIFICATION


ENGINEERS DOCUMENTATION No.
INDIA LIMITED 6-78-0002 Rev. 1
tra /A Govt of India Undertaking) REQUIREMENTS FROM
CONTRACTORS Page 6 of 8

4.5.2 Submission of Drawings/Documents


Drawings/documents and data shall be uploaded on the EIL eDMS Portal. The detail
guidelines for uploading documents on EIL eDMS Portal are available on following
URL
http://edocx.ei Lco. i n/vporta I

4.5.3 Statutory Approvals


Wherever approval by any statutory body is required to be taken by Contractor, the
Contractor shall submit copy of approval by the authority to EIL.
4.5.4 Details of Contact Persons of Contractor
After placement of order contractor shall assign a Project Manager for that order. The
details are to be filled online through the portal. The details include e-mail address,
mailing address, telephone nos., fax nos. and name of Project Manager. All the system
generated emails pertaining to that order shall be sent to the assigned Project
Manager.
4.5.5 Schedule and Progress Reporting
Contractor shall submit monthly progress report and updated procurement,
engineering and manufacturing status (schedule vs. actual) every month. First report
shall be submitted within 2 weeks from FOA/LOA. In case of exigencies, EIL/Owner
can ask for report submission as required on weekly/fortnightly/adhoc basis depending
upon supply status and contractor shall furnish such reports promptly without any price
implication. Format for progress report shall be submitted by the contractor during
kick off meeting or within one week of receiving FOA/LOA, whichever is earlier.

4.5.6 Quality Assurance Plan/Inspection and Test Plan


Inspection and test plans attached if any, to the tender are generic and indicative only.
Immediately after receipt of the order, contractor shall submit within one week of
receiving FOA/LOA, job specific ITPs based on the indicative ITPs. Further, contractor
shall also submit Quality Assurance Plan for project activities in the scope of contract,
starting from manufacturing to handing over/ commissioning, these plans shall
cover/identify the activities, relevant procedure, if any, code of conformance,
resources for performance and checking/monitoring, approval requirements and
authority, records to be generated and audit scope by EIL/Owner.
For EPCC/LSTK/Package contracts, the contractor shall prepare a list of items/
equipments and their inspection categorization plans for all items included in the scope
of supply immediately after receipt of order and obtain approval for the same from EIL.
The items shall be categorized into different categories depending upon their criticality
for the scope of inspection of TPIA and/or EIL.

4.5.7 Inspection Release Note (IRN)/ Inspection Certificate (IC)


Contractor shall ensure that all documents viz. documents reviewed, manufacture's
test certificate etc., mentioned in Inspection Release Note(IRN), issued by EIL/third
party against the materials supplied by contractor., are sent to EIL along with the IRN.
IRN/ IC shall be issued by EIL Inspector/ third party inspection agency only after all
the drawings/documents as per DCI are submitted and are accepted under review
code-1 & code R. Material/Equipments dispatch from contractor's/sub vender's works
shall not commence till above condition is met.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 369 of 1870


SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
Ogof IOM 0,1.I
INDIA LIMITED
(A Govt W Indio Undertalung) REQUIREMENTS FROM 6-78-0002 Rev. 1
CONTRACTORS Page 7 of 8

Note: Non fulfilling above requirement shall result into appropriate penalty or with-
holding of payment as per conditions of Tender/Contract.

4.6 Final Documentation


4.6.1 As built Drawings
Shop/Site changes made by contractor after approval of drawings under 'Code 1' by
EIL and deviations granted through online system , if any, shall be marked in hard
copies of drawings which shall then be stamped 'As-built' by the contractor. These
'As-built' drawings shall be reviewed and stamped by EIL Inspector/Site
engineer/TPIA also. Format for completeness of final documents (Format No. 3-78-
0004) is attached with this specification. Contractor shall prepare scanned images
files of all marked — up 'As — built' drawings. Simultaneously contractor shall
incorporate the shop/site changes in the native soft files of the drawings also.
4.6.2 As built Final Documents
As built final documents shall be submitted as listed in Tender/Contract.
4.6.3 Packing/Presentation of Final Documents

Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be
inserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm)
with an extra strip of 12 mm wide for punching so that drawings are well placed.

Final Documentation shall be bound in hard board plastic folder(s) of size 265 mm x
315 mm (10 1 /2 inch x 12 1 /2 inch) and shall not be more that 75 mm thick. It may be of
several volumes and each volume shall have a volume number, index of volumes and
index of contents of that particular volume. Where numbers of volumes are more,
90mm thickness can be used. Each volume shall have top PVC sheet of minimum
0.15 mm thick duly fixed and pressed on folder cover and will have 2 lever clips. In
case of imported items documents, 4 lever clip shall also be accepted. All four corners
of folders shall be properly metal clamped. Indexing of contents with page numbering
must be incorporated by contractor. Spiral/Spico bound documents shall not be
acceptable. As mentioned above, books should be in hard board plastic folders with
sheets punched and having 2/4 lever clips arrangement.

Each volume shall contain on cover a title block indicating Tender No., name of project,
name of customer, package equipment tag no. & name (if applicable). Each volume
will have hard front cover and a reinforced spine to fit thickness of book. These spines
will also have the title printed on them. Title shall include also volume number (say 11
of 15) etc.

4.6.4 Submission of Soft copies


Contractor shall submit to EIL, the scanned images files as well as the native files of
drawings/documents, along with proper index.
In addition to hard copies, contractor shall submit electronic file (CD-ROM) covering
soft copies of all the final drawings and documents, all text documents prepared on
computer, scanned images of all important documents (not available as soft files), all
relevant catalogues, manuals available as soft files (editable copies of drawings/text
documents, while for catalogues/manuals/proprietary information and data PDF files
can be furnished).
All the above documents shall also be uploaded on the EIL eDMS portal.


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 370 of 1870


SPECIFICATION FOR STANDARD SPECIFICATION
laraeles ENGINEERS DOCUMENTATION No.
Ogell 22-eg W INDIA LIMITED 6-78-0002 Rev. 1
(A Govt of India Undertaking) REQUIREMENTS FROM
CONTRACTORS Page 8 of 8

4.6.5 Completeness of Final Documentation


Contractor shall get the completeness of final documentation verified by EIL/TPIA and
attach the Format for Completeness of Final Documentation (Format No. 3-78-0004)
duly signed by EIL or TPIA as applicable to the document folder.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 371 of 1870



COMPLETENESS OF FINAL
fEr) ENGINEERS DOCUMENTATION
$afg7:11 tel5leg
Men eRali• 4,30.0
INDIA LIMITED
(A Gort of hula Undertakog)

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor
Customer
Project
EIL's Job No.
Purchase Order No./
Contract No.

Purchase Requisition No./


Tender No. Rev. No. :

Name of the Work/


Equipment

Tag. No.
Supplier's/ Contractor's
Works Order No.

Certified that the Engineering Documents/ Manufacturing & Test Certificates submitted by the
supplier are complete in accordance with the Vendor Data Requirements of Purchase
Requisition.

Signature Signature
Date Date
Name Name
Designation Designation
Department Department

Supplier/Contractor EIL/TPIA

arTilittl/APPROVED
gTffTeR/ Sig
eilegiltk
tvi . ...........
.....
4/ Name: ......... .. . ......
..................
f4-41--/ Date: ..... ••••••• .... ......

Format No. 3-78-0004, Rev. 1/ 12.03.2015 Copyright EIL — All rights reserved

Page 372 of 1870


LPG import facilities Project Annexure-XV to SCC
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job Number: A872 Sheet 1 of 2

METHODOLOGY FOR PROCURMENT OF


STRUCTURAL STEEL, TMT BARS & CEMENT
BY CONTRACTORS

Engineers India Limited


New Delhi

Page 373 of 1870


LPG import facilities Project Annexure-XV to SCC
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job Number: A872 Sheet 2 of 2

1. METHODOLOGY FOR ACCEPTANCE OF CEMENT MANUFACTURERS

1.1 The contractor shall procure 43 grade ordinary Portland cement Conforming to IS
8112/Portland Pozzolana Cement conforming to IS:1489 (part-l) as required in the work, from
the reputed manufacturer of cement such as ACC, Ultratech, Vikram, Shree Cement, Ambuja,
Jaypee Cement, Century Cement, J.K. Cement or from any other reputed Cement
manufacturer having a production capacity not less than one million tonnes per annum as
approved by ADG for that sub region

1.2 Tests after receipt of cement at site:

Each batch of cement (week wise as mentioned on cement bags) supplied by the contractor
after delivery at site shall be subjected to the tests and analysis required by the relevant
Indian Standard Codes. The contractor shall carry out and bear the cost of all tests and
analysis to ensure quality of cement before using in actual works.

2. METHODOLOGY FOR ACCEPTANCE OF STRUCTURAL STEEL AND TMT BAR


MANUFACTURERS

2.1 The contractor shall procure TMT bars of Fe415/Fe415D/Fe500/Fe500D/Fe550/Fe550D/CRS


grade (the grade to procured is to be specified) from primary steel producers such as SAIL,
Tata Steel Ltd., RINL, Jindal Steel & Power Ltd. and JSW Steel Ltd. or any other producer as
approved by CPWD who are using iron ore as the basic raw material/input and having crude
steel capacity of 2.0 million tonnes per annum and above.

2.2 Tests after receipt of structural steel at site:

In addition to availability of valid BIS license and MTC, for each category/size of structural
steel procured, one sample from every 50 MT or part thereof shall be drawn and tested in
approved laboratory. The charges for such testing shall be borne by the contractor.

2.3 Tests after receipt of TMT bars at site:

In addition to availability of valid BIS license and MTC, sample as specified under shall be
drawn and tested in approved laboratory. The charges for such testing shall be borne by the
contractor.
Under 10mm bars, one sample for each 25 MT (or part thereof) for consignment below
100 MT and one sample each 40 MT (or part thereof) for consignment above 100 MT shall be
tested.
For 10mm to 16mm bars, one sample for each 35MT (or part thereof) for consignment
below 100 MT and one sample each 45 MT (or part thereof) for consignment above 100 MT
shall be tested.
Over 16mm bars one sample for each 45 MT (or part thereof) for consignment below 100
MT and one sample each 50 MT (or part thereof) for consignment above 100 MT shall be
tested.

Engineers India Limited


New Delhi

Page 374 of 1870


LPG import facilities Project Annexure-XVI to SCC
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING
Job Number: A872

CALIBRATION REQUIREMENTS OF
MONITORING AND MEASURING
DEVICES AT CONSTRUCTION SITES

[ANNEXURE - XVI TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 375 of 1870


CALIBRATION REQUIREMENTS OF STANDARD No.
151MTRY ENGINEERS MONITORING AND MESURING DEVICES AT
INDIA LIMITED 7-82-0002 Rev. 0
*igiriaRteg, (A Govt of India Undertaking) CONSTRUCTION SITES Page 1 of 5

1-3=fro-r r4-4- urT PdRicril


1 cHILIA
armeicbdi

CALIBRATION REQUIREMENTS OF
MONITORING AND MEASURING
DEVICES AT CONSTRUCTION SITES

'3-
0 28.04.2015 Issued as Standard
DJ /k MD SC
Standards Standards
Rev. Prepared Checked Committee Bureau
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 376 of 1870


lafaZIE'T CALIBRATION REQUIREMENTS OF STANDARD No.
ENGINEERS
5.ge1105ieg INDIA LIMITED MONITORING AND MEASURING DEVICES 7-82-0002 Rev. 0
141R7f ERP12 051.740,71)
(AGO
of
In AT CONSTRUCTION SITES
Undertaking)
Page 2 of 5

Abbreviations:

ABS ABS Consultancy


BIS Bureau of Indian Standards
BV Bureau Veritas
CELL Certification Engineers International Ltd.
DNV Det Norske Veritas
IRS Indian Registrar for Shipping
LRS Llyod's Register Group Limited
NABL National Accreditation Board for Testing and Calibration Laboratories
PMI Positive Material Identification

Construction Standards Committee

Convenor: Sh. M Deshpande, ED (Construction)

Members: Sh. S N Bhatnagar, GM (Construction)


Sh. Rakesh Nanda, GM (Piping)
Sh. Rajeev Jain, DGM, (C&P)
Sh. Janak Kishore , DGM (Projects)
Sh. Ravindra Kumar , AGM (Construction)
Sh. D Jana, AGM (Construction)


Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — An rights reserved

Page 377 of 1870


ENGINEERS CALIBRATION REQUIREMENTS OF STANDARD No.
e.if fetiaieU INDIA UMITED MONITORING AND MEASURING DEVICES 7-82-0002 Rev. 0
Iffllerr eleasteaxamni) Inda
ovt of
IAG AT CONSTRUCTION SITES
Undertalong)
Page 3 of 5

Requirement for control of monitoring and measuring devices.

SI.
Description Calibration requirements Frequency Remarks
No.
A. Civil-Survey
Theodolite To check for permanent once in a year or Record to be
adjustments by traversing project duration maintained
and observing the closing whichever is earlier (See note below)
error
Levels To check by Backsight/ Every use Record to
Foresight readings, the be maintained
temporary adjustments of (See note below)
level
A.3. Steel measurement ---- ---- "Freemans"
tapes make or BIS
approved make
shall be used.
Mutilated, or
broken tapes
shall not be
used.
c. Marking on the
tape shall be
legible

A.4. Cross staff --- --- Same as 3b&3c


above
Distomat Actual Physical Before using Records to be
Verification at Site first time at site maintained
Total Station To check for permanent once in a year or Record to be
adjustments by traversing project duration maintained
and observing the closing whichever is earlier (See note below)
error,etc.
B. Civil Laboratory
All balances- Check for zero error Whenever used ---
Mechanical
Weigh Calibration of scales Once in three Records to be
Batcher/Batching Months maintained
Plant
Cube testing Calibration certificate from As per Records to be
machine manufacturers or from manufacturer maintained
reputed calibrating agency. specification or
once a year
whichever is earlier
Moisture Meter Calibration of scales 6 months Records to be
maintained

Note: If Error is found, it has to be sent to manufacturers or their authorized agents for
rectification and certification. Reputed calibrating agency shall be NABL
accredited for relevant testing.


Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 378 of 1870


CALIBRATION REQUIREMENTS OF STANDARD No.
ENGINEERS
INDIA LIMITED MONITORING AND MEASURING DEVICES 7-82-0002 Rev. 0
1.27.1eResrv mows° (A Govt. of India Undertaking)
AT CONSTRUCTION SITES Page 4 of 5

Sl.
Description Calibration requirements Frequency Remarks
No.
C. Mechanical/ Electrical/Welding
C.1 Pressure Gauges Calibration certificate from Once in 6 months Records to be
reputed laboratories or maintained
calibrate by dead weight
testers with standard weights
or with master Gauge
C.2 Dial gauges Check for Zero Error Whenever used ---
C.3 Dead Weight Calibration from As per Records
Tester manufacturer or reputed manufacturer's (Calibration
Calibrating agency. recommendation or certificate) to
Calibration certificate shall once in a six month be maintained
not be older than one month whichever is
from the date of earlier.
mobilization.
C.4 Vernier caliper/ Check for Zero error Whenever used ---
screw gauge
C.5 Holiday tester Calibration from Once in 6 months Records to
manufacturer or reputed be maintained
calibrating agency or by
calibrating by zeep meter.

C.6 Elcometer Check with standard test Before use Records to


films supplied by the be maintained
manufactures
C.7 Universal Testing Calibration Certificate As per Records to
Machine from any reputed third party manufacturer's be maintained
inspection agency. viz, recommendation or
CEIL, LRS, BV, ABS, DNV once a year
or IRS. whichever is earlier
C.8 Charpy V-notch Calibration Certificate As per Records to be
Impact testing from any reputed third party manufacturer's maintained
machine inspection agency. viz, recommendation or
CEIL, LRS, BV, ABS, DNV once in a year
or IRS. whichever is earlier
C.9 Hardness Testing Check with the standard test Before use Records to be
Machine block supplied with the maintained
machine as per
manufacturer's
Recommendation
C.10 Chemical Analysis Check with the Before use Records to be
,ex :PMI etc. standard samples maintained
C.11 Various Digital Calibration Certificate from Once in Six Records to be
and Analog reputed laboratories or the Months or as per maintained
meters manufacturer manufacturer's
recommendation
whichever is
earlier.

Note: If Error is found, it has to be sent to manufacturers or their authorized agents for
rectification and certification. Reputed calibrating agency shall be NABL
accredited for relevant testing.

Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 379 of 1870


CALIBRATION REQUIREMENTS OF STANDARD No.
lalfteq ENGINEERS
eig em Eitateg INDIA LIMITED MONITORING AND MEASURING DEVICES 7-82-0002 Rev. 0
1.41V, eleCAU mom) (A Govt of India Undertaking)
AT CONSTRUCTION SITES Page 5 of 5

SI.
Description Calibration requirements Frequency Remarks
No.
C.12 Variable current, Calibration Certificate from Once in Six Records to be
voltage and reputed months maintained
resistance laboratories
generators
C.13 Temperature/ Calibration from Once in Six Records to be
Pressure Recorders manufacturer or any months maintained
reputed calibrating
agency
C.15 Temperature Calibration Certificate Once in Six months To be discarded
gauges from reputed in case of damage
laboratories or malfunctioning
C.16 Thermocouples Manufacturer's Certificate or --- ---
Chemical Check
C.17 Vibration probes Calibration from Once in a year To be discarded
reputed laboratory in case of
damage or
malfunctioning
C.18 Decibel-meter Calibration from Once in a Year - do -
reputed laboratory

Note: If Error is found, it has to be sent to manufacturers or their agents for rectification
and certification & reputed laboratory shall be NABL accredited for relevant
testing.


Format No. 8-00-0001-F2 Rev. 0 Copyright EIL — All rights reserved

Page 380 of 1870


LPG import facilities Project Annexure-XVII to SCC
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING

Job Number: A872 Page 1 of 2

RELEASE OF FRONT TO THE


CONTRACTOR
[ANNEXURE - XVII TO SPECIAL CONDITIONS OF CONTRACT]

Engineers India Limited


New Delhi

Page 381 of 1870


LPG import facilities Project Annexure-XVII to SCC
Bharat Petroleum Corporation Limited BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDING

Job Number: A872 Page 2 of 2


1. Fronts shall be released to the Contractor as per the following schedule:

Physical front Remarks

On award of work 60% encumbrance


free site
At 25% of time 100% Time extension due to non-availability of
period Physical front shall be considered only if the
progress of work is corresponding to the work
fronts released.

Note:- The above time period shall be read as contractual completion period as mentioned in
the Fax of Acceptance.

Engineers India Limited


New Delhi

Page 382 of 1870


Annexure-XVIII to SCC

Page 383 of 1870


GENERAL CONDITIONS OF CONTRACT
(GCC)

BHARAT PETROLEUM CORPORATION LIMITED

Page 384 of 1870


INDEX

SECTION / DETAILS
CLAUSE
I DEFINITION OF TERMS
II GENERAL INFORMATION ABOUT SITE
2.1 LOCATION OF SITE & ACCESSIBILITY
2.2 SCOPE OF WORK
2.3 WATER SUPPLY, POWER SUPPLY AND OWNER’S LAND FOR CONTRACTOR’S FIELD, GODOWN AND
WORKSHOP
2.4 SAFETY STANDARDS FOR TEMPORARY BUILDINGS
III GENERAL INSTRUCTION FOR THE TENDERER
3 SUBMISSION OF TENDER
4 DOCUMENTS
5 PURCHASE PREFERENCE
6(a) EARNEST MONEY
6(b) CONVERSION OF EMD TO SECURITY DEPOSIT
7 TENDER VALIDITY
7A FIRMNESS OF QUOTE
7B LANGUAGE OF BID
7C CURRENCIES OF BID & PAYMENT
8 ADDENDA / CORRIGENDA
9 RIGHT OF OWNER TO ACCEPT OR REJECT TENDER
10 A INTEGRITY PACT (IP)
10 B HOLIDAY LISTING
10 C CONSULTANCY CONTRACTS
10 D FOREIGN BIDDERS
11 COLLECTION OF DATA TENDERER’S RESPONSIBILITY
12 TIME SCHEDULE
13 SIGNING OF THE CONTRACT
14 A FIELD MANAGEMENT
14B RETIRED GOVERNMENT OR COMPANY OFFICER
IV INTERPRETATION OF CONTRACT DOCUMENTS
15 INTERPRETATION OF CONTRACT DOCUMENT
16 SPECIAL CONDITIONS OF CONTRACT
17 CONTRACTOR TO OBTAIN HIS OWN INFORMATION
18 SECURITY DEPOSIT TOWARDS PERFORMANCE/RETENTION MONEY
19 TIME OF PERFORMANCE
20 FORCE MAJEURE
21 EXTENSION OF TIME
22 LIQUIDATED DAMAGES FOR DELAY
23 SUM PAYABLE BY WAY OF COMPENSATION TO BE CONSIDERED AS REASONABLE COMPENSATION
WITHOUT REFERENCE TO ACTUAL LOSS
24 TERMINATION / OFFLOADING
25 FORFEITURE OF SECURITY DEPOSIT
26 ACTION WHEN WHOLE OF SECURITY DEPOSIT IS FORFEITED
27 CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION IF ACTION NOT TAKEN UNDER CLAUSE 26
28 NO COMPENSATION FOR ALTERATION IN OR RESTRICTION OF WO9RK
29 CHANGES IN CONSTITUTION OF THE CONTRACTOR
30 IF THE CONTRACTOR DIES
31 EMPLOYEES OF THE OWNER NOT INDIVIDUALLY LIABLE
32 OWNER NOT BOUND BY PERSONAL REPRESENTATIONS
33 CONTRACTOR’S OFFICE AT SITE
34 CONTRACTOR’S SUBORDINATE STAFF AND THEIR CONDUCTS
35 SUB-LETTING OF WORK
36 POWER OF ENTRY
37 CONTRACTOR’S RESPONSIBILITY WITH OTHER AGENCIES
38 OTHER AGENTS AT SITE
39 NOTICES
40 RIGHTS OF VARIOUS INTERESTS
41 RIGHT OF OWNER TO DETERMINE / TERMINATE CONTRACT
42 PATENTS AND ROYALTIES
43 LIENS
44 OPERATION OF CONTRACT
V PERFORMANCE OF WORK

Page 385 of 1870


45 EXECUTION OF WORKS
46 COORDINATION AND INSPECTION OF WORK
47 WORK IN MONSOON AND DEWATERING
48 WORK ON SUNDAYS AND HOLIDAYS
49 GENERAL CONDITIONS FOR CONSTRUCTION AND ERECTION WORK
50 DRAWINGS TO BE SUPPLIED BY THE OWNER
51 DRAWINGS TO BE SUPPLIED BY THE CONTRACTOR
52 SETTING OUT WORKS
53 RESPONSIBILITY FOR LEVEL AND ALIGNMENT
54 MATERIALS TO BE SUPPLIED BY CONTRACTOR
55 MATERIALS SUPPLIED BY OWNER
56 CONDITIONS FOR ISSUE OF MATERIALS
57 MATERIALS PROCURED WITH ASSISTANCE OF OWNER
58 MATERIALS OBTAINED FROM DISMANTLING
59 ARTICLES OF VALUE FOUND
60 DISCREPANCIES BETWEEN INSTRUCTIONS
61 ALTERATIONS IN SPECIFICATIONS AND DESIGNS AND EXTRA WORK
62 ACTION WHERE NO SPECIFICATIONS ISSUED
63 ABNORMAL RATES
64 INSPECTION OF WORK
65 ASSISTANCE TO THE ENGINEERS
66 TESTS FOR QUALITY OF WORKS
67 SAMPLES
68 ACTION AND COMPENSATION IN CASE OF BAD WORK
69 SUSPENSION OF WORKS
70 OWNER MAY DO PART OF WORK
71 POSSESSION PRIOR TO COMPLETION
72 PERIOD OF LIABILITY FROM THE DATE OF COMPLETION OF WORK
VI BILLS / MEASUREMENT / PAYMENT
73 SCHEDULE OF RATES AND PAYMENTS
74 PROCEDURE FOR MEASUREMENT / BILLING OF WORK IN PROGRESS
75 LUMPSUMS IN TENDER
76 RUNNING ACCOUNT PAYMENTS TO BE REGARDED AS ADVANCES
77 EXTRA WORK
78 PAYMENT OF CONTRACTOR’S BILL
79 MODE OF PAYMENT
80 COMPLETION CERTIFICATE
81 FINAL DECISION AND FINAL CERTIFICATE
82 CERTIFICATE FOR PAYMENTS AND EVIDENCE OF COMPLETION
VII TAXES / DUTIES / INSURANCE
83 TAXES, DUTIES, OCTROI, ETC.
84 INSURANCE
85 DAMAGE TO PROPERTY
VIII LABOUR LAWS AND OTHER REGULATIONS
86 LABOUR LAWS
87 IMPLEMENTATION OF APPRENTICES ACT, 1961
88 CONTRACTOR TO INDEMNIFY THE OWNER
89 A HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS
89 B MEDICAL FITNESS CERTIFICATION
90 SAFETY REGULATIONS
91 A ARBITRATION
91 B SETTLEMENT OF DISPUTES BETWEEN PUBLIC SECTOR UNDERTAKING/ PUBLIC SECTOR
ENTERPRISES/ GOVERNMENT DEPARTMENT
92 JURISDICTION
93 ORDER PRECEDENCE
94 LIMITATION OF LIABILITY
95 TERMINATION FOR CONVENIENCE
96 VARIATION IN CONTRACT VALUE
IX VARIOUS PROFORMA
ANNEXURE 1 PROFORMA OF AGREEMENT
ANNEXURE 2 PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY /INITIAL / FULL SECURITY DEPOSIT
ANNEXURE 3 PROFORMA OF BANK GUARANTEE FOR MOBILIZATION ADVANCE
ANNEXURE 4 PROFORMA OF BANK GUARANTEE TOWARDS ADVANCE
ANNEXURE 5 PROFORMA FOR TAX RESIDENCY CERTIFICATE FOR FOREIGN BIDDERS
ANNEXURE 6 FORM 10 F
3

Page 386 of 1870


ANNEXURE 7 INTEGRITY PACT
ACKNOWLEDGEMENT

Page 387 of 1870


GENERAL CONDITIONS OF CONTRACT

SECTION - I
DEFINITION OF TERMS
In the contract documents as herein defined where the context so admits, the following words and expressions will have
following meanings :
1) “The Owner/Company/BPCL” means the Bharat Petroleum Corporation Limited, incorporated in India having its
registered office at 4 & 6, Currimbhoy Road, Ballard Estate, Mumbai - 400 038 or their successors or assigns
2) “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 representative, his successor and permitted assigns.
3) The “Managing Director” shall mean the Chairman and Managing Director of the Bharat Petroleum Corporation
Limited or his successor in office designated by the Owner.
4) The “Engineer-in-Charge” shall mean the person designated as such by the Owner and shall include those who are
expressly authorised by the Owner to act for and on his behalf for operation of this contract.
5) 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 required for purpose of the contract.
6) The “Permanent Work” means and includes works which will be incorporated in and form a part of the work to be
handed over to the Owner by the Contractor on completion of the contract.
7) The “Construction Equipment” means all appliances, Tools/Tackles and equipment of whatsoever nature for the
use in or for the execution, completion, operation or maintenance of the work unless intended to form part of the
Permanent work.
8) The “Site” means the areas on which the permanent works are to be executed or carried out and any other places
provided by the Owner for purpose of the contract.
9) The “Contract Document” means collectively the Tender Document. Designs. Drawings or Specifications, agreed
variations, if any, and such other document constituting the tender and acceptance thereof.
10) The “Consultant” means the consulting engineers Nominated/appointed by the Owner for this Project / job.
11) 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 written consent of the Engineer-in-Charge, and the legal
personal representatives, successors and permitted assigns of such person, firm or company.
12) The “Contract” shall mean the Agreement between the Owner and the Contractor for the execution of the works
including therein all contract documents.
13) The “Specification” shall mean the various technical specifications attached and referred to in the tender
documents. It shall also include the latest editions, including all addenda/corrigenda, of relevant Indian Standard
Specification, specifications of the other country published before entering into Contract.
14) 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, furnished or approved in writing by
the Engineer-in-Charge.
15) The “Tender” means the tender submitted by the Contractor for acceptance by the Owner.
16) The “Alteration Order” means an order given in writing by the Engineer-in-Charge to effect additions to or deletion
from and alterations in the works.
17) The “Completion Certificate” shall mean the certificate to be issued by the Engineer-in-Charge to the contractor
when the works have been completed to his satisfaction.
18) The “Final Certificate” in relation to a work means the certificate issued by the Engineer-in-Charge after the period
of liability is over for releasing the retention money/PBG.
19) The “Period of Liability” in relation to a work means the specified period during which the Contractor stands
responsible for rectifying all defects that may appear in the works.

Page 388 of 1870


SECTION - II
GENERAL INFORMATION ABOUT SITE

2.1 LOCATION OF SITE & ACCESSIBILITY:

The site location is described in the Special Conditions of Contract which may be within the premises of existing
Refinery. The intending tenderer should inspect the site and make himself familiar with site conditions and available
facilities.

Entry into the BPCL areas is restricted depending on location/site. Only pass holders as also vehicles with special
permits are permitted in such restricted areas. Inside the premises access to various work spots is also further
regulated by permits issued for each area.

Non-availability of access roads or permits for entry of vehicles/equipment to any specific area shall in no case be
the cause to condone any delay in execution of works or be the cause for any claims or extra compensations.

2.2 SCOPE OF WORK

The scope of work is defined in the Special Conditions of Contract and specifications. The Contractor shall provide
all necessary materials, equipments / Tools and Tackles / Supervision / labour etc. for the execution and
maintenance of the work till completion unless otherwise mentioned in these tender documents. All materials that
go with the work shall be approved by Engineer-in-Charge prior to procurement and use.

2.3 WATER SUPPLY, POWER SUPPLY AND OWNER’S LAND FOR CONTRACTOR’S FIELD, GODOWN AND
WORKSHOP:

Unless otherwise provided under Special Conditions of Contract, the tenderer will have to make his own
arrangement for supply of water and power.

The tenderer should visit the site and acquaint himself with site conditions, availability of water, electricity, approach
roads, construction materials as per specifications, shelter for his staff, etc. since these are to be provided/arranged
by the tenderer (unless otherwise specified) at his cost.

The owner will, at his discretion and convenience based on availability for the duration of the execution of the work,
make available, land for construction of contractor’s field office, go-downs, workshop and fabrication yard required
for the execution of the contract. The contractor shall at his own cost construct all these temporary buildings and
provide suitable water supply and sanitary arrangement approved by the Engineer-in-Charge.

On completion of the works undertaken by the Contractor, he shall remove all temporary works/ shed erected by
him and have the site cleaned as directed by Engineer-in-Charge if the contractor shall fail to comply with these
requirements, the Engineer-in-charge may at the expenses of the Contractor remove such surplus and rubbish
material, dispose off the same as he deems fit and get the site cleared as aforesaid; and the contractor shall
forthwith pay the amount of all expenses so incurred and shall have no claim in respect of any such surplus
materials disposed off as aforesaid. But the Owner reserves the right to ask the Contractor any time during the
pendency of the contract to vacate the land by giving seven days notice on security reasons or on material interest
otherwise.

2.4 SAFETY STANDARDS FOR TEMPORARY BUILDINGS

All temporary buildings, sheds, workshops, field stations etc. shall be constructed in conformation with the safety
and security regulations of the owner as regards location and type of structure.

Page 389 of 1870


SECTION - III
GENERAL INSTRUCTION FOR THE TENDERER

3 SUBMISSION OF TENDER:

3.1 The quotation should be submitted only in the manner and the form prescribed in the Request For Quotation
(RFQ)/Tender enquiry.
3.2 Addenda/Corrigenda to this tender document if issued must be signed and submitted along with the tender
document. The tenderer should consider the Addenda/Corrigenda and should price the work based on revised
quantities when amendments for quantities are issued in addenda.

3.3 Tenders should always be placed in double sealed covers, superscribing Tender No. ____________ Tender for
____________________(name of job), Bharat Petroleum Corporation Limited, due for opening on
___________
The full name, postal address and telegraphic address of the tenderer shall be written on the bottom left hand
corner of the sealed cover. (This will not be applicable in the case of e-tenders) Tenders received in open condition
(priced bid) are liable to be rejected.

3.4 Instructions for two part bidding

i) The bid should be submitted in two parts viz.


a. Techno-commercial bid.
b. Price bid.
ii) Techno-commercial bid shall have the following information/details
a. Technical deviation if any.
b. Commercial deviation if any like extra taxes, duties etc.
c. Copy of price bid with prices blanked off.
d. Any other relevant information.
iii) Price Bid shall have only prices as per schedule of Rates.
iv) Techno-commercial bid and price bid shall be enclosed in two separate envelopes with the subject job, type of
bid, bidders name super-scribed on top. Both these envelopes shall be sealed in a common envelope and
submitted as specified above and in covering letter. (This will not be applicable in the case of e-tenders)

4 DOCUMENTS:

4.1 The tenders, as submitted shall include all documents/details asked for by BPCL in the RFQ/Tender enquiry.

4.2 All pages to be initialed:

Wherever signed tender documents are submitted, all signatures in the documents shall be dated, as well as all the
pages of the documents shall be initialed at the lower right hand corner and signed wherever required in the tender
papers by the tenderer or by a person holding power of attorney authorizing him to sign on behalf of the tenderer
before submission of tender. Tenders without signatures as stated above are liable to be rejected.

4.3 Rates to be in Figures and Words:

The tenderer should quote the rates in English both in figures as well as in words. Offers received without the rates
in figures and in words are liable for rejection. In case of discrepancy exists between the rate quoted in figures and
in words, the rates quoted in words will prevail.

4.4 Corrections and Erasures:

All corrections and alteration in the entries of tender papers will be signed in full by the tenderer with date. No
erasures or over-writings are permissible.

In case of priced bids containing overwriting/cuttings/erasures in the quoted rates and in case these are not
attested by the signatory of the bid, such priced bids are liable to be rejected without giving any further notice.

4.5 Signature of Tenderer:

The tender shall contain the name, residence and place of business of person or persons making the tender and
shall be signed by the tenderer with his usual signature with company stamp. Partnership firms shall furnish the full
names of all partners in the tender. It should be signed in the partnership name by all the partners or by duly
authorized representative followed by the name and designation of the person signing with company stamp.
Tender by Company or Corporation registered under the relevant companies act, shall be signed by the authorized
representative and a power of attorney in that behalf shall accompany the tender.

4.6 Transfer of tender documents issued to one intending tenderer to another is not permissible.

Page 390 of 1870


5 PURCHASE PREFERENCE:

Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference as
admissible/applicable from time to time under the existing Govt. policy.priced.

Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)
or the Scheduled tribe (ST) entrepreneurs, purchase preference as admissible/applicable from time to time under
the existing Govt. policy.

Subject to meeting terms and conditions stated in the tender document including but not
limiting to prequalification criteria, in present tender, as the tendered quantity cannot be
split due to nature of job, MSE shall be allowed for supply and installation of total
tendered quantity provided their quoted price is within a price band of L1 + 15 percent
and they match the L1 price. In case of more than one such MSEs are in the price band
of L1 + 15%, then L1 MSE will be offered first and if matches the L1 price, MSE shall be
allowed for supply and installation of total tendered quantity. If L1 MSE does not
matches L1 price, other MSES falling in range of L1+15% band will be offered in order
of L2 MSE,L3 MSE etc. until they match L1 price. No separate preference will be given
to MSE owned by Scheduled Caste & Scheduled Tribe entrepreneurs over MSE owned
by general person as quantity cannot be split in this tender.

6 EARNEST MONEY:

(a) The tenderer must submit/ deposit earnest money, if specified in the RFQ/Tender enquiry, failing which the
tender is liable to be rejected. Earnest Money Deposit shall be submitted in the form of crossed Demand Draft
in favour of “Bharat Petroleum Corporation Ltd.” / Electronic Funds Transfer to BPCL Bank Account / Bank
Guarantee executed by any Scheduled Bank approved by Reserve Bank of India (as per Proforma provided in
Annexure 2). Earnest Money Deposit (EMD) shall be valid for a period of 6 (Six) months from the due date of
opening of Techno-commercial Bids and shall be submitted from any Indian Scheduled Commercial Bank /
Indian Branch of Foreign Bank. EMD submitted by foreign vendors shall be in USD / EURO only.

In case of limited tender, Earnest Money deposit (EMD) is not applicable for registered contractors of BPCL.
NOTE : Exemption of Bidding Document fee and EMD will be applicable for Micro and Small Enterprises
(MSEs) registered with National Small Industries Corporation (NSIC)/ District Industries Centers (DIC) as
per applicable government guidelines .Such bidder shall submit Notary attested copy of the certificate
issued by NSIC or DIC, valid as on the date of bid opening, indicating that their registration includes the
items/works under tender. The registration certificate should remain valid during the period of the contract
that may be entered into such successful bidder. Such tenderers should ensure validity of the Registration
Certificate for the purpose.

NOTE: No interest shall be paid by the Owner on the earnest money deposit by the tenderer. The earnest
money of the unsuccessful tenderer will be refunded after the completion of BQC evaluation / Technical
Evaluation / Priced Bid Evaluation as applicable.

(b) CONVERSION OF EMD TO SECURITY DEPOSIT:

The earnest money deposit (EMD) of the contractor whose tender may be accepted, if paid in forms other than
Bank Guarantee, can be converted to security deposit for due performance of the contract if the contractor so
desires. The “performance security deposit/retention money” vide clause 18 shall also be applicable limiting to
a maximum of 10% of the contract value.

7 TENDER VALIDITY:

Tender submitted by tenderers shall remain valid for acceptance for a period of four months from the date of
opening of the tender (Technical Bid in the case of two bid). The tenderer shall not be entitled during the said
period of four months, without the consent in writing of the Owner, to revoke, or cancel his tender or vary the tender
given or any term thereof.

Page 391 of 1870


In case of tenderer revoking or canceling his tender, varying any terms in regard thereof without prior consent of
Owner in writing, appropriate penal action will be taken by BPCL as deemed fit including putting the
tenderer/contractor on ‘Holiday listing’/’Delisting’ barring the tenderer/contractor from participating in future tenders
for an appropriate period from the date of revocation/cancellation/varying the terms besides forfeiture of Earnest
Money deposited by tenderer.

7.A FIRMNESS OF QUOTE :

Once the quotation is accepted, the rates quoted shall be firm till the entire work is completed.

7.B LANGUAGE OF BID:

The Bid, all correspondence and documents relating to the bid, between Bidder and BPCL, shall be written in
English language only. Any supporting document furnished by Bidder may be written in other language provided
that this literature is accompanied by an authenticated English translation in which case, for purpose of
interpretation of the Bid, the English translation shall govern.

Page 392 of 1870


7.C CURRENCIES OF BID & PAYMENT:
For materials and services to be procured from India, Bidder shall quote the prices in INR only.

Indian bidders shall quote the rates/prices in Indian Rupees (INR) only for Indian component and in USD / EURO
for Foreign Component. Foreign Bidders can quote their prices in INR / USD / EURO. Payment shall be subject
to RBI guidelines.

8 ADDENDA / CORRIGENDA:

Addenda/ Corrigenda to the tender documents may be issued prior to the date of opening of the tenders to clarify
documents or to effect modification in the design or tender terms. All addenda/corrigenda issued shall become part
of tender Document.

9 RIGHT OF OWNER TO ACCEPT OR REJECT TENDER:

9.1 The right to accept the tender will rest with the Owner. The Owner, however, does not bind itself to accept the
lowest tender, and reserves to itself the authority to reject any or all the tenders received without assigning any
reason whatsoever.
9.2 The whole work may be split up between two or more contractors or accepted in part and not entirely if considered
expedient.
9.3 Tenders in which any of the particulars and prescribed informations are missing or are incomplete in any respect
and/or the prescribed conditions are not fulfilled are liable to b rejected.
9.4 Canvassing in connection with tenders is strictly prohibited and tenders submitted by the tenderer who resort to
canvassing will be liable to rejection.

9.5 Tender containing uncalled remarks or any additional conditions are liable to be rejected.

10 A INTEGRITY PACT (IP):

Vendors are requested to sign & return IP document, attached as Annexure 7, if applicable as per the terms of the
tender. This document is essential & binding.

Proforma of Integrity Pact shall be returned by the Bidder along with the bid documents (Technical Bid), duly filled
up and signed by the same signatory who is authorized to sign the bid documents. All the pages of the Integrity
Pact shall be duly signed. Bidder’s failure to return the Integrity Pact duly signed along with the bid documents may
result in the bid not being considered for further evaluation.

If the Bidder has been disqualified from the tender process prior to the award of the contract in accordance with the
provisions of the Integrity Pact, BPCL shall be entitled to demand and recover from Bidder Liquidated Damages
amount by forfeiting the EMD/ Bid Security as per provisions of the Integrity Pact.

If the contract has been terminated according to the provisions of the Integrity Pact, or if BPCL is entitled to terminate
the contract according to the provisions of the Integrity Pact, BPCL shall be entitled to demand and recover from
Contractor Liquidated Damages amount by forfeiting the Security Deposit/ Performance bank Guarantee as per
provisions of the Integrity Pact.

Bidders may raise disputes/ complaints, if any, with the nominated Independent External Monitor.

10 B HOLIDAY LISTING:

The vendors / contractors are expected to adopt the ethics of highest standards and a very high degree of integrity,
safety and quality consciousness, commitment and sincerity towards the work undertaken and dealing with BPCL in such
matters. Also, while participating in the tender and performing the contracts, Contractors are required to meet certain
performance criteria and adherence to the terms and conditions of the tender / contract.
BPCL shall have the right to remove from the list of approved suppliers / contractors or to ban business dealings, if any
agency has been found to have committed misconduct or fraud or poor performance or anything unethical not expected
from a reputed agency.
The guidelines and procedures for Holiday Listing as adopted by BPCL and available separately in BPCL website shall
be applicable in the context of all tenders floated and consequently, all Orders / Contracts / Purchase Orders placed, by
BPCL.

Policy for Holiday Listing of vendor in BPCL as per enclosed.

10 C CONSULTANCY CONTRACTS:

This General Conditions of Contract (GCC) will be binding for Consultancy jobs only to the extent of its applicability to the
context of consultancy jobs.
10

Page 393 of 1870


10 D FOREIGN BIDDERS:

It is mandatory for the foreign bidder to furnish the documents for the compliance to requirement of PAN No. , Tax
Residency Certificate and Form No.10F (applicable for foreign bidder in case of services in India is required as per scope
of bidding document) as per Income Tax Act in case his receipts are subject to tax deduction at source in India:
(a) PAN No.
PAN as per the Indian Income Tax requirements shall be submitted, failing which the
Supplier/Contractor/Consultant shall be responsible for any additional tax deduction at source as per the provisions
of the Indian Income Tax Act/Rules and the same shall be deducted from the payment made to
supplier/contractor/consultant.

(b) Tax Residency Certificate (TRC)


TRC containing prescribed particulars as per the Annexure 5 from the Government of foreign country in order to
claim the benefits of DTAA as per the Indian Income Tax requirements shall be submitted, failing which the relief
under DTAA will not be available and consequently the actual rate of withholding tax will be applicable and
deducted from the payment made to supplier/contractor/consultant (i.e., non-resident taxpayer). The TRC shall be
duly verified by the Government of the country of which the assessee claims to be a resident for the purposes of
tax.

(c) Form 10F


In additional to TRC, in order to claim the benefits of DTAA, bidder shall also submit additional information in form
no. 10F as per Annexure 6. Form 10F has to be signed & verified by the assessee himself.

The above shall be furnished before release of any payment or within one month of the release of Order, whichever is
earlier. In case of failure to submit the above information, any additional tax liability on Owner, will be deducted from the
payment due to the contractor.

11 COLLECTION OF DATA TENDERER’S RESPONSIBILITY :

The tenderer shall visit the site and acquaint himself fully of the site and no claims whatsoever will be entertained on the
plea of ignorance or difficulties involved in execution of work or carriage of materials.

12 TIME SCHEDULE :

The time period allowed for carrying out the job shall be as shown in tender document. Request for revision for time
schedule after tenders are opened will not be received for consideration.

13 SIGNING OF THE CONTRACT:

The successful tenderer shall be required to execute an agreement in the proforma attached with tender enquiry within a
period of one month of the receipt by him of the notification of acceptance of tender. The payment will not be processed
till the time the agreement is executed.

14 A FIELD MANAGEMENT:

The field management will be the responsibility of the Engineer-in-Charge, who will be nominated by the Owner. The
Engineer-in-Charge may also authorize his representatives to perform his duties and functions.
Coordination of Work - The Engineer-in-Charge shall coordinate the work of various agencies engaged at site to ensure
minimum disruption of work carried out by different agencies. It shall be the responsibility of the contractor to plan and
execute strictly in accordance with the site instructions to avoid hindrance to the works being executed by other
agencies.

14 B RETIRED GOVERNMENT OR COMPANY OFFICER:

No Engineer of Gazetted rank or other Gazetted Officer, employed in Engineering or Administrative duties in an
Engineering Department of the States/Central Government or of the Owner is allowed to work as a Contractor for a
period of two years after his retirement from Government service or from the employment of the Owner without the
previous permission of the Owner. The contract, if awarded, is liable to be cancelled if either the contractor or any of his
employees is found at any time to be such a person, who had not obtained the permission of the State/ Central
Government, or of the Owner as aforesaid before submission of tender, or engagement in the Contractor’s service as the
case may be.

11

Page 394 of 1870


SECTION - IV

INTERPRETATION OF CONTRACT DOCUMENTS

15 INTERPRETATION OF CONTRACT DOCUMENT:

15.1 Except if and to the extent otherwise provided by the Contract, the provisions of the General Conditions of Contract
and special conditions shall prevail over those of any other documents forming part of the contract. Several
documents forming the contract are to be taken as mutually explanatory. Should there be any discrepancy,
inconsistency, error or omission in the contract or any of the matter may be referred to Engineer-in-Charge, who
shall give his decisions and issue to the Contractor instructions directing in what manner the work is to be carried
out. The decision of the Engineer-in-Charge shall be final and conclusive and the contractor shall carry out work in
accordance with this decision.
15.2 Works shown upon the drawing but not mentioned in the specifications or described in the specification without
being shown on the drawings shall nevertheless be held to be included in the same manner as if they had been
specifically shown upon the drawings and described in the specifications.
15.3 Headings and marginal notes to the clauses of these General Conditions of Contract or to specifications or to any
other tender document are solely for the purpose of giving a concise indication and not a summary of the content
thereof, and they shall never be deemed to be part thereof or be used in the interpretation or construction thereof of
the Contract.
15.4 Singular and Plural:
In these contract documents unless otherwise stated specifically, the singular shall include the plural and vice-versa
wherever the context so requires. Words indicating persons shall include relevant incorporated companies/
registered as associations/ body of individual/ firm or partnership.

16 SPECIAL CONDITIONS OF CONTRACT:

16.1 Special Conditions of contract shall be read in conjunction with the General Conditions of Contracts, specification of
work, Drawings and any other documents forming part of this contract wherever the context so requires.
16.2 Notwithstanding the sub-division of the documents into these separate sections and volumes every part of each
shall be deemed to be supplementary to and complementary of every other part and shall be read with and into the
contract so far as it may be practicable to do so.
16.3 Where any portion of the General Conditions of Contract is repugnant to or at variance with any provisions of the
Special Conditions of Contract then, unless a different intention appears the provisions of the Special Conditions of
Contract shall be deemed to over-ride the provision of the General Conditions of Contract and shall to the extent of
such repugnance or variations, prevail.
16.4 Wherever it is mentioned in the specifications that the Contractor shall perform certain work or provide certain
facilities, it is understood that the contractor shall do so at his own cost.
16.5 The materials, designs and workmanship shall satisfy the relevant Indian Standards, the Job specifications
contained herein and 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.

17 CONTRACTOR TO OBTAIN HIS OWN INFORMATION:

The contractor in fixing rate shall for all purposes whatsoever be deemed to have him self independently obtained
all necessary information for the purpose of preparing his tender. The contractor shall be deemed to have examined
the Contract Documents, to have generally obtained his own information in all matters whatsoever that might affect
the carrying out the works at the scheduled rates and to have satisfied himself to the sufficiency to his tender. Any
error description of quantity or omission there from shall not vitiate the contract or release the Contractor from
executing the work comprised in the contract according to drawing and specifications at the scheduled rates. He is
deemed to have known the scope, nature and magnitude of the works and the requirements of materials and labour
involved etc. and as to what all works he has to complete in accordance with the contract documents whatever be
the defects, omissions or errors that may be found in the Contract Documents. The Contractor shall be deemed to
have visited surrounding to have satisfied himself to the nature of all existing structures, if any, and also as to the
nature and the conditions of the Railways, roads, bridges and culverts means of transport and communications,
whether by land, water or air, and as to possible interruptions thereto and the access to and regress from the site, to
have made enquiries, examined and satisfied himself as to the sites for obtaining sand, stones, bricks and other
materials, the sites for disposal of surplus materials the available accommodation as to whatever required, depots
and such other building as may be necessary for executing and completing the works, to have made local
independent enquiries as to the sub-soil water and variations thereof, storms, prevailing winds, climate conditions
and all other similar matters affecting these works. He is deemed to have acquainted himself as to his liability for
payment of Government taxes, customs duty and other charges.
Any neglect or failure on the part of the Contractor in obtaining necessary and reliable information upon the
foregoing or any other matters affecting the contract shall not relieve him from any risk or liabilities or the entire
responsibility from completion of the works at the scheduled rates and time in strict accordance with the contract
documents.

12

Page 395 of 1870


No verbal agreement or inference from conversation with any officer or employee of the owner either before or
after the execution of the contract agreement shall in any way affect or modify any of the terms or obligations
herein contained.

18 SECURITY DEPOSIT TOWARDS PERFORMANCE/RETENTION MONEY:

18.1 To ensure performance of the contract and due discharge of the contractual obligations, the successful contractor
will have to provide security deposit of 10% of the contract value within 30 days of receipt by him of the
notifications of acceptance of tender unless otherwise specified in the Special Conditions of Contract.

This Security deposit may be furnished in the form of an Account payee Demand Draft payable to BPCL or Bank
Guarantee in the prescribed format. The contractor shall have the option to adjust any Earnest Money Deposit-
(EMD), if paid in forms other than Bank Guarantee, towards security deposit if he so desires.

In the case of security deposit submitted in the form of Bank guarantee, the Bank Guarantee shall be valid and
remain in force till the completion of contractual completion period, defect liability period (if applicable) plus a claim
period of 3 months. The Bank Guarantee shall be in the form prescribed (Annexure 2).

The security deposit will be retained till the successful completion of the work and thereafter till the expiry of the
defect liability period (refer clause-72), if applicable. This retention money/Bank guarantee held shall be released
after the expiry of the defect liability period provided that any defects appearing during that period are corrected by
the contractor and subject to Clause 18.2 below.

If the Contract Value is in more than one currency, the Security deposit shall also be in multiple currencies
amounting to 10% for each currency of awarded contract.

In the case of value/rate/quantity contracts, the security deposit shall be based on individual release orders issued.

In case of LSTK (Lump Sum Turnkey Contracts) / EPC: Performance Bank Guarantee (PBG ) @ 10% within 15 days
of notification of award. In case of Annual Rate Contracts (ARCs): Submission of PBG @ 10% of total Contract
Value (TCV) or submission of initial security deposit @ 2.5% of TCV within 15 days of notification of award. In
cases where only 2.5% of TCV has been submitted, 7.5% of individual release order shall be subsequently
deducted from RA bills.

Vendors/contractors shall be asked to submit the Security deposit within 15 days from the date of notification of
award and in the event of delay in submission of Security Deposit, the contract can be terminated. However, if
termination of contract is not in the interest of the work/ BPCL, an additional time up to 30 days can be allowed for
submission of Security deposit, beyond which the contract may be terminated with subsequent actions following
termination as per tender/procedure.

Performance Bank Guarantee shall be obtained from vendors before certifying payment of bill against the relevant Purchase
Order in place of deduction of Retention Money from bills. Such Performance Bank Guarantee can be for 10% of the contract
value for Performance Guarantee Period, upfront, or for 10% value of each running bill valid for the Performance Guarantee
period.

18.2 If the contractor/ sub-contractor or their employees shall break, deface or destroy any property belonging to the
Owner or other agency during the execution of the contract, the same shall be made good by the Contractor at his
own expenses and in default thereof, the Engineer-in-Charge may cause the same to be made good by other
agencies and recover expenses from the contractor (for which the certificate of the Engineer-in-Charge shall be
final). These expenses can be recovered from the security deposit/retention money if recovery from other sources
is not possible.

18.3 All compensation or other sums of money payable by the contractor to the Owner under terms of this contract may
be deducted from his security deposit/retention money or from any sums which may be or may become due to the
contractor by the Owner on any account whatsoever and in the event of his security deposit/retention money being
reduced by reasons of any such deductions. The contractor shall within ten days thereafter make good any sum or
sums, which may have been deducted from his security Deposit/retention money. No interest shall be payable by
the Owner from sum deposited as security deposit/retention money.

18.4 The security deposit shall be held by the Owner, as security for the due performance of the Contractor’s
obligations under the contract, provided that nothing herein stated shall make it incumbent upon the Owner to
utilize the security deposit/retention money in preference to any other remedy which the Owner may have, nor
shall be construed as confining the claims of the Owner against the contractor to the quantum of the Security
Deposit/retention money.

18.5 The Bank guarantee if submitted shall be from any Indian scheduled bank or an international bank of repute having
13

Page 396 of 1870


a branch in India or a corresponding banking relationship with an Indian scheduled bank. The security
deposit/retention money shall be in Indian Rupee in the case of domestic bidders and in the quoted currency in the
case of foreign bidders (INR/USD/EURO as the case may be.).

19 TIME OF PERFORMANCE:

19.1 The work covered by this contract shall be commenced as detailed in the purchase order or as per the instructions
of the Engineer in charge and be completed in stages on or before the dates as mentioned in the time schedule of
completion of work. The contractor should bear in mind that time is the essence of this agreement unless such
time be extended pursuant to the provision of clause No. 21. Request for revision of Completion time after tenders
are opened will not receive consideration.

19.2 Time Schedule of Completion: The general time schedule of completion is given in the tender document. Contractor
should prepare a detailed monthly and weekly execution programme, jointly with the Engineer-in-Charge within two
weeks of receipt of Letter of Intent or acceptance of tender. The work shall be executed strictly as per the time
schedule given in this document. The period of completion given includes the time required for testing, rectifications,
if any, retesting and completion in all respects to the entire satisfaction of the Engineer-in-Charge.

20. FORCE MAJEURE

Circumstances leading to force majeure

(a) Act of terrorism;

(b) Riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or not), civil war,
rebellion, revolution, insurrection of military or usurped power;

(c) Ionising radiation or contamination, radio activity from any nuclear fuel or from any nuclear waste
from the combustion of nuclear fuel, radioactive toxic explosive or other hazardous properties of any
explosive assembly or nuclear component;

(d) epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical natural disaster, but
excluding weather conditions regardless of severity; and

(e) freight embargoes, strikes at national or state-wide level or industrial disputes at a national or state-
wide level in any country where Works are performed, and which affect an essential portion of the Works
but excluding any industrial dispute which is specific to the performance of the Works or the Contract.
For the avoidance of doubt, inclement weather, third party breach, delay in supply of materials (other
than due to a nationwide transporters’ strike) or commercial hardship shall not constitute a Force Majeure
event.

• Notification of Force Majeure

Contractor shall notify within [10(ten)] days of becoming aware of or the date it ought to have become
aware of the occurrence of an event of Force Majeure giving full particulars of the event of Force Majeure
and the reasons for the event of Force Majeure preventing the Affected Party from, or delaying the
Affected Party in performing its obligations under the Contract.

• Right of either party to terminate

If an event of Force Majeure occurs and its effect continues for a period of 180 (one hundred eighty
days) or more in a continuous period of 365 (three hundred sixty five) days after notice has been given
under this clause, either Party may terminate the Contract by issuing a written notice of 30 (thirty) days
to the other Party.

• Payment in case of termination due to Force Majeure

The Contract Price attributable to the Works performed as at the date of the commencement of the
relevant event of Force Majeure.

The Contractor has no entitlement and Owner has no liability for:

a) Any costs, losses, expenses, damages or the payment of any part of the Contract Price during an
event of Force Majeure; and

b) Any delay costs in any way incurred by the Contractor due to an event of Force Majeure.
Time extension for such cases will be worked out appropriately.
14

Page 397 of 1870


21. EXTENSION OF TIME:

If the contractor shall desire an extension of the time for completion of the work on the grounds of his having been
unavoidably hindered in its execution or on any other grounds, he shall apply in writing to the Engineer-in-Charge
within two weeks of the date of hindrance on account of which he desires such extension as aforesaid, and the
Engineer-in-Charge shall if in his opinion (which shall be final), reasonable grounds have been shown thereof,
authorize such extension of time as may in his opinion be necessary or proper.
In the event of extension of Time of the contract, if granted, the contractor shall be required to suitably extend the
period of Bank Guarantee if submitted, towards security Deposit/retention money suitably.

22. LIQUIDATED DAMAGES FOR DELAY:

22.1 Time is the essence of the contract. In case the contractor fails to complete the whole work within the stipulated
period, he shall be liable to pay liquidated damages of 0.5% of the value of contract per week and or part thereof of
the delay subject to a maximum of 5% of the value of the contract. The parties agree that this is a genuine pre-
estimate of the loss/damage which will be suffered by the owner on account of delay on the part of the contractor
and the said amount will be payable on demand without there being any proof of the actual loss or damages having
been caused by such delay/breach. The owner shall be at liberty to adjust or deduct the said amount of liquidated
damages from any amount due to the contractor including Security Deposit.

22.2 The owner shall be at liberty to deduct or retain from any amount payable to the contractor periodically, the
proportionate or full amount of liquidated damages as the case may be for the delay periodically caused by the
contractor.

22.3 GST is applicable on LD amount, and that GST shall be collected in addition to
LD amount as per applicable rate at the time of deduction of LD
23 SUM PAYABLE BY WAY OF COMPENSATION TO BE CONSIDERED AS REASONABLE COMPENSATION
WITHOUT REFERENCE TO ACTUAL LOSS:

All sums payable by way of compensation under any of the conditions shall be considered as reasonable
compensation without reference to the actual loss or damage, which shall have been sustained by the Owner.

24 TERMINATION/OFFLOADING:

24.1 The contractor fully understands that timely completion of the work as per the schedule is of paramount necessity
as otherwise it would lead to adversely affecting the schedules of other works/project with resultant financial and
other losses to the Company/owner. In view of this, the contractor unconditionally agrees and binds himself to be
liable for all the consequences for non-completion of the work within the stipulated time.
24.2 In case a situation is brought about by the contractor warranting termination/off-loading of the whole or any part of
the work for any reason whatsoever, the Company/owner shall have the liberty and right to entrust/engage/award
the work so terminated/off loaded at the risk and cost of the contractor to any other agency/contractor by adopting
any mode of inviting tenders, i.e. open/limited/single party/negotiation basis etc. in order to ensure completion of the
work as per the schedule or at the quickest possible time.

25. FORFEITURE OF SECURITY DEPOSIT:


Whenever any claim against the Contractor for the payment of a sum of money arises out of or under the contract,
the Owner shall be entitled to recover such sum by appropriating in part or whole, security deposit of the contractor,
forming whole or part of such security being insufficient or if no security has been taken from the Contractor then
the balance or the total sum recoverable, as the case may be, shall be deducted from any sum then due or which at
any time thereafter may become due to the Contractor. The contractor shall pay to the owner on demand any
balance remaining due.

15

Page 398 of 1870


26 ACTION WHEN WHOLE OF SECURITY DEPOSIT IS FORFEITED:

In any case in which, under any clause or clauses of this contract, the contractor shall have forfeited the whole of
his security deposit (whether paid in one sum or deducted by installment) or have committed a breach of any of the
terms contained in this contract the owner shall have power to adopt any of the following courses as he may deem
best suited to his interest.
a) To rescind the contract (of which rescission notice in writing to the contractor under the hand of the owner
shall be conclusive evidence) in which case the security deposit of the contractor shall stand forfeited and
be absolutely at the disposal of the Owner.
b) To employ labour paid by the owner and to supply materials to carry out the work any part of the work,
debiting contractor with the labour cost of tools and plants and equipment charges, the cost of the
materials for which a certificate of the Engineer-in-Charge shall be final and conclusive against the
Contractor and 10% of costs as above to cover all departmental charges and crediting him with the value
of the work done in all respects in the manner and at the same rates as if it had been carried out by the
Contractor under the term of his contract. The certificate of Engineer-in-Charge as to the value of the
work done shall be final and conclusive against the contractor.
c) To measure up the work of the contractor and to take such part thereof as shall be unexecuted out of his
hand to give it to another contractor to complete in which case any expenses which may be incurred in
excess of the sum which would have been paid to the original contractor, if the whole work had been
executed by him (of the amount of which excess, the certificate in writing of the Engineer-in-Charge shall
be final and conclusive) shall be borne and paid by the original contractor and may be deducted from any
money due to him by the Owner under the contract or otherwise or from his security deposit or from the
proceeds of sale thereof, of a sufficient part thereof.

In the event of any of the above course being adopted by the Owner, the contractor shall have no claim to
compensation for any loss sustained by him by reason of his having purchased or procured any materials
or entered into any agreements or made any advances on account of or with a view to the execution of
the work of the performance of the contract. In case the Contractor shall not be entitled to recover or be
paid any sum for any work actually performed under this contract unless the Engineer-in-Charge will
certify in writing the performance of such work and the value payable in respect thereof and he shall only
be entitled to be paid the value so certified.

27 CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION IF ACTION NOT TAKEN UNDER CLAUSE 26:

In any case in which any of the powers conferred upon the owner by clause 26 thereof shall have become
exercisable and the same had not been exercised, the non exercise thereof shall not constitute a waiver of any of
the conditions hereof and such powers shall notwithstanding be exercised in the event of any further case of default
by the contractor for which any clause hereof he is declared liable to pay compensation amounting to the whole of
his security deposit and the liability of the contractor for past and future compensation shall remain unaffected. In
the event of the Owner putting in force the power under sub-clause (a), (b) or (c) of clause 26 vested in him under
the proceeding clause he may, if he so desires takes possession of all or any tools and plants materials and stores
in or upon the works or the site thereof belonging to the contractor or procured by him and intended to be used for
the execution of the work or any part thereof paying or allowing for the same in account at the contract rates or in
case of these not being applicable at current market rates to be certified by the Engineer-in-Charge whose
certificate thereof shall be final otherwise the Engineer-in-Charge may give notice in writing to the contractor or his
clerk of the works, supervisor or other authorized agent, requiring him to remove such tools, plant, materials or
stores from the premises (within a time to be specified in such notice) and in the event of the contractor failing to
comply with any such requisition, the Engineer-in-Charge may remove them at the contractors expense or sell them
by auction or private sale on account of the contractor and at his risk in, all respects without any further notice as to
the date, time or place of sale and the certificate of the Engineer-in-Charge as to the expense of any such removal
and the amount of proceeds and any expenses of any such sale shall be final and conclusive against the
contractor.

28 NO COMPENSATION FOR ALTERATION IN OR RESTRICTION OF WORK:

If at any time from the commencement of the work the owner shall for any reasons whatsoever, not require the
whole or part thereof as specified in the tender to be carried out, the Engineer-in-Charge shall give notice in writing
of the fact to the contractor, who shall have no claim to any payment or compensation whatsoever on account of
any profit or advantage which he might have derived from the execution of the work in full, but which he did not
derive in consequence of the full amount of the work not having been carried out, neither shall he have any claim
for compensation by reason of any alterations having been made in the original specifications, drawings, designs
and instructions which shall involve any curtailment of the work as originally contemplated.

16

Page 399 of 1870


29 CHANGES IN CONSTITUTION OF THE CONTRACTOR:

The Contractor, whether an individual, Proprietary Concern, Hindu Undivided Family, Partnership Firm, Private
Limited Company or Public Limited Company, shall not make any change(s) in its constitution, by transfer of
substantial shareholding or of management (in case of a company) or by addition or deletion of Partners, change in
the terms of Partnership, or make any other material change(s) without prior approval of Owner. Any such
unauthorized change shall attract the provisions of clause 35 hereof.

30 IF THE CONTRACTOR DIES:

Without prejudice to any of the rights or remedies under his contract, if the contractor (if an individual) dies, the
Owner shall have the option of terminating the contract without compensation to the contractor.

31 EMPLOYEES OF THE OWNER NOT INDIVIDUALLY LIABLE:

No director or official or employee of the Owner shall in any way be personally bound or liable for the acts or
obligations of the Owner under the contract or answerable for any default or omission in the observance or
performance of any of the acts, matters or things which are herein contained.

32 OWNER NOT BOUND BY PERSONAL REPRESENTATIONS:

The contractor shall not be entitled to any increase on the item rates of the contract or any other right or claim
whatsoever by reason of representation, explanation or statement or alleged representation, promise or guarantees
given or alleged to have been given to him by any person.

33 CONTRACTOR’S OFFICE AT SITE:

The contractor shall provide and maintain an office at the site, if space provided by the owner, for the
accommodation of his agent and staff and such office shall be open at all reasonable hours to receive instruction,
notices, or other communications.

34 CONTRACTOR’S SUBORDINATE STAFF AND THEIR CONDUCTS:

34.1 The contractor, on or after award of the work shall name and depute a qualified personnel having
sufficient experience in carrying out work of similar nature to whom the equipments materials, if any, shall
be issued and instructions for works given. The contractor shall also provide to the satisfaction of the
Engineer-in-Charge sufficient and qualified staff to supervise the execution of the-works, competent sub-
agents, supervisor and leading hands including those specially qualified by previous experience to
supervise the type of works comprised in the contract in such manner as will ensure work of the best
quality, expeditious working. Whenever in the opinion of the Engineer-in-Charge, additional properly
qualified supervision staff is considered necessary, they shall be employed by the contractor without
additional charges on account thereof. The Contractor shall ensure to the satisfaction of the Engineer-in-
Charge that sub-contractors, if any shall provide competent and efficient supervision over the work
entrusted to them.
34.2 If and whenever any of the Contractor’s or sub-contractor’s agents, sub-agents, assistants supervisor or
other employees shall in the opinion of Engineer-in-Charge be guilty of any misconduct or be incompetent
or insufficiently qualified or negligent in the performance of their duties or that in the opinion of the owner
or Engineer-in-Charge, it is undesirable for administrative or any other reason for such person or persons
to be employed in the works, the contractor, if so directed by the Engineer-in-Charge, shall at once
remove such person or persons from employment thereon. Any person or persons so removed from the
works shall not again be employed in connection with the works without the written permission of the
Engineer-in-Charge. Any person so removed from the works shall be immediately replaced at the
expense of the contractor by a qualified and competent substitute. Should the contractor be requested to
repatriate any person removed from the works he shall do so and shall bear all costs in connection
herewith.
34.3 The contractor shall be responsible for the proper behaviour of all the staff, supervisor, workmen and
others and shall exercise a proper degree of control over them and in particular, and without prejudice to
the said generality, the contractor shall be bound to prohibit and prevent any employees from trespassing
or acting in any way detrimental or prejudicial to the interest of the community or of the properties or
occupiers of land and properties in the neighborhood and in the event of such employee so trespassing,
the contractor shall be responsible therefore and relieve the Owner of all consequent claims or actions for
damages or injury or any other grounds whatsoever. The decision of the Engineer-in-Charge upon any
matter arising under this clause shall be final. Contractor shall ensure that none of their employees are
ever engaged in any anti-national activities.
34.4 All contractor’s personnel entering upon the Owner’s premises shall be properly identified by badges
issued by owner which must be worn all times on Owner’s premises.

17

Page 400 of 1870


35 SUB-LETTING OF WORK:

Sub letting of contracts shall not be generally permitted. However owner may permit sub letting of work on specific
cases subject to the following:-
i) No part of the contract nor any share of interest there shall in any manner or degree be transferred assigned
sublet by the contractor directly or indirectly to any firm or corporation whosoever except as provided for in the
succeeding sub-clause, without the consent in writing of the Owner.
ii) Sub Contractors for Temporary Works Etc.:- The Owner may give written consent to sub-contract for execution
of any part of the works at the site, being entered into by the contractor provided each individual sub-contract
is submitted to the Engineer-in-Charge before being entered into and is approved by him.
iii) List of Sub-Contractors to be supplied: - At the commencement of every month the contractor shall furnish to
the Engineer-in-Charge list of all sub-contractors or firms engaged by the contractor and working at the site
during the previous month with particulars of the general nature of the sub-contract or works.
iv) Contractor’s Liability Not Limited By Sub-Contractors:- Notwithstanding any sub-letting with such approval as
aforesaid and notwithstanding that the Engineer-in-Charge shall have received copies of any sub-contracts,
the contractor shall be and shall remain solely 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 sub-letting or
sub-contracting had not taken place and as if such work had been done directly by the Contractor.
v) Owner may Terminate Sub-Contracts:- If any sub-contractor engaged upon the works at the site executes any
work which in the opinion of the Engineer-in-Charge is not in accordance with the Contract documents, the
owner may by written notice to the contractor request him to terminate such sub-contract and the contractor
upon the receipt of such notice shall terminate such sub contract and the latter shall forthwith leave the works,
failing which the owner shall have right to remove such sub-contractors from the Site.
vi) No Remedy For Action Taken Under This Clause:- No action taken by the owner under the clause shall relieve
the contractor of any of his liabilities under the contract or give rise to any right to compensation, extension of
time or otherwise failing which, the owner shall have right to remove such sub-contractors from the Site.

36 POWER OF ENTRY:

If the contractor shall not commence the work in the manner previously described in the contract document or if he
shall, at any time in the opinion of the Engineer-in-Charge.
i. Fail to carry out the works in conformity with the contract documents, or
ii. Fail to carry out the works in accordance with the time schedule, or
iii. Substantially suspend work or the works for a period of Fourteen days without authority from the
Engineer-in-Charge, or
iv. Fail to carryout and execute the works to the satisfactions of the Engineer-in-Charge, or
v. Fail to supply sufficient or suitable constructional equipments, temporary works, labour materials or
things, or
vi. Commit or suffer or permit any other breach of any of the provisions of the contract on his part to be
performed or observed or persist in any of the above mentioned breaches of the contract for the fourteen
days, after notice in writing shall have been given to the Contractor by the Engineer-in-Charge requiring
such breach to be remedied, or
vii. Abandon the works, or
viii. During the continuance of the contract, become bankrupt, make any arrangement or composition with his
creditors, or permit any execution to be levied or go into liquidation whether compulsory or voluntary not
being merely a voluntary liquidation for the purpose of amalgamation or reconstruction.

Then in any such case, the Owner shall have the power to enter upon the works and take possession thereof and of
the materials, temporary works, constructional equipment, and stock thereon, and to revoke the contractor’s license
to use the same, and to complete the works, by his agents, other contractor or workmen, or to re-let the same upon
any terms and to such other person firm or corporation as the Owner in his absolute discretion may think proper to
employ and for the purpose aforesaid to use or authorize the use of any materials, temporary works constructional
equipment, and stock as aforesaid without making payment or allowances to the contractor for the said materials
other than such as may be certified in writing by the Engineer-in-Charge to be reasonable, and without making any
payment or allowance to the contractor for the use of the temporary said works, constructional equipments and
stock or being liable for any loss of damage thereto, and if the Owner shall by reason of his taking possession of the
works or of the works being completed by other contractors (due account being taken of any such extra work or
works which may be omitted) then the amount of such excess as certified by the Engineer-in-Charge shall be
deducted from any money which may be due for work done by the contractor under the contract and not paid for.
Any deficiency shall forthwith be made good and paid to the Owner by the contractor and the Owner shall have
power to sell in such manner and for such price as he may think fit all or any of the constructional equipment,
materials etc. belonging to and to recoup and retain the said deficiency or any part thereof out of the proceeds of
the sale.

37 CONTRACTOR’S RESPONSIBILITY WITH OTHER AGENCIES:

Without repugnance to any other condition, it shall be the responsibility of the contractor executing the work, to work
in close co-operation and co-ordinate the works with other contractors or their authorized representatives and

18

Page 401 of 1870


the contractor will put up a joint scheme, showing the arrangements, with other contractors / agencies for carrying
his portion of work to the Engineer-in-Charge, and get the approval. The contractor before finally submitting the
schemes to the Engineer-in-Charge shall have the written agreement of the other agencies. The Engineer-in-
Charge before communicating his approval of the scheme, with any required modifications shall get the final
agreement of all the agencies, which shall be binding. No claim shall be entertained on account of the above.

The contractor shall conform in all respects with the provisions of any statutory regulations, ordinances or by laws of
any local or duly constituted authorities or public bodies which may be applicable from time to time to the works or
any temporary works. The contractor shall keep the Owner Indemnified against all penalties and liabilities of every
kind arising out of non-adherence to such statutes ordinances, laws, rules, regulations, etc.

38 OTHER AGENTS AT SITE:

The contractor shall have to execute the work in such place and condition where other agencies might also be
engaged for other works such as site grading, filling and leveling, electrical and mechanical engineering works etc.
No claim shall be entertained to works being executed in the above circumstances.

39 NOTICES:

Any notice hereunder may be served on the contractor or his duly authorized representative at the job site or may
be served by registered mail or speed post direct to the address furnished by the Contractor. Proof of issue of any
such notice could be conclusive of the contractor having been duly informed of all contents therein.

40 RIGHTS OF VARIOUS INTERESTS:

i) The Owner reserves the right to distribute the work between more than one contractor. The contractor shall co-
operate and afford other contractors reasonable opportunity for access to the works for the carriage and storage of
materials and execution of their works.
ii) Whenever the work being done by any department of the Owner or by other contractors employed by the Owner
is contingent upon work covered by the contract, the respective rights of the various interests involved shall be
determined by the Engineer-in-Charge to secure the completion of the various portions of the work in general
harmony.

41 RIGHT OF OWNER TO DETERMINE / TERMINATE CONTRACT

i) Owner shall, at any time be entitled to determine and terminate the contract, if in the opinion of the Owner the
cessation of the work becomes necessary owing to paucity of funds or for any other cause whatsoever, in which
case, the cost of approved materials at the site at current market rates as verified and approved by Engineer-in-
Charge and of the value of the work done to date by the contractor shall be paid for in full at the rates specified in
the contract. A notice in writing from the Owner to the contractor of such determination and termination and the
reason thereof, shall be the conclusive proof of the fact that the contract has been so determined and terminated by
the Owner.

ii) Should the contract be determined under sub-clause (i) of this clause and the contractor claims payments to
compensate expenditure incurred by him in the expectation of completing the whole of the work, the Owner shall
consider and admit such claim as are deemed fair and reasonable and are supported by vouchers to the
satisfaction of the Engineer-in-Charge. The Owner’s decision on the necessity and propriety of any such
expenditure shall be final and conclusive and binding on the contractor.

42 PATENTS AND ROYALTIES:

42.1 The contractor, if licensed under any patent covering equipment, machinery, materials or compositions of matter to
be used or supplied or methods and process to be practiced or employed in the performance of this contract,
agrees to pay all royalties and licence fees which may be due with respect thereto. If any equipment, machinery,
materials or composition matters, to be used or supplied or methods and process to be practised or employed in the
performance of this contract, is covered by a patent under which contractor is not licensed then the contractor
before supplying or using the equipment, machinery, materials, compositions method or processes shall obtain
such licences, and pay such royalties and licence fees as may be necessary for performance of the contract. In the
event, the contractor fails to pay any such royalties or obtain any such licence, any suit for infringement of such
patents which is brought against the contractor or the Owner as a result of such failure will be defended by the
contractor at his own expenses and the contractor will pay any damages and costs awarded in such suit. The
contractor shall promptly notify the owner if the contractor has acquired knowledge of any patent under which a suit
for infringement could be reasonably brought because of the use by the Owner of any equipment, machinery,
materials, and process methods to be supplied hereunder. The contractor agrees to and does hereby grant to
Owner, together with the right to extend the same to any of the subsidiaries of the Owner as irrevocable, royalty-
free licence to use in any country, any invention made by the contractor or his employee in or as a result of the
performance of the work under the contract.

19

Page 402 of 1870


The Owner shall indemnify and save harmless the contractor from any loss on account of claims on contractor for
the contributory infringement of patent rights arising out and based upon the claim that the use by the Owner of the
process included in the design prepared by the Owner and used in the operation of the plant infringes on any patent
right with respect to any sub-contract entered into by contractor pursuant to the provisions of sub-contractor an
undertaking to provide the Owner with the same patent protection that contractor is required to provide under the
provisions of this clause.

42.2 All drawings, blue prints, tracings, reproducible, models, plans, specification and copies thereof, furnished by the
Owner as well as drawings, tracings, reproducible, 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
Owner and shall not be used for any other work but are to be delivered to the Owner at the completion of the
contract.

42.3 Where so desired by Engineer-in-Charge, the contractor agrees to respect the secrecy of any document, drawings
etc. issued to him for the execution of this contract, and restrict access to such documents, drawing etc. to the
minimum and further, the contractor agrees to execute an individual SECRECY agreement from each or any person
employed by contractor having access to such documents, drawings and to any other agency or individual, without
the written approval by Engineer-in-Charge.

43 LIENS:

43.1 If, at any time, there should be evidence or any lien or claim for which the Owner might have become liable and
which is chargeable to the contractor, the Owner shall have the right to retain out of any payment then due or
thereafter to become due an amount sufficient to completely indemnify the owner against such lien or claim and if
such lien or claim be valid the Owner may pay and discharge the same and deduct the amount so paid from any
money which may be or may become due and payable to the Contractor. If any lien or claim remain unsettled after
all payments are made, the contractor shall refund or pay to the Owner all moneys that the latter may be compelled
to pay in discharging such lien or claim including all costs and reasonable expenses.

43 2 Contractor will not disclose details of the work to any person or persons except those engaged in its performance, and
only to the extent required for the particular portion of the work being done.
Contractor will not give any items concerning details of the work to the press or a news disseminating agency
without prior written approval from Engineer-in-Charge. Contractor shall not take any pictures on site without written
approval of Engineer-in-Charge

44 OPERATION OF CONTRACT:

44.1 Law Governing:


Regardless of the place of contracting, place of performance or otherwise, this Agreement, and all amendments,
modifications, alterations, or supplements, thereto shall be governed by the laws of India and respective state laws
for the nature, validity and interpretation thereof.

44.2 Non-Waiver of Default:

Any failure by the Owner or Contractor at any time, or from time to time, to enforce or require the strict keeping and
performance of any of the terms or conditions of this agreement, or to exercise a right hereunder, shall not
constitute a waiver of such terms, conditions or rights, and shall not affect or impair same, or the right of the Owner
or the Contractor, as the case may be at any time to avail itself of same.

20

Page 403 of 1870


SECTION - V
PERFORMANCE OF WORK

45 EXECUTION OF WORKS:

45.1 All the works shall be executed in strict conformity with the provisions of the contract documents and with such
explanatory detailed drawings, specifications, and instructions as may be furnished from time to time to the
contractor by the Engineer-in-Charge whether mentioned in the contract or not. The contractor shall be responsible
for ensuring that works throughout are executed in the most substantial, proper and workman like manner with the
quality of material and workmanship in strict accordance with the specifications following all safety requirements of
BPCL and as stipulated in work permits as per the directions and to the entire satisfaction of the Engineer-in-
Charge.
45.2 Wherever it is mentioned in the specifications that the Contractor shall perform certain work or provide certain
facilities/materials, it is understood that the contractor shall do, so at his cost unless otherwise specified.
45.3 The materials, design and workmanship shall satisfy the relevant Indian Standards, the Job specification contained
herein and codes referred to. Where the job specification stipulate requirements in addition to those contained in
the standards codes and specifications, these additional requirements shall also be satisfied.

46 COORDINATION AND INSPECTION OF WORK:

The coordination and inspection of the day-to-day work under the contract shall be the responsibility of the
Engineer-in-Charge. The written instructions regarding any particular job will be normally be passed by the
Engineer-in-Charge or his authorized representative. A work order book / logbook will be maintained by the
Contractor for each job in which the aforesaid written instructions will be entered. These will be signed by the
contractor or his authorized representative by way of acknowledgment within 12 hours. The non maintaining of the
order book or non signing by the contractor shall not preclude the contractor from complying with the instructions.

47 WORK IN MONSOON AND DEWATERING:

47.1 The completion of the work may entail working in the monsoon also. The contractor must maintain a minimum
labour force as may be required for the job and plan and execute the construction and erection according to the
prescribed schedule. No extra rate will be considered for such work in monsoon.
47.2 During monsoon and other period, it shall be the responsibility of the contractor to keep the construction work site
free from water at his own cost.

48 WORK ON SUNDAYS AND HOLIDAYS:

For carrying out work on Sundays and Holidays if needed, the contractor will approach the Engineer-in-Charge or
his representative at least two days in advance and obtain permission in writing. No special compensation on this
account will be payable.

49 GENERAL CONDITIONS FOR CONSTRUCTION AND ERECTION WORK:

49.1 Place of Work:


The work has to be executed at specified premises as per the tender. Contractor should apprise himself of all the
conditions prevailing in such location and the restrictions placed on movement of personnel and equipment, types
of equipment and tools permitted, working methods allowed etc. in the light of security and safety regulations
operative in the area.
The safety regulations to be complied with, by the contractor will also be provided along with the tender. No idle
time wages or compensation for temporary stoppage of work or restrictions would be paid, and the rate quoted for
the various items of work should cover the cost of all such contingencies and eventualities. Substantial structures
and utilities exist both above ground and underground, adjacent to the work site. (The construction activity gets
restrained by the existence of such structures and utilities). Special care is necessary in transportation, storage,
working on equipments and other construction activities to protect the existing features and prevent damage to any
facility. Necessary protective structures barricades etc. have to be erected at various places as directed by
Engineer-in-Charge. No extra payment of such protective works will be made unless specially provided in the
tender.
49.2 The working time or the time of work is 48 hours per week normally. Overtime work is permitted in cases of need
and the Owner will not compensate the same. Shift working at 2 or 3 shifts per day may become necessary and the
contractor should take this aspect into consideration for formulating his rates for quotation. No extra claims will be
entertained by the Owner on this account.
49.3 The contractor must arrange for the placement of workers in such a way that the delayed completing of the work or
any part thereof for any reasons whatsoever will not affect their proper employment. The Owner will not entertain
any claim for idle time payment whatsoever.
49.4 The contractor shall submit to the Owner reports at regular intervals regarding the state and progress of work. The
details and proforma of the report will mutually be agreed after the award of contract.

21

Page 404 of 1870


50 DRAWINGS TO BE SUPPLIED BY THE OWNER:

50.1 Where drawings are attached with tender, these shall be for the general guidance of the contractor to enable him to
visualize the type of work contemplated and scope of work involved. The contractor will be deemed to have studied
the drawings and formed an idea about the work involved.
50.2 Detailed working drawings on the basis of which actual execution of the work is to proceed will be furnished from
time to time during the progress of the work. The contractor shall be deemed to have gone through the drawings
supplied to him thoroughly and carefully and in conjunction with all other connected drawings and bring to the notice
of the Engineer-in-Charge, discrepancies, if any, therein before actually carrying out the work.
50.3 Copies of all detailed working drawings relating to the works shall be kept at the contractor’s office of the site and
shall be made available to the Engineer-in-Charge at any time during the contract. The drawings and other
documents issued by the Owner shall be returned to the Owner on completion of the works. Reference is also
invited to clause 42.2 and 42.3 above regarding drawings and other documents.

51 DRAWINGS TO BE SUPPLIED BY THE CONTRACTOR:

51.1 Where drawings/data are to be furnished by the contractor, they shall be as enumerated in the special conditions of
contract, and shall be furnished within the specified time.
51.2 Where approval of drawings before manufacture / construction / fabrication has been specified, it shall be
contractor’s responsibility to have these drawings prepared as per the directions of Engineer-in-Charge and got
approved before proceeding with manufacture construction / fabrication, as the case may be. Any changes that may
have become necessary in these drawings during the execution of the work shall have to be carried out by the
contractor to the satisfaction of Engineer-in-Charge at no extra cost. All final drawings shall bear the certification
stamps duly signed by both the contractor and the Engineer-in-Charge.
51.3 A period of 3 weeks from the date of receipt shall be required normally for approval of drawings by the Engineer-in-
Charge.

52 SETTING OUT WORKS:

52.1 The Engineer-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 efficient staff for the purpose and shall be solely
responsible for the accuracy of such setting out.
52.2 The contractor shall provide, fix and be responsible for the maintenance of all stacks, templates, level marks,
profiles and other similar things and shall take all necessary precaution to prevent their removal or disturbance and
shall be responsible for the consequence 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, boundary marks, distance marks and centre line marks, either existing or supplied and fixed by the
contractor. The, work shall be set out to the satisfaction of the Engineer-in-Charge. The approval thereof or joining
in setting out the work shall not relieve the contractor of any of his responsibilities.
52.3 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. The centre, longitudinal or face lines and cross
lines shall be marked by means of small masonry 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 in writing but such approval shall not relieve the contractor of any of his responsibilities. The
contractor shall also provide all labour, material and other facilities, as necessary, for the proper checking of layout
and inspection of the points during construction.
52.4 Pillars bearing geodetic marks located at the site of work under construction should be protected and fenced by the
contractor.
52.5 On completion of works, the contractor must submit the geodetic documents according to which the work was
carried out.

53 RESPONSIBILITY FOR LEVEL AND ALIGNMENT:

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, when instructions are issued to that effect by the
Engineer-in-Charge.

54 MATERIALS TO BE SUPPLIED BY CONTRACTOR:

54.1 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 which will
be issued by Owner and shall make his own arrangement for procuring such materials and for the transport
thereof.. The materials procured by the contractor shall be BPCL approved/specified quality.
54.2 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 material procured. Before procuring, the
contractor should get the approval of Engineer-in-Charge for any material to be used for the works.

22

Page 405 of 1870


54.3 Manufacturer’s certificate shall be submitted for all materials supplied by the contractor. If, however, in the opinion
of the Engineer-in-Charge any tests are required to be conducted on the materials supplied by the contractor, these
will be arranged by the contractor promptly at his own cost.

55 MATERIALS SUPPLIED BY OWNER:

55.1 If the specifications of the work provides for the use of any materials of special description to be supplied from the
Owner’s stores, price for such material to be charged therefore as hereinafter mentioned being so far as practicable
for the convenience of the contractor but not so as in any way to control the meaning or effect of the contract. The
contractor shall be bound to purchase and shall be supplied such materials as are from time to time required to be
used by him for the purpose of the contract only. The sums due from the contractor for the value of the actual
materials supplied by the Owner will be recovered from the running account bill on the basis of the actual
consumption of materials in the work covered and for which the running account bill has been prepared. After the
completion of the works, however, the contractor has to account for the full quantity of materials supplied to him as
per relevant clauses in this document.
55.2 The value of the materials as may be supplied to the contractor by the Owner will be debited to the contractor’s
account at the rates shown in the schedule of chargeable materials and if they are not entered in the schedule, they
will be debited at cost price, which for the purpose of the contract shall include the cost of carriage and all other
expenses whatsoever such as normal storage supervision charges which shall have been incurred in obtaining the
same at the Owner’s stores. All materials so supplied to the contractor shall remain the absolute property of the
Owner and shall not be removed on any account from the site of the work, and shall be at all times open for
inspection to the Engineer-in-Charge. Any such materials remaining unused at the time of completion or termination
of the contract shall be returned to the Owner’s stores or at a place as directed by the Engineer-in-Charge in
perfectly good condition, at contractor’s cost.

56 CONDITIONS FOR ISSUE OF MATERIALS:

i) Materials specified to be issued by the Owner will be supplied to the contractor by the Owner from his
stores/location. It shall be the responsibility of the contractor to take delivery of the materials and arrange for its
loading, transport and unloading at the site of work at his own cost. The materials shall be issued between the
working hours and as per the rules of the Owner framed from time to time.
ii) The contractor shall bear all incidental charges for the storage and safe custody of materials at site after these
have been issued to him.
iii) Materials specified to be issued by the Owner shall be issued in standard sizes as obtained from the
manufacturer.
iv) The contractor shall construct suitable godown at the site of work for storing the materials safe against damage
by rain, dampness, fire, theft etc. He shall also employ necessary watch and ward establishment for the
purpose.
v) It shall be duty of the contractor to inspect the material supplied to him at the time of taking delivery and satisfy
himself that they are in good condition. After the materials have been delivered by the Owner, it shall be the
responsibility of the contractor to keep them in good condition and if the materials are damaged or lost, at any
time, they shall be repaired and/ or replaced by him at his own cost, according to the directions of the Engineer-
in-Charge.
vi) The Owner shall not be liable for delay in supply or non-supply of any materials which the Owner has
undertaken to supply where such failure or delay is due to natural calamities, act of enemies, transport and
procurement difficulties and any circumstances beyond the control of the Owner. In no case, the contractor shall
be entitled to claim any compensation or loss suffered by him on this account.
vii) It shall be the responsibility of the contractor to arrange in time all materials required for the works other than
those to be supplied by the Owner. If, however, in the opinion of the Engineer-in-Charge the execution of the
work is likely to be delayed due to the contractor’s inability to make arrangements for supply of materials which
normally he has to arrange for, the Engineer-in-Charge shall have the right, at his own discretion, to Issue such
materials If available with the Owner or procure the materials from the market or elsewhere and the contractor
will be bound to take such materials at the rates decided by the Engineer-in-Charge. This, however, does not in
any way absolve the contractor from responsibility of making arrangements for the supply of such materials in
part or in full, should such a situation occur, nor shall this, constitute a reason for the delay in the execution of
the work.
viii) None of the materials supplied to the contractor will be utilized by the contractor for manufacturing item, which
can be obtained from standard manufacturer in finished form.
ix) The contractor shall, if desired by the Engineer-in-Charge, be required to execute an indemnity bond for safe
custody and accounting of all materials issued by the Owner.
x) The contractor shall furnish to the Engineer-in-Charge sufficiently in advance a statement showing his
requirements of the quantities of the materials to be supplied by the Owner and the time when the same will be
required by him for the works, so as to enable the Engineer-in-Charge to make necessary arrangement for
procurement and supply of the material.
xi) A daily account of the materials issued by the Owner shall be maintained by the contractor indicating the daily
receipt, consumption and balance in hand. This account shall be maintained in a manner prescribed by the
Engineer-in-Charge along with all connected papers viz. requisition, issues etc. and shall be always available
for inspection in the contractor’s office at site.

23

Page 406 of 1870


xii) The contractor should see that only the required quantities of materials are got issued. The contractor shall not
be entitled to cartage and incidental charges for returning the surplus materials, if any, to the stores/location
where from they were issued or to the place as directed by the Engineer-in-Charge.
xiii) Materials/ Equipment supplied by Owner shall not be utilized for any other purpose(s) than issued for.

57 MATERIALS PROCURED WITH ASSISTANCE OF OWNER:

Notwithstanding anything contained to the contrary in any or all the clause of this document where any materials for
the execution of the contract are procured with the assistance of Owner either by issue from Owner’s stock or
purchase made under orders or permits or licences issued by Government, the contractor shall hold the said
materials as trustee for the Owner and use such materials economically and solely for the purpose of the contract
and not dispose them off without the permission of the owner and return, if required by the Engineer-in-Charge, all
surplus or unserviceable materials that may be left with him after the completion of the contract or at its termination
for any reason, whatsoever on his being paid or credited such prices as the Engineer in-Charge shall determine
having due regard to the condition of the materials. The price allowed to the contractor however, shall not exceed
the amount charged to him excluding the storage charges if any. The decision of the Engineer-in-Charge shall be
final and conclusive in such matters. In the event of breach of the aforesaid condition, the contractor shall in terms
of the licenses or permits, and/or for criminal breach of trust, be liable to compensate the Owner a double rate or
high rate, in the event of those materials at that time having higher rate or not being available in the market, then
any other rate to be determined by the Engineer-in-Charge and his decision shall be final and conclusive.

58 MATERIALS OBTAINED FROM DISMANTLING:

If the contractor in the course of execution of the work is called upon to dismantle any part for reasons other than
those stipulated in clauses 64 & 68 hereunder, the materials obtained in the work of dismantling etc. will be
considered as the Owner’s property and will be disposed off to the best advantage of the Owner.

59 ARTICLES OF VALUE FOUND:

All gold, silver and other materials, of any description and all precious stones, coins, treasure relies, antiquities and
other similar things which shall be found in, under or upon the site, shall be property of the Owner and the
contractor shall duly preserve the same to the satisfaction of the Engineer-in-Charge and shall from time to time
deliver the same to such person or person indicated by the Owner.

60 DISCREPANCIES BETWEEN INSTRUCTIONS:

Should any discrepancy occur between the various instructions furnished to the contractor, his agents or staff or
any doubt, arise as to the meaning of any such instructions or should there be any misunderstanding between the
contractor’s staff and the Engineer-in-Charge’s staff, the contractor shall refer the matter immediately in writing to
the Engineer-in-Charge whose decision thereon shall be final and conclusive and no claim for losses alleged to
have been caused by such discrepancies between instructions, or doubts, or misunderstanding shall in any event
be admissible.

61 ALTERATIONS IN SPECIFICATIONS AND DESIGNS AND EXTRA WORK:

A) The Engineer-in-Charge shall have power to make any alterations in, omissions from, additions to of
substitutions for, the schedule of rates, the original specifications, drawings, designs and instructions that may
appear to him to be necessary or advisable during the progress of the work and the contractor shall be bound to
carry out such altered / extra / new items of work in accordance with any instructions which may be given to him
in writing signed by the Engineer-in-Charge and such alterations, omissions, additions or substitutions shall not
invalidate the contract and any altered additional or substituted work which the contractor may be directed to do
in the manner above specified as part of the work shall be carried out by the contractor on the same conditions in
all respect on which he agree to do the main work. The time for completion of work may be extended for the part
of the particular job at the discretions of the Engineer-in-Charge, for only such alteration, additions or
substitutions of the work, as he may consider as just and reasonable. The rates for such additional, altered or
substituted work under this clause shall be worked out in accordance with the following provisions:
a) If the rates for the additional, altered or substituted work are specified in the contract for the work, the
contractor is bound to carry out the additional, altered or substituted work at the same rates as are specified in
the contract.
b) 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 works as specified in the contract for the work.
The opinion of the Engineer-in-Charge as to whether the rates can be reasonably so derived from items in the
contracts will be final and binding on the contractor.
c) If the rates for the altered, additional or substituted work cannot be determined in the manner specified in sub-
clause (a) and (b) above, then the contractor shall inform the Engineer-in-Charge of the rate which is his
intension to charge for such class of work supported by analysis of the rate or rates claimed, and the
Engineer-in-Charge shall determine the rates on the basis of the prevailing market rates of materials, labour

24

Page 407 of 1870


cost at schedule of labour plus 10% to cover contractor’s supervision, overheads and profit and pay the
contractor accordingly. The opinion of the Engineer-in-Charge as to the current market rates of materials and
the quantum of labour involved per unit of measurement will be final and binding on the contractor.
d) Provisions, contained in sub-clause (a) to (c) above shall not, however, apply:
Where the value of alterations / additions / deletions or substitutions exceeds beyond plus or minus 25% of the
estimated contract value (i.e. quoted item rates of contractor shall hold good for variations etc. within plus or
minus 25% of estimated contract value)
B) In the event and as a result of such alternatives / additions / substitutions / deletion, the scope of contract work
exceed the value stipulated in the contract by more than the limits given in clause (d) above, the Contractor shall
claim revision of the rates supported by the proper analysis in respect of such items for quantities in excess of
the above limits, notwithstanding the fact that the rates for such items exist in the tender for the main work or can
be derived in accordance with the provision of sub-clause (b) of Clause 61 A, and the Engineer-in-Charge may
revise their rates having regard to the prevailing market rates, and the contractor shall be paid in accordance
with the rates so fixed. But, under no circumstances the contractor shall suspend / stop / slowdown the work on
the plea of non-settlement of rates of items falling under this clause.

62. ACTION WHERE NO SPECIFICATIONS ISSUED:

In case of any class of work for which there is no such specification given by the Owner 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.

63. ABNORMAL RATES:

The contractor is expected to quote rate for each item after analysis of cost involved for the completion of item/work,
considering all specifications and conditions of contract. This will avoid loss of profit or gain, in case of curtailment
or change of specification for any item. In case it is noticed that the rates for any item, quoted by the tenderer are
unusually high or unusually low (i.e. in case of variation plus or minus 25% between tendered rates and estimates),
it will be sufficient cause for the rejection of the tender unless the Owner is convinced about the reasonableness of
the rates on scrutiny of the analysis for such rate to be furnished by the tenderer on demand.

64 INSPECTION OF WORK:

64.1 The Engineer-in-Charge 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 / workshop where situated premises /workshops of any person,
firm or corporation where work in connect with the contract may be in hand or where materials are being or are to
be supplied, and the contractor shall afford or procure for the Engineer-in-Charge every facility and assistance to
carry out such Inspection. The contractor shall at all time during the usual working hours and at all other time for
which reasonable notice of the intention of the Engineer in-Charge or his representative to visit the works have
been given to the contractor, either himself be present to receive order and instructions or post a responsible agent
duly accredited in writing 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 before covering up or placing any work 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 carrying out such measurement or inspection.

64.2 No materials shall be dispatched by the contractor before obtaining the approval of Engineer-in-Charge in writing.
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 adopt as directed for inspection
or measurement of the works by the Engineer- in-Charge.

65 ASSISTANCE TO THE ENGINEERS:

The contractor shall make available to the Engineer-in-Charge, free of cost necessary instruments and assistance
in checking of setting out of works and taking measurement of work.

66. TESTS FOR QUALITY OF WORKS:

66.1 All workmanship shall be of the respective kinds described in the contract documents and in accordance with the
instructions of the Engineer-in-Charge and shall be subjected from time to time to such test at contractor’s cost as
the Engineer-in-Charge may direct at 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.
66.2 All the tests necessary in connection with the execution of the work as decided by Engineer-in-Charge shall be
carried out at the field testing laboratory of the Owner by paying the charges as decided by the Owner from time to
time. In case of non-availability of test facility with the Owner, the required test shall be carried out at the cost of
contractor at government or any other testing laboratory as directed by Engineer-in-Charge.

25

Page 408 of 1870


66.3 If any tests are required to be carried out in connection with the work or materials of which workmanship is not
supplied by the contractor, such tests shall be carried out by the contractor as per the instructions of Engineer-in-
Charge and cost of such tests shall be reimbursed by the Owner.

67. SAMPLES:

The contractor shall furnish to the Engineer-in-Charge for approval when requested or if required by the
specifications, adequate samples of all materials and finishes to be used in the work. Such samples shall be
submitted before the work is commenced and in ample time to permit tests and examinations thereof. All materials
furnished and finishing applied in actual work shall be fully identical to the approval samples.

68. ACTION AND COMPENSATION IN CASE OF BAD WORK:

If it shall appear to the Engineer-in-Charge that any work has been executed with unsound, imperfect or unskilled
workmanship or with materials of any inferior description, or that any materials or articles provided by the contractor
for the execution of the work are unsound or of a quality inferior to that contracted for, or otherwise not in
accordance with the contract, the contractor shall on demand in writing from the Engineer-in-Charge or his
authorised representative, specifying the work, materials or articles complained of, notwithstanding that the same
have been inadvertently passed, certified and paid for forthwith shall rectify or remove and reconstruct the works
specified and provide other proper and suitable materials or articles at his own charge and cost, and in the event of
failure to do so within a period to be specified by the Engineer-in-Charge in his demand aforesaid, the contractor
shall be liable to pay compensation at the rate of one percentage of the estimated cost of the whole work, for every
week limited to a maximum of 10 per cent of the estimated cost of the whole work, while his failure to do so shall
continue and in the case of any such failure the Engineer-in-Charge may on expiry of notice period 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 of the contractors in all respects. The decision of the Engineer-in-Charge as to any
question arising under this clause shall be final and conclusive.

69. SUSPENSION OF WORKS:

The contractor shall, if ordered in writing by the Engineer-in-Charge or his representative, temporarily suspend the
works or any part thereof for such period and such time as so ordered and shall not, after receiving such written
order, proceed with the work therein ordered to be suspended, until he shall have received a written order to
proceed therewith. The contractor shall not be entitled to claim/ compensation for any loss or damage sustained by
him by reason of temporary suspension of the works aforesaid. An extension of time for completion, corresponding
with the delay caused by any such suspension of the works as aforesaid will be granted to the contractor, should
he apply for the same, provided that suspension was not consequent to any default or failure on the part of the
contractor.

70. OWNER MAY DO PART OF WORK:

Upon failure of the contractor to comply with any instructions given in accordance with the provisions of the
contract, the owner has the alternative right, instead of assuming charge for entire work to place additional labour
force, tools, equipments and materials on such parts of the work, as the owner may designate or also engage
another contractor to carry out the work. In such cases, the owner shall deduct from the amount which otherwise
might become due to the contractor, the cost of such work and materials with ten percent added to cover all
departmental charges and should the total amount thereof exceed the amount due to the contractor, the contractor
shall pay the difference to the owner.

71. POSSESSION PRIOR TO COMPLETION:

The Engineer-in-Charge shall have the right to take possession of or use any completed or partially completed work
or part of the work. Such possessions or use shall not be deemed to be an acceptance of any work completed in
accordance with the contract agreement. If such prior possession or use by the Engineer-in-Charge delays the
progress of work, suitable adjustment in the time of completion will made and contract agreement shall be deemed
to be modified accordingly.

72. PERIOD OF LIABILITY FROM THE DATE OF COMPLETION OF WORK:

72.1 The contractor shall guarantee the installation/site work for a period of - 12 (twelve) Months from the date of
completion of work, unless otherwise specified. Any damage that may lie undiscovered at the time of issue of
completion certificate, connected in any way with the equipment or materials supplied by him or in the workmanship
shall be rectified or replaced by the contractor at his own expense as deemed necessary by the Engineer-in-
Charge or in default, the Engineer-in-Charge may cause the same made good by other workmen and deduct
expenses (for which the certificate of Engineer-in-Charge shall be final) from any sums that may be then or at any
time thereafter, become due to the contractor or from his security deposit.

26

Page 409 of 1870


In case the defect arises within the abovementioned Defect Liability Period (DLP) and the same is repaired/replaced,
the DLP for the repaired/replaced job/item will be extended suitably so as to cover the original DLP. However, in
no case, such extension will exceed 24 months from date of start of initial DLP.

27

Page 410 of 1870


72.2 If the contractor feels that any variation in work or in quality of materials or proportions would be beneficial or
necessary to fulfill the guarantee called for, he shall bring this to the notice of the Engineer-in-Charge in writing. The
work will not be considered as complete and taken over by the Owner until all the temporary works etc.,
constructed by the contractor is removed and work site cleaned to the satisfaction of Engineer-in-Charge.

72.3 Care of Works:


From the commencement to completion of works, the contractor shall take full responsibility for the care of all works
including all temporary works, and in case any damage, loss or injury happens to the works or to any part thereof or
to any temporary work, from any cause whatsoever, he shall at own cost repair and make good the same, so that at
completion, the work shall be in good order and in conformity in every respect with the requirements of the contract
and the Engineer-in-Charge’s instructions.

72.4 Effects prior to taking over:


If at any time, before the work is taken over, the Engineer-in-Charge shall

a) Decide that any work done or materials used by the contractor or any sub-contractor is defective or not in
accordance with the contract or that the works or any portion thereof are defective or do not fulfill the
requirements of contract (all such matters being herein after called ‘Defects’ in this clause) and
b) As soon as reasonably practicable, notice given to the contractor in writing of the said decisions specifying
particulars of the defects alleged to exist or to have occurred, then the contractor shall at his own expenses
and with all speed make good the defects so specified.
In the case contractor shall fail to do so, the Owner may take, at the cost of the contractor, such steps as may in all
circumstances, be reasonable to make good such defects. The expenditure, so incurred by the Owner shall be
recovered from the amount due to the contractor. The decision of the Engineer-in-Charge with regard to the
amount be recovered from the contractor will be final and binding on the contractor. As soon as the works have
been completed in accordance with the contract (except in minor respects that do not affect their use for the
purpose for which they are intended and except for maintenance thereof provided in clause 72.1) and have passed
the tests on completion, the Engineer-in-Charge shall issue a certificate (hereinafter called completion certificate) in
which he shall certify the date on which the work have been so completed and have passed the said tests and the
Owner shall be deemed to have taken over the works on the date so certified. If the works have been divided into
various groups in the contract, the Owner shall be entitled to take over any group or groups before the other or
others and thereupon the Engineer-in-Charge shall issue a completion certificate which will however, be for such
group or groups as taken over only.

72.5 Defects after taking over:


In order that the contractor could obtain a completion certificate, he shall make good with all possible speed, any
defect arising from the defective materials supplied by the Contractor or workmanship or any act of omission of the
contract that may have been noticed or developed after the works or group of the works has been taken over. The
period allowed for carrying out such work will be normally one month. If any defect be not remedied within a
reasonable time, the Owner may proceed to do the work at the contractor’s risk and expense and recover such
expenses and other charges from amount payable to the contractor including security deposit and the contractor,
on demand of owner, shall pay the balance amount, if any, to the owner. If by reason of any default on the part of
the contractor a completion certificate has not been issued in respect of every portion of the work within one month
after the date fixed by the contract for the completion of the works, the Owner shall be at his liberty to use the works
or any portion thereof in respect of which a completion certificate has been issued provided that the works or the
portion thereof so used as aforesaid shall be afforded reasonable opportunity for completing these works for the
issue of completion certificate.

72.6 The Security Deposit/retention money deducted / furnished as per clause 18 of GCC shall be retained for the period
of liability as given in clause 72.1 above. This Retention amount or Bank Guarantee furnished against Security
Deposit/retention money shall be released only on expiry of the period of liability and also based on the certification
of the Engineer-in-charge that no defect/damage has been reported / observed during the stipulated period of
liability for the contract.

72.7 Performance of contractor shall be evaluated on each job by Engineer-in-Charge and recorded. The format given
below is only indicative of major parameters on which performance will be evaluated. However, the detailed
contractor performance monitoring format prevailing at the time of evaluation of contractor performance will be
used. Review of performance will be carried out at appropriate intervals by BPCL.

28

Page 411 of 1870


PERFORMANCE OF CONTRACTOR

Date... .................

JOB : ...................................................................................................................................................................
CONTRACTOR : ..................................................................................................................................................
CONTRACT NO. & DATE .....................................................................................................................................
DATE OF START : .................................................... DATE OF COMPLETION: ...................................................

PARAMETERS REMARKS

Resource Mobilisation
Quality consciousness
Safety awareness
Concern for Housekeeping

ENGINEER-IN-CHARGE
NAME
DESIGNATION

29

Page 412 of 1870


SECTION VI
BILLS / MEASUREMENT / PAYMENT

73. SCHEDULE OF RATES AND PAYMENTS:

i) Contractor’s Remuneration
The price to be paid by the Owner to contractor for the whole of the work to be done and the performance of all the
obligations undertaken by the contractor under the contract documents shall be ascertained by the application of
the respective item rates (the inclusive nature of which is more particularly defined by way of application but not of
limitation, with the succeeding sub-clause of this clause) and payment to be made accordingly for the work actually
executed and approved by the Engineer-in-Charge. The sum so ascertained shall (excepting only as and to the
extent expressly provided herein) constitute the sole and inclusive remuneration of the contractor under the
contract and no further payment whatsoever shall be or become due or payable to the contractor under the
contract.

ii) Schedule of rates to be inclusive:


The prices/rates quoted by the contractor shall remain firm till the issue of final completion certificate and shall not
be subject to escalation. Schedule of rates shall be deemed to include and cover all costs, expense and liabilities of
every description and all risk of every kind to be taken in executing, completing and handing over the work to the
Owner by the Contractor. The Contractor shall be deemed to have known the nature, scope, magnitude and the
extent of the works and materials required, though the contract document may not fully and precisely furnish them.
He shall make such provision in the item rates as he may consider necessary to cover the cost of such items of
work and materials as may be reasonable and necessary to complete the works. The opinion of the Engineer-in-
Charge as to the items of work which are necessary and reasonable for completion of work shall be final and
binding on the contractor, although the same may not be shown on or described specially in contract documents.
Generality of this present provision shall not be deemed to cut down or limit in any way because in certain cases it
may and in other cases it may not be expressly stated that the contractor shall do or perform a work or supply
articles or perform services at his own cost or without addition of payment or without extra charges or words to the
same effect or that it may be stated or not stated that the same are included in and covered by the schedule of
rates.

iii) Schedule of Rates to Cover Constructional Equipments, Materials, Labour etc.


Without in any way limiting the provisions of the preceding sub-clause, the schedule of rates shall be deemed to
include and cover the cost of all constructional equipment, temporary work (except as provided for herein), pumps,
materials, labour, the insurance, fuel, stores and appliances to be supplied by the contractor and other matters in
connection with each item in the schedule of rates and the execution of the works or any portion thereof, finished,
complete in every respect and maintained as shown or described in the contract documents or may be ordered in
writing during the continuance of this contract.

iv) Schedule of Rates to cover Royalties, Rents and Claims:


The Schedule of Rates shall be deemed to include and cover the cost of all royalties and fees for the articles and
processes, protected by letters, or otherwise incorporated in or used in connection with the works, also all royalties,
rents and other payments in connection with obtaining materials of whatsoever kind for the works and shall include
an indemnity to the Owner which the contractor hereby gives against all actions, proceedings, claims damages,
costs and expenses arising from the incorporation in or use on the works of a such articles, processes or materials,
Octroi or other municipal or local Board charges levied on materials, equipment or machineries to be brought to site
for use on work shall be borne by the contractor.
v) Schedule of Rates to Cover Taxes and Duties:

No claim or exemption or reduction of customs duties, excise duties, sales tax, quarry or any port dues, transport
charges, stamp duties or Central or States Government or Local Body or Municipal Taxes or duties, taxes or
charges (from or of any other body), whatsoever, will be granted or obtained, all of which expenses shall be
deemed to be included in and covered by the Schedule of Rates. Contractor shall also obtain and pay for all
permits, or other privileges necessary to complete work.

vi) Schedule of Rates to cover Risk of Delay:


The schedule of Rates shall be deemed to include and cover the risk of all possibilities of delay and interference
with the contractors conduct of work which occur from any cause including orders of owner in the exercises of his
powers and on account of extension of time granted due to various reasons and for all other possible or probable
cause of delay.

vii) Schedule of Rates cannot be altered:

For work under unit rate basis, no alteration will be allowed in the schedule of Rates by reason of work or any part
of them being modified, altered, extended, diminished or omitted. The schedule of Rates are fully Inclusive rates
which have been fixed by the contractor and agreed to the Owner and cannot be altered.

30

Page 413 of 1870


For lumpsum contract, the payment will be made according to the work actually carried out for which purpose an
item wise or workwise, Schedule of rates shall be furnished, suitable for evaluating the value of work done and
preparing running account bills.

74. PROCEDURE FOR MEASUREMENT / BILLING OF WORK IN PROGRESS:

i) Measurements:
All measurements shall be in metric system. All the works in progress will be jointly measured by the representative
of the Engineer-in-Charge and the Contractor’s authorised agent progressively. Such measurement will be got
recorded in the measurement book by the Engineer-in-Charge or his authorised representative and signed in token
of acceptance by the contractor or his authorised representative.
For the purpose of taking joint measurement the contractor’s representative shall be bound to be present whenever
required by the Engineer-in-Charge. If, however, he absents for any reason whatsoever the measurement will be
taken by the Engineer-in-Charge or his representative and this will be deemed to be correct and binding on the
contractor.

ii) Billing:
The contractor will submit a bill in approved proforma in duplicate (triplicate in the case of jobs executed through
PMC) to the Engineer-in-Charge of the work giving abstract and detailed measurements for the various items
executed during a month, before the expiry of the 1st week of the succeeding month. The Engineer-in-Charge shall
take or cause to be taken the requisite measurements for the purpose of having the same verified and the claim, as
far as admissible, adjusted, if possible, before the expiry of 10 days from presentation of the bill.

iii) Dispute in Mode of Measurements:


In case of any dispute as to the mode of measurement not covered by the contract to be adopted for any item of
work, mode of measurement as per latest Indian Standard Specifications shall be followed.

75. LUMPSUMS IN TENDER:

For the items in tender where it includes lumpsum in respect of parts of work, the contractor shall be entitled to
payment in respect of the items at the same rates as are payable under this contract for such items, or if part of the
work in question is not In the opinion of the Engineer-in-Charge capable of measurement of determination, the
owner may at his discretion pay the lumpsum amount entered in the tender or a percentage thereof and the
certificate in writing of the Engineer-in-Charge shall be final and conclusive against the contractor with regards to
any sum or sums payable to him under the provisions of the clause.

76. RUNNING ACCOUNT PAYMENTS TO BE REGARDED AS ADVANCES:

All running account payments shall be regarded as payment by way of advance against the final payment only and
not as payments for work actually done and completed and shall not preclude the requiring of bad, unsound and
imperfect, or unskilled work to be removed and taken away and reconstructed or re-erected or be considered as an
admission of the due performance of the contract, or any part thereof in this respect, or of the accruing of any claim
by the contractor, nor shall it conclude, determine or affect in any way the powers of the Owner under these
conditions or any of them as to the final settlement and the adjustments of the accounts or otherwise, or in any
other way vary or affect the contract.

The final bill shall be submitted by the contractor within one month of the date of physical completion of the work,
and settled immediately but not later than 60 days. Otherwise the Engineer-in charge’s certificate of the
measurement and of total amount payable for the work accordingly shall be final and binding on all parties. The final
bill shall be presented by the contractor along with ‘No claim certificate’ in a format acceptable to the owner or such
other documents as directed by the owner.

77. EXTRA WORK:

Should the contractor consider that he is entitled to any extra payment for extra job carried out whatsoever in
respect of the works, he shall forthwith give notice in writing to the Engineer-in-Charge that he claims extra payment
for the extra work. Such notice shall be given to the Engineer-in-Charge within one week from the ordering of any
extra work or happening of any event, upon which the contractor bases such claims, and such notice shall contain
full particulars of the nature of such claim with full details and amount claimed. Failure on part of the contractor to
put forward any claim with the necessary particulars as above within the time above specified shall be an absolute
waiver thereof. No omission by the owner to reject any such claim and no delay in dealing therewith shall be waiver
by the owner of any rights in respect thereof.

78. PAYMENT OF CONTRACTOR’S BILL:

Generally no payment shall be made for works estimated to cost less than Rs. 50,000/- till the whole of the work
shall have been completed. But in case of works estimated to cost more than Rs. 50,000/-, the contractor on
submitting the bill thereof shall be entitled to receive a monthly payment proportionate to the part thereof

31

Page 414 of 1870


approved and passed by the Engineer-in-Charge, whose certificate of such approval and passing of the sum so
payable shall be final and conclusive against the contractor. This payment will be made after making necessary
deductions as stipulated elsewhere in the contract document for materials, security deposit or any moneys due to
the Owner etc.

75% payment of the Running Account bill (RA bill) shall be released within 15 calendar days of receipt of RA bill
duly certified by Engineer-in-charge (EIC) and the balance payment shall be released within 30 days of receipt of
RA bill by EIC after detailed scrutiny.

79. MODE OF PAYMENT:

Payment will be made to the contractor normally through NEFT or RTGS mode.

80. COMPLETION CERTIFICATE:

80.1 Application for Completion Certificate:


When the contractor fulfills his obligation under clause 72.4, he shall be eligible to apply for completion certificate.
The contractor may apply for separate completion certificate in respect of each such portion of the work by
submitting the completion documents along with such application for completion certificate.
The Engineer-in-Charge shall normally issue to the contractor the completion certificate within one month after
receiving an application from the contractor after verifying from the completion documents and satisfying himself
that the work has been completed in accordance with and as set out in the construction and erection drawings and
the contract documents.

The contractor, after obtaining the completion certificate is eligible to present the final bill for the work executed by
him under the terms of contract.

80.2 Completion Certificate:


The contractor shall be furnished with a certificate by the Engineer-in-Charge of such completion, but no certificate
shall be given nor shall the work be deemed to have been executed until all scaffolding surplus materials and
rubbish is cleared off the site completely or until the work shall have been measured by the Engineer-in-Charge
whose measurement shall be binding and conclusive. The work will not be considered as complete and taken over
by the Owner, until all the temporary works, labour and staff colonies etc. constructed are removed and the work
site cleaned of all debris etc., as described in clause in 80.3 below and to the satisfaction of the Engineer-in-
Charge.

If the contractor shall fail to comply with the requirements of this clause on or before the date fixed for the
completion of the work, the Engineer-in-Charge may at the expenses of the contractor remove such scaffolding,
surplus materials and rubbish and dispose off the same as he thinks fit and clean off such dirt as aforesaid, and the
contractor shall forthwith pay the amount of all expenses so incurred and shall have no claim in respect of any such
scaffolding or surplus materials as aforesaid except for any sum actually realised by the sale thereof.

80.3 Clearing the site:


Cart away all debris generated from the work and dispose it off without giving rise to any complaints from local,
municipal or government authorities. Metal scraps or any other scrap including wooden packing materials shall be
disposed as instructed by the Engineer-in-Charge or as follows:
a) All unused scrap steel bar/ structural steel sections/pipe materials etc., (Free issue by owner) shall be the
property of the owner and the same shall be returned by the contractor category-wise at their own cost to
Owner’s store. The weighment slip issued by the Warehouse (in original) is required to be attached along
with the final bill/ material reconciliation statement. In case, the material is supplied by the contractor, as
per their scope of work, the scrap material generated out of the same should be taken out at their own
cost before the settlement of the final bill.
b) Insulation material (either issued by owner to the contractor or supplied by contractor) shall be kept in the
area allocated by owner. During the insulation activities, the contractor should keep the work area clean
on day-to-day basis. On completion of insulation job, all debris/packing should be taken out to the
designated location or as directed by the Engineer in charge for disposal at their own cost before the
settlement of the final bill.

80.4. The financial implication of above, if any, should be taken care of in the quoted rates; and no separate claim shall
be entertained on this account. The final bill of the contractor shall be linked with the area cleaning in all respects,
including removal of shuttering material, disposal of debris/scrap etc. to the entire satisfaction of Engineer-in-
Charge.

81. FINAL DECISION AND FINAL CERTIFICATE:

Upon Expiry of the period of liability and subject to the Engineer-in-Charge being satisfied that the works have been
duly maintained by the contractor during monsoon or such period as herein before provided in clause 72 and that
the contractor has in all respect duly made up any subsidence and performed all his obligations under the contract,

32

Page 415 of 1870


the Engineer-in-Charge shall (without prejudice to the rights of the Owner to retain the provisions of relevant clause
hereof) give a certificate herein referred to as the final certificate to that effect. The contractor shall not be
considered to have fulfilled the whole of his obligations under the contract until Final Certificate have been given by
the Engineer-in-Charge notwithstanding any previous entry upon the work and taking possession, working or using
of the same or any part thereof by the owner.

82. CERTIFICATE FOR PAYMENTS AND EVIDENCE OF COMPLETION:

Except the final certificate, no other certificate or payments against a certificate or on general account shall be
taken to be an admission by the Owner of the due performance of the contract or any part thereof or occupancy or
validity of any claim by the contractor.

33

Page 416 of 1870


SECTION VII
TAXES/DUTIES/INSURANCE

83. TAXES, DUTIES, OCTROI ETC.:

The contractor agrees to and does hereby accept full and exclusive liability for the payment of any and all taxes,
duties, octroi etc. now in force or hereafter Imposed, increased or modified, from time to time in respect of work and
materials and all contributions and taxes for unemployment compensation, insurance and old age pensions or
annuities now or hereafter imposed by any Central or State Government 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
secure the compliance by 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 of Local Authority by reason of any violation by contractor or sub-contractor of such laws, regulations or
requirements and also from all claims, suits or proceeding that may be brought against the Owner arising under,
growing out of, or by reason of the work provided for by this contract by third parties, or by Central or State
Government authority or any administrative sub-division thereof.

84. INSURANCE:

Contractor shall at his own expenses carry and maintain insurance with reputable insurance companies to the
satisfaction of the Owner as follows:

i) Employees State Insurance Act:


The Contractor agrees to and does hereby accept full and exclusive liability for the compliance with all
obligations imposed by the 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 Employee State 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.
The contractor agrees to filing, 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 employees whose
aggregate remuneration as fixed by the concerned authorities and who are employed in the work
provided for 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 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 authorized bank, Employee’s State Insurance Corporation
Account, the Employee’s contribution as required by the Act. The contractor agrees to maintain all Cards
and records as required under the Act in respect of employees and the payments and the contractor shall
secure the agreement of the subcontractor to maintain such records. Any expenses incurred for the
contribution, making contribution or maintaining records shall be to the contractor’s or sub-contractor’s
account.
The Owner shall retain such sum as may necessary, from the total contract value until contractor shall
furnish satisfactory proof that all contributions as required by the Employees State Insurance Act, 1948,
have been paid.
ii) Workman’s Compensation and Employee’s Liability Insurance:
Insurance shall be effected for all the Contractor’s employees engaged in the performs of this contract, if
any of the work is sublet, the contractor shall require the sub-contractor to provide workman’s
compensation and employer’s liability Insurance for the latter’s employees if such employees are not
covered under the contractors insurance.
iii) Any other Insurance Required Under Law or Regulations or by Owner:
Owner shall cover Project Material and Equipments under and over all Marine-cum-Erection Insurance
Policy. Contractor shall carry and maintain any and all other insurance which be required under any law
or regulation from time to time. He shall also carry and main any other insurance which may be required
by the Owner.
iv) Automobile Liability Insurance:
Contractor shall take out an Automobile Liability Insurance to cover all risks to Owner for each of his
vehicles plying on works of this contract and these insurance shall be valid for the total contract period.
No extra payments 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 toss result from unauthorised use of the
vehicle.

34

Page 417 of 1870


85. DAMAGE TO PROPERTY:

i) 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 or being
procured by the Owner or of other agencies within the premise all the work of the Owner, if such loss or
damage is due to fault and/or the negligence willful acts or omission of contractor, his employees, agents,
representative or sub-contractor.
ii) The contractor shall indemnify and keep the Owner harmless of all claims for damage to property other
than Owner’s property arising under or by reason of this agreement if such claims results from the fault
and/or negligence or willful acts or omission of contractor, his employees, agents, representatives or sub-
contractors.

35

Page 418 of 1870


SECTION VIII
LABOUR LAWS AND OTHER REGULATIONS
86. LABOUR LAWS:

i) No labour below the age of eighteen years shall be employed on the work.
ii) The contractor shall not pay less than what is provided under the Minimum Wages Act for the applicable
trade or category of workman to the worker engaged by him on the work and also ensure that any sub-
contractors engaged by him also pay not below the applicable minimum wages under the Act and hold
the company, indemnified in respect of any claims that may arise in respect or non-compliance with this
requirements.
iii) The contractor shall observe all the formalities required under the provisions of the contract labour
(Regulation 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 workmen to be
employed by him or through sub-contractor and get him self registered under the Act. He shall produce
the certificate of registration granted by the Govt. authority under the Act to the company before
commencement of work. The company recognises only the contractor and not his sub-contractors under
the provisions of the Act. The contractor will have to submit daily a list of his employees, who will be
entering the Company’s premises for the work awarded. He will also keep his wage register available at
all times as close to the work site as possible and produce the same for inspection whenever required by
designated Company officials. If the company so desires, a deposit may be taken from the Contractor to
be refunded only after the Company is satisfied that all the workmen employed by the contractor have
been fully paid for the period of work in Company’s premises at least at rates equal to or better than
wages provided for under the Minimum Wages Act.
iv) The Contractor will comply with the provisions of the employee’s Provident Fund Act and the Family
Pension Fund Act as may be applicable and as amended from time to time. Contractor shall obtain their
own provident fund account number. Offer of the contractor who does not have provident fund account
will be liable for rejection.
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.

87. IMPLEMENTATION OF APPRENTICES ACT 1961:

The Contractor shall comply with provisions of the Apprentices Act 1961 and the Rules/orders issued thereunder
from time to time. If he fails to do so, his failure will be 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.

88. CONTRACTOR TO INDEMNIFY THE OWNER:

i) The contractor shall indemnity the owner and every member, officer and employee of the Owner, also the
Engineer-in-Charge and his staff against all actions, proceedings, claims, demands, costs, and expenses
whatsoever arising out of or in connection with the matters referred to in clause 84 and all actions/
proceedings, claims, demands, costs and 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 documents. The Owner shall not be liable for or in respect of any demand or compensation
payable by law 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 and compensations and against all claims, damage,
proceedings, costs, charges and expenses whatsoever, thereof or in relation thereto.
ii) Payment of Claims and Damages:
Should the Owner have to pay any money in respect of such claims or demands as aforesaid the amount
so paid and the costs incurred by the Owner shall be charged to and paid the Contractor and the
contractor shall not be at liberty to dispute or question the rig of the Owner to make such payments
notwithstanding the same may have been made without his consent or authority or in law or otherwise to
the country.
In every case to which by virtue of the provisions of Section 12, sub-section (I) of workmen’s
compensation Act 1923 or other applicable provisions of workmen’s Compensation Act any other Act, the
Owner is obliged to pay compensation to a workmen employed by 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 Section 12 sub-section (2) of 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 the contract or otherwise. The Owner shall not be bound to contest any clime
made under Section 12, sub-section (I) of the said Act except on the written request of contractor and
upon his giving to the Owner full security for all costs for which the Owner might become liable on
consequence of contesting such claims.

36

Page 419 of 1870


iii) Employment Liability:
a) The contractor shall be solely and exclusively responsible for engaging or employing persons for the
execution of work. All employees engaged by the contractor shall be on his/ their payroll and paid by him/
them. All disputes or differences between the contractor and his/ their employees shall be settled by him/
them. Owner has absolutely no liability whatsoever concerning the employees of the contractor. The
contractor shall indemnify owner against all loss or damage or liability arising out of or in the course of his/
their employees. The contractor shall make regular and full payment of wages without giving 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 such payments directly, to such employee or
sub-contractor of the contractor and recover the amount in full from the bills of 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 with regard to payment of wages of his employees and
also of employees of his sub-contractor.

b) The Contractor shall advise in writing to all of his employees and the employees of his sub-contractor as
follows:
It is fully understood that your appointment and/ or deployment is only in connection with the work / job
and it does not give you any right of claim for employment by owner.

89.A HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS:

In respect of all labour directly employed in the works for performance of the contractor’s par this agreement, the
contractor shall comply with or cause to be complied with all the rules and regulations of the local sanitary and other
authorities or as framed by the Owner from time to time for the protection of health and sanitary arrangements for all
workers.

89.B MEDICAL FITNESS CERTIFICATION :

Contractor shall follow guidelines for medical fitness certification of workers employed for working at height more than 30
metres using temporary structures.

90. SAFETY REGULATIONS:

i) In respect of all labour, directly or indirectly employed In the work for the performance of contractor’s part of
this agreement, the contractor shall at his own expenses arrange for all safety provisions as per safety codes of
C.P.W.D. Indian Standard Institution, the Electricity Act, The Mines Act and any such other acts as applicable.
ii) The Contractor shall ensure that he, his sub-contractor and his, or their personnel or representatives shall
comply with all Fire / Safety regulations issued from time to time by the Company or otherwise howsoever and
should any injury resulting in death or not or loss / or damage due to Fire to any property or a portion thereof,
occurred as a result of failure to comply with such regulations, the contractor shall be held responsible for the
consequences thereof and shall keep the company harmless and indemnified.

91. A ARBITRATION:

“Any dispute or difference whatsoever arising out of or in connection with this Agreement
including any question regarding its existence, validity, construction, interpretation,
application, meaning, scope, operation or effect of this contract or termination thereof shall
be referred to and finally resolved through arbitration as per the procedure mentioned
herein below :

a. The dispute or difference shall, in any event, be referred only to a Sole Arbitrator

b. The appointment and arbitration proceedings shall be conducted in accordance with


SCOPE forum of Arbitration Rules for the time being in force or as amended from time to
time

c. The Seat of arbitration shall be at Mumbai.(INDIA)

d. The proceedings shall be conducted in English language

e. The cost of the proceedings shall be equally borne by the parties, unless otherwise directed by the
Sole Arbitrator ”.

37

Page 420 of 1870


.

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


IN A PURCHASE OR SERVICE CONTRACT :

In the event of any dispute or differences between the VENDOR/ CONTRACTOR/ SUPPLIER
and the OWNER, if the VENDOR/ CONTRACTOR/ SUPPLIER is a Government Department, a
Government Company or a Undertaking in the public sector, then it stands modified to the
following extent:-

all disputes and differences of whatsoever nature arising out of or in relation to this
Contract/ Agreement or in relation to any subsequent contract/ agreement between the
parties shall be attempted to be resolved amicably by mutual discussions between the
parties. If they are not settled at the implementation level of officers, then these unresolved
disputes/ differences will be referred for resolution by discussions with the concerned
Director of BPCL and the concerned Director of vendor/ contractor/ supplier. In case same
does not resolve the difference within 30 days, arbitration clause as hereunder would apply.

In the event of any dispute or difference relating to the interpretation and application of the
provisions of the contract, such dispute or difference shall be referred by either party for
Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the
Secretary to the Government of India in-charge of the Department of Public Enterprises. The
Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause.
The award of the Arbitrator shall be binding upon the 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 the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice,
Government of India. Upon such reference the dispute shall be decided by the Law Secretary
or the Special Secretary/ Additional Secretary, when so authorized by the 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.

91.B SETTLEMENT OF DISPUTES BETWEEN PUBLIC SECTOR UNDERTAKING/ PUBLIC SECTOR ENTERPRISES/
GOVERNMENT DEPARTMENT:

i. If the CONTRACTOR is a Public Sector Undertaking or Enterprise or is a Government Department, any dispute or
difference between the parties hereto arising out of any notified claim of the CONTRACTOR in terms hereof and/ or
arising out 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) which cannot be resolved amicably by mutual consultation or through
the good offices of empowered agencies of the Government, shall be referred to the Permanent Machinery of

38

Page 421 of 1870


Arbitrators of Department of Public Enterprises, New Delhi, under the guidelines issued by Government of India.
The Arbitration and Conciliation Act, 1996 or any other law for the time being in force shall not be applicable to the
arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the
dispute. However, any party aggrieved may file an appeal against the award before the Law Secretary, Department of
Legal Affairs, Ministry of Law and Justice, Government of India for setting aside the award published by PMA. Upon such
reference the dispute shall be decided by the Law Secretary whose decision on the appeal shall bind the parties finally
and conclusively. The parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator.
ii. 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.

92. JURISDICTION :

The contractor shall be governed by the Laws in force in INDIA. The contractor hereby submits to the jurisdiction of the
Courts situated at Mumbai (Ernakulam-in the case of Kochi Refinery), for the purpose of actions and proceedings arising
out of the contract and the courts at Mumbai (Ernakulam-in the case of Kochi Refinery), only will have jurisdiction to hear
and decide such actions and proceedings.

93. Order of Precedence for works / Services Contracts:

1. Contract Agreement (in GCC)


2. Detailed letter of Acceptance along with its enclosures
3. Letter of Award / Fax of Acceptance
4. Job Specifications (specific to particular job only)
5. Drawings
6. Special Conditions of Contract (SCC)
7. Technical Specifications
8. Instructions to Bidders
9. General Conditions of Contract (in GCC)
10. Other Documents

Additionally, any variation or amendment / change order issued after signing of formal contract shall take precedence over
respective clauses of the formal contract and its Annexures.

94 . LIMITATION OF LIABILITY

The aggregate total liability of the Contractor to Owner under the Contract shall not exceed the total Contract Price, except that this
Clause shall not limit the liability of the Contractor for following:

(a) In the event of breach of any Applicable Law;

(b) In the event of fraud, willful misconduct or illegal or unlawful acts, or gross negligence of the Contractor or any person
acting on behalf of the Contractor; or

(c) In the event of acts or omissions of the Contractor which are contrary to the most elementary rules of diligence which a
conscientious Contractor would have followed in similar circumstances; or

(d) In the event of any claim or loss or damage arising out of infringement of Intellectual Property; or

(e) For any damage to any third party, including death or injury of any third party caused by the Contractor or any person
or firm acting on behalf of the Contractor in executing the Works. Neither Party shall be liable to the other Party for
any kind of indirect or consequential loss or damage like, loss of use, loss of profit, loss of production or
business interruption which is connected with any claim arising under the Contract.

39

Page 422 of 1870


95. TERMINATION FOR CONVENIENCE :

BPCL shall, in addition to any other right enabling it to terminate the contract, have the right to terminate the contract at any
time by giving prior written notice of at least 14 days to the contractor. Such termination shall be without prejudice to the
rights of the parties that have accrued on or before the date of termination of the contract.

If the contract is terminated under this provision, the contractor is entitled to be compensated as under:-

a. the contract price attributable to the works performed as at the date of termination

and
b. the reasonable costs incurred by the contractor for termination of subcontractors or the repatriation of the
contractors’ and subcontractors’ employees

less

the aggregate of all previous payments allocated to the works.

Any sums due to BPCL from the contractor accruing prior to the date of termination will be deducted from the amount to be
paid to the contractor under the contract.

If, as a result of any such deductions, there is a negative amount payable to the contractor, then the contractor
must pay an amount equal to such negative sum to BPCL within 15 days of BPCL intimating the contractor.

96. VARIATION IN CONTRACT VALUE :

Compensation for Reduction in Contract value due to change in quantity:

 Upto & inclusive of (-) 25% of Total Contract Value (TCV): No cost compensation.
 Beyond (-) 25% of TCV: Cost compensation @ 10% of reduction in the contract value from (-) 25% of TCV (i.e.
75% of TCV).

Discount to be obtained for Increase in contract value due to change in quantity:

 Upto & inclusive of (+) 50% of TCV: No discount.


Beyond (+) 50% of TCV: Reduction @ 10% of increase in the contract value beyond (+) 50% of TCV.

40

Page 423 of 1870


SECTION - IX
VARIOUS PROFORMA

ANNEXURE 1
PROFORMA OF AGREEMENT

CONTRACT AGREEMENT FOR THE WORK OF ......................................................................................


.................................................................................... DATED .............................................................
................................................................................................................................................................ between M/s
................................................................................................................................................................. in the town of
....................................................................................... hereinafter called the “CONTRACTOR” (which term shall unless excluded by
or repugnant to the subject or context include its successors and permitted assignees) of the one part and the Bharat Petroleum
Corporation Limited hereinafter called the “OWNER” (which term shall, unless excluded by or repugnant to the subject to context include
its successors and assignees) of the other part.

The Owner being desirous of having provided and executed works mentioned, enumerated or referred to in the tender
documents including Short Tender Notice. General Tender Notice, General Conditions of Contract, Special Conditions of
Contracts, Specifications, Drawings, Plans, Time Schedule for Completion of jobs, Agreed Variations, other documents,
has called for Tender.
WHEREAS
A.
B. The contractor has inspected the site and surroundings of the works specified in the tender documents and has satisfied
himself by careful examination before submitting his tender as to the nature of the surface strata, soil, sub-soil and
ground, the form and nature of site and local conditions, the quantities, nature and magnitude of the work, the availability
of labour and material necessary for the execution of work, the means of access to site, the supply of power and water
thereto and the accommodation he may require and has made local and independent enquiries and obtained complete
information as to the matters and things referred to, or implied in the tender documents or having any connection
therewith and has considered the nature and extent of all probable and possible situations, delays, hindrances, or
interferences to or with the execution and completion of the work to be carried out under the Contract and has examined
and considered all other matters, conditions and things and probable and possible contingencies and generally all
matters incidental thereto and ancillary and thereof effecting the execution and completion of the work and which might
have influenced him in making his tender.
C. The Notice Inviting Tender, General Conditions of Contract, Special Conditions of Contract, Specification, Drawings,
Plans, Time Schedule of Jobs, and other documents, copies of all which are hereto annexed and marked “A”, the letter
of submission of tender and Acceptance of Tender and statement of agreed variations with its enclosures, copies of
which are also hereto annexed and marked “B” form part of his contract though separately set out herein and or
included in the expression “CONTRACT” wherever herein used.
And whereas:
The Owner accepted the Tender of the Contractor for the Provision and the execution of the said work at the rates
stated in the Schedule of Quantities of works and finally approved by Owner (hereinafter called the “Schedule of Rates”)
upon the terms and subject to the conditions of contract.
Now this Agreement Witnesseth And, it is hereby agreed and declared as follows:
In consideration of the payment to be made to the contractor for the work to be executed by him, the contractor hereby
convensants with the owner that the contractor shall and will duly provide, execute and complete the said works and
shall do and perform all other acts and things in the contract mentioned or described or which are to the implied
therefrom or may be reasonably necessary for the completion of the said works and at the said times and in the manner
and subject to the terms and conditions or stipulations mentioned in the contract.
In consideration of the due provision, execution and completion of the said works, the Owner does hereby agree with
the contractor that the Owner will pay to the contractor the respective amounts for the works actually done by him and
approved by the Owner at the Schedule of Rates and such other sum payable to the contractor under provision of
Contract, such payments to be made at such time in such manner as provided for in the contract.
AND
In consideration of the due provision, execution and completion of the said works the contractor does hereby agree to
pay such sums as may be due to the Owner for the services rendered by the owner to the contractor, such as power
supply, water supply and other as set for in the said contract and such other as may become payable to the Owner
towards the controlled items of consumables materials or towards loss, damage to the Owner equipments, materials,
construction equipments and machinery, such payments to be made at such time and in such manner as is provided in
the contract.
It is specifically and distinctly understood and agreed between the Owner and the Contractor that the contractor shall
have no right title or interest in the site made available by the Owner for the execution of the work or in the buildings,
structures or works executed on the said site by the contractor or in the goods, articles, materials etc. brought on the
said site (unless the same specifically belongs to the contractor) and the contractor shall not have or dressed to have

41

Page 424 of 1870


any lien whatsoever charge for unpaid bills nor will be entitled to assume or retain possession or control of the site or
structures and the Owner shall have an absolute and unfattered right to take full possessions of the site and remove the
contractor, their servants, agents and materials belonging to the contractor and lying on the site.
The contractor shall be allowed to enter upon the site for execution of the works only as a licenses simplicater and shall
not have any claim, right, titles or interest in the site or the structures erected thereon and the Owner shall be entitled to
terminate such licence at any time without assigning reason.
The materials including sand, gravel, stone, loose earth, rock etc., dug up or excavated from the said site shall, unless
otherwise expressly agreed under this contract, exclusively belong to the Owner and the contractor shall have no right

42

Page 425 of 1870


to claim over the same and such excavations and materials should be disposed off on account of the Owner according to the
instructions in writing issued form time by the Engineer-in-Charge.
In witness whereof the parties have executed these presents in the day the year first above written

Signed and Delivered for and Signed and Delivered for and
on behalf of Owner i.e. on behalf of Contractor
Bharat Petroleum Corporation Limited (Name, designation and address of authorized signatory)

DATE.........................................................................

PLACE......................................................................

In Presence of Two Witnesses

BPCL witnesses – Signature,Name & Address:- Contractor’s witnesses – Signature, Name & Address:-

1. .......................................................................... 1. ..........................................................................

2. ........................................................................... 2. .........................................................................

43

Page 426 of 1870


ANNEXURE 2

PROFORMA OF BANK GUARANTEE for EARNEST MONEY /INITIAL/ FULL SECURITY DEPOSIT (On
non-judicial paper of appropriate value)

To,

Bharat Petroleum Corporation


Ltd. (Address)

Dear Sirs,

M/s. ______________________(hereinafter referred as “BIDDER”/”CONTRACTOR") (Bidder’s / Contractor’s name and address) have
taken tender for the WORK of _______________________ (Name of Work) for Bharat Petroleum Corporation Limited, with registered
office in Bharat Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai, India and having Refinery at …….(Mumbai / Kochi as the
case may be) (hereinafter referred as “OWNER”).

The tender conditions provide that the BIDDER / CONTRACTOR shall pay a sum of Rs. _____________ (Rupees
___________________________________) as earnest money /initial/ full security deposit in the form therein mentioned .

The form of payment of earnest money / initial / full security deposit includes guarantee executed by schedule “A” Bank, undertaking full
responsibility to indemnify OWNER in case of default. The said BIDDER/CONTRACTOR have approached us and at their request and
in consideration of the premises, we _________________(Bank’s name) having our office at ________________ ( hereinafter referred
as “GUARANTOR’) have agreed to give such guarantee as hereinafter mentioned.

1. GUARANTOR hereby undertake and agree that if default shall be made by BIDDER / CONTRACTOR in performing any of
the terms and conditions of the tender, GUARANTOR do hereby irrevocably bind themselves and undertake to pay the
OWNER on first demand in writing by OWNER without protest or demur or proof or condition and without reference to the
BIDDER / CONTRACTOR, the said amount of Rs. __________(Rupees ______________________________)

2. OWNER will have the full liberty without reference to GUARANTOR and without effecting this guarantee to postpone for any
time or from time to time the exercise of any of the powers and rights conferred on OWNER under the tender with the said
BIDDER/CONTRACTOR and to enforce or to forbear from endorsing any powers or rights or by reason of time being given to
the said BIDDER / CONTRACTOR which under law relating to the sureties would but for provision have the effect of releasing
the GUARANTOR.

3. OWNER will have the right to recover the said sum of Rs.___________________(Rupees ______________________) from
GUARANTOR in manner aforesaid and such rights will not be affected or suspended by reason of the fact that any dispute or
disputes have been raised by the said BIDDER / CONTRACTOR and or that any dispute or disputes are pending before any
officer, tribunal or court.

4. The guarantee herein contained shall not be determined or affected by the liquidation or winding up, dissolution or change of
constitution or insolvency of the said _______________(Bidder’s / Contractor’s Name).

5. GUARANTOR’S liability under this guarantee is restricted to Rs. __________(Rupees ______________________). This
guarantee shall remain in force until ___________________ unless a demand (3 months beyond bid validity) under
guarantee is made against GUARANTOR within the aforesaid date, in which event the validity of this bank guarantee shall
automatically be extended for another 3 (three) months, all rights under the said guarantee shall be forfeited and
GUARANTOR shall be relieved and discharged from all liabilities thereunder.

44

Page 427 of 1870


6. GUARANTOR have power to issue this guarantee in your favour under Memorandum and Articles of Association and the
undersigned has full power to do under the Power of Attorney dated ______________________granted to him by the Bank.

Yours faithfully,
_________________Bank
by its Constituted Attorney.

Signature of a person duly authorized to


Sign on behalf of the bank.

NOTE: In case of earnest money, BIDDER shall be applicable and in case of initial / full security deposit, CONTRACTOR shall be
applicable.

45

Page 428 of 1870


ANNEXURE 3

PROFORMA OF BANK GUARANTEE FOR MOBILIZATION ADVANCE


(On non-judicial paper of appropriate value)

To,

Bharat Petroleum Corporation


Ltd. (Address)

Dear Sirs,

In consideration of Bharat Petroleum Corporation Limited, with registered office in Bharat Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate,
Mumbai, India and having Refinery at …….(Mumbai / Kochi as the case may be) (hereinafter referred to as “The Company” which expression
shall unless repugnant to the context or meaning thereof include its successors and assigns) having placed on Messrs………………………
(Name) ……………………………. (Constitution) ……………………………………………………………………... (address) (hereinafter referred to
as “The Contractor” which expression shall unless repugnant to the context or meaning thereof include its successors, administrators,
representatives and assigns) an order for …………………………….. (Name of Job) under and in terms of a Contract as evidenced by a Letter of
Acceptance No. …………………… and / or Purchase Order No. …………………. dated ……………..
valued at Rs. …………… (Rupees …………………………….. only), issued by the Company to the Contractor, read with the relevant
Tender Documents (hereinafter collectively called "the Contract" which expression shall include any formal contract entered into
between the Company and the Contractor in supersession of the said Letter of Acceptance and all amendments and/or modifications
therein or in the terms of the said advance as herein stipulated).

AND WHEREAS the Company has agreed to advance the Contractor, inter-alia, recoverable interest bearing mobilization advance up to
a maximum of 10% ( ten percentage) of the contract value (hereinafter referred to as “MOBILIZATION ADVANCE) in the manner
provided for in the Bidding Document, a sum of Rs…………………..(Rupees…………….only) being the first / second installment (Delete
whichever is not applicable) of Mobilization Advance upon the condition, inter-alia, that the said Advance together with interest thereon at
the rate of 10% (10 percentage) per annum on reducing balance basis on the amount of the said Advance for the time being outstanding
shall, without prejudice to any other mode of recovery available to the Company, be recoverable by the Company by deduction from the
gross accepted amount of any Running Account Bills of the Contractor commencing from the first Running Account Bill of the Contractor
in equal monthly installments together with the interest accrued within a time span of ………… Months in the manner provided for in the
Bidding Document and meanwhile, the said Advance shall be secured by an undertaking from a Bank as hereinafter appearing.

We____________________________ (Name of the Bank), a body registered/constituted under the


______________________________________________Act, having Registered Office/Head Office
at______________________________(hereinafter called the "Bank" which expression shall include its successors and assigns), at the
request of the Contractor and with the intent to bind the Bank and its successors and assigns, do hereby unconditionally and irrevocably
undertake to pay the Company forthwith on first demand without protest or demur or proof or satisfaction and without reference to the
Contractor, any and all amounts demanded from us by the Company with reference to this Undertaking upto an aggregate limit of
Rs.______________ (Rupees __________________________________________ only) being 110% of the aforesaid advance and
interest thereon at the rate hereinabove provided.

AND the Bank doth hereby further agree as follows: -

i) This Guarantee/Undertaking shall be a continuing guarantee and shall remain valid and irrevocable for all claims of the Company upon
the Bank made up to the midnight of______________(contractual completion date) provided that the Bank shall upon the written
request of the Company made upon the Bank at any time within 6 (six) months from the said date extend the validity of the Bank
Guarantee by a further 6 (six) months so as to enable claims to be made under this Guarantee by a further 6 (six) months from the said
date with the intent that the validity of this Guarantee shall automatically stand extended by a further 6 (six) months upon such request
by the Company.

ii) The Company shall have the fullest liberty without reference to the Bank and without affecting in any way the liability of the Bank under
this guarantee/undertaking, at any time and/or from time to time to amend or vary the contract and/or any of the terms and conditions
thereof or relative to the said Advance and/or to extend time for performance of the said contract in whole or part and/or payment of the
said Advance in whole or part or to postpone for any time and/or from time to time any of the said obligations of the Contractor and/or
the rights, remedies or powers exercisable by the Company against the Contractor and either to enforce or forbear from enforcing any of
the terms and conditions of or governing the said Contract and/or the said Advance, or the securities, available to the Company and the
Bank shall not be released from its liability under these Presents and the liability of the Bank shall remain in full force and effect
notwithstanding any exercise by the Company of the liberty with reference to any or all the matters aforesaid or by reason of time being
given to the Contractor or any other forbearance, act or omission on the part of the Company or any indulgence by the Company to the
Contractor or of any other act, matter or thing whatsoever which under any law could (but for this provision) have the effect of releasing
the Bank from its liability hereunder or any part thereof and the Bank hereby specifically waives any and all contrary rights whatsoever.

46

Page 429 of 1870


iii) The obligations of the Bank to the Company hereunder shall be as principal to principal and shall be wholly independent of the Contract
and it shall not be necessary for the Company to proceed against the Contractor before proceeding against the Bank and the
guarantee/undertaking herein contained shall be enforceable against the Bank as Principal debtor notwithstanding the existence of any
undertaking or security for any indebtedness of the Contractor to the Company (including relative to the said Advance) and
notwithstanding that any such undertaking or security shall at the time when claim is made against the bank or proceedings taken
against the Bank hereunder, be outstanding or unrealised.

iv) As between the Bank and the Company for the purpose of this undertaking, the amount stated in any claim, demand or notice made by
the Company on the Bank with reference to this undertaking shall be final and binding upon the Bank as to be the amount payable by
the Bank to the Company hereunder notwithstanding any dispute or disputes has been raised by the Seller and are pending before any
arbitration, Tribunal or Court.

v) The liability of the Bank to the Company under this undertaking shall remain in full force and effect notwithstanding the existence of any
difference or dispute between the Contractor and the Company, the Contractor and/or the Bank and/or the Bank and the Company or
otherwise howsoever touching or affecting these presents or the liability of the Contractor to the Company, and notwithstanding the
existence of any instructions or purported instructions by the Contractor or any other person to the Bank not to pay or for any cause
withhold or defer payment to the Company under these presents, with the intent that notwithstanding the existence of such difference,
dispute or instruction, the Bank shall be and remain liable to make payment to the Company in terms hereof.

vi) This undertaking shall not be determined or affected by any change in the constitution of the Bank or that of the Contractor or the
Company or any irregularity in the exercise of borrowing powers by or on behalf of the Contractor.

vii) The Bank agrees that the guarantee herein contained shall continue to be enforceable till the sum due to the Company on account of
the said advance is adjusted as aforesaid or till the Company discharges this guarantee.

viii) The Bank further undertakes not to revoke this guarantee during its currency without the previous consent of the Company.
ix) The Bank also agrees that the Company shall be entitled to enforce this guarantee, notwithstanding any other security or guarantee
that it may have in relation to the vendor’s liability for the said advance.

x) Without prejudice to any other mode of service, a demand or claim or other communication may be transmitted by the Company to the
Bank either by post or by fax. If transmitted by fax, the transmission shall be complete as soon as acknowledged by bank.

xi) Notwithstanding anything contained herein:


(i) The Bank's liability under this guarantee/undertaking shall not exceed
______________________________________________________ (Amount in figures & words);
(ii) This guarantee/undertaking shall remain in force upto______________ and any extension(s) thereof; and
(iii) The Bank shall be released and discharged from all liability under this guarantee/undertaking unless a written claim or
demand is issued to the Bank on or before_________________ or the date of expiry of any extension(s) thereof if this
guarantee/undertaking has been extended.

xii) This Guarantee shall be treated as an unconditional guarantee and the Contractor shall have no right to object or obstruct in any way
the enforcement of this guarantee.

Yours faithfully,

Signature: _________________________________________

Name & Designation: ________________________________

Name of the Branch: _________________________________

Dated: ____________________________________________

47

Page 430 of 1870


ANNEXURE 4
PROFORMA OF BANK GUARANTEE TOWARDS ADVANCE
(On non-judicial stamp paper of appropriate value)

To,

Bharat Petroleum Corporation


Ltd. (Address)

Dear Sir,

WHEREAS Bharat Petroleum Corporation Ltd. with registered office in Bharat Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai,
India and having Refinery at …….(Mumbai / Kochi as the case may be) (hereinafter referred to as “the Corporation” which expression
shall unless repugnant to the context include their legal representatives, successors and assigns, have entered into a contract
(hereinafter referred to as “the Contract”) with M/s ______________________AND WHEREAS one of the conditions of the said contract
is that the Corporation should make an advance payment to the contractor _____________(Rupees___________________only) being
………% (……….. percent) of the value of the contract against a bank guarantee from Schedule ‘A’ bank.

AND WHEREAS at the request of the contractor, the Corporation has agreed to accept the Bank Guarantee from ___________________
Bank (hereinafter referred to the “Surety”) having their registered office at
________________________________________________________.

NOW THIS GUARANTEE WITNESSETH that in consideration of the Corporation having at the request of the contractor agreed to accept bank
guarantee of the surety in respect of advance of Rs. ______ (Rupees ______________________only) payable by the Corporation to the
contractor as per terms of the said contract, the Surety hereby undertake and agree that if the said amount advance payment shall become
reduced and/ or extinguished under terms of the contract between Corporation and Contractor, the Surety do hereby irrevocably bind themselves
and undertake to pay to the Corporation on first demand in writing by the Corporation without protest or demur or proof or condition and without
reference to the contractor, the amount not exceeding altogether a sum of Rs. ____ (Rupees
_______________only) being the amount of advance payment or such other unadjusted amount of the said advance. The decision of
the Corporation as to the whether the terms and conditions of the Contract or this guarantee have been observed shall be final and
binding on the Surety.

THE GUARNTEE HEREIN CONTAINED is not revocable during the currency of the contract and will remain in force until:
a) Payment has been made to the Corporation by the Surety of the aggregate amount payable hereunder.
b) The Contract for which this advance payment is being made is completed to the entire satisfaction of the Corporation and
intimation thereof has been given to the surety by the Corporation whichever is earlier.

NOTWITHSTANDING anything stated above, the liability of the surety under this guarantee is restricted to Rs._____ (Rupees
______________only) and this guarantee will remain in force upto ______in the first instance and in case Contractor’s
obligations under the contract are not completed within the said period, the Surety to hereby agree to further extend the
guarantee till such time as is required to fulfill the contractor’s obligation.

Our grantee shall remain in force until _______________unless a demand in writing for claim under this guarantee is lodged
with us before that date i.e. on or before _____________all your rights under the said guarantee shall be frofieted and we
shall be released and discharged from liability hereunder.

We have the power to issue this guarantee in your favour under Memorandum and Articles of Association and the
undersigned has full power to do so under the Power of Attorney dated _________granted to him by the bank.

___________________Bank
By its Constituted Attorney

_______________
Signature of Person
duly Authorised to sign
on Behalf of the Bank

48

Page 431 of 1870


ANNEXURE 5

TAX RESIDENCY CERTIFICATE

TRC obtained by the Non-resident from Government of forign country shall contain the following particulars:

i. Name of the assessee


ii. Status (individual, company, firm, etc.) of the assessee
iii. Nationality (in case of individual)
iv. Country or specified territory of incorporation or registration (in case of others)
v. Assessee’s tax identification number in the country or specified territory of residence or in case of no such number, then, a
unique number on the basis of which the person is identified by the Government of the country or the specified territory
vi. Residential status for the purpose of Tax
vii. Period for which the certificate is applicable
viii. Address of the applicant for the period for which the certificate is applicable

49

Page 432 of 1870


ANNEXURE 6

FORM NO. 10 F
[See sub-rule (1) of rule 21AB of the Income-tax Act, 1961]

Information to be provided under sub-section (5) of section 90 or sub-section (5) of section 90A of the Income-tax Act, 1961

1. I_________________*son/daughter of Shri _____________ in the capacity of ___________________(designation)do provide the


following information, relevant to the previous year _________,*in my case/in the case of __________for the purposes of sub-section
(5) of *section 90/section 90A:-

Sl. No. Nature of information Details #

(i) Status (individual, company, firm etc.) of the assessee :


(ii) Permanent Account Number (PAN) of the assessee if allotted :
(iii) Nationality (in the case of an individual) :
or
Country or specified territory of incorporation or registration (in the case
of others)
(iv) Assessee’s tax identification number in the country or specified territory :
of residence and if there is no such number, then, a unique number on
the basis of which the person is identified by the Government of the
country or the specified territory of which the assessee claims to be a
resident
(v) Period for which the residential status as mentioned in the certificate :
referred to in sub-section (4) of section 90 or sub-section (4 )of section
90A is applicable
(vi) Address of the assessee in the country or territory outside India during :
the period for which the certificate, mentioned in (v) above, is applicable

2. I have obtained a certificate referred to in sub-section (4) of section 90 or sub-section (4) of section 90A from the Government of
_________________________(name of country or specified territory outside India).

Signature:_________________________
Name:____________________________
Address:__________________________
Permanent Account Number :___________________
Verification
I_________________do hereby declare that to the best of my knowledge and belief what is stated above is correct, complete and is
truly stated.

Verified today the ___________day of _________________

________________________________________
Signature of the person providing the information

Place:_________________

Notes:
1. * Delete whichever is not applicable.
2. #Write N.A. if the relevant information forms part of the certificate referred to in sub-section (4) of section 90 or sub-section (4) of
section 90A.”.

50

Page 433 of 1870


ANNEXURE 7

Format of Integrity Pact


(To be executed on plain paper and applicable for all tenders of value above Rs. 1 crore)

INTEGRITY PACT

Between

Bharat Petroleum Corporation Limited (BPCL) hereinafter referred to as "The Principal", And

………………………………………. hereinafter referred to as "The Bidder/ Contractor/ Supplier"

Preamble

The Principal intends to award, under laid down organization procedures, contract/s for

....................... The Principal 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 Bidder/s, Contractor/s and Supplier/s.

In order to achieve these goals, the Principal cooperates with the renowned international Non-Governmental Organisation "Transparency
International" (TI). Following TI's national and international experience, the Principal will appoint an Independent External Monitor (IEM)
who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Accordingly,
the Principal has appointed Mr. ………… as IEM with the following address:-

Mr. …………..
………………..
…………………….
………………..
Tel: ………………………..

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:

a) No employee of the Principal, personally or through family members, will in connection with the tender, or the execution of the
contract, demand, take a
promise for or accept, for himself/herself or third person, any material or immaterial benefit which he/she is not legally entitled
to.

b) 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.

c) 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 / Supplier

1) The Bidder / Contractor / Supplier 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.

a) The Bidder / Contractor/Supplier will not, directly or through any other person or firm, offer, promise or give to any of the
Principal's employees involved in the tender process or the execution of the contract or to any third person, any material or
immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange, any advantage of any kind whatsoever
during the tender process or during the execution of the contract.

51

Page 434 of 1870


b) The Bidder / Contractor / Supplier 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.

c) The Bidder / Contractor / Supplier will not commit any offence under the relevant Anti-Corruption Laws of India; further the
Bidder / Contractor / Supplier 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.

d) The Bidder / Contractor / Supplier will, when presenting his bid, disclose any and all payments 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 / Supplier will not instigate third persons to commit offences outlined above or be an accessory to such
offences.

Section 3 – Disqualification from tender process and exclusion from future contracts

If the Bidder, before contract award, has committed a transgression through a violation of Section 2 or in any other form such as to put
his reliability or credibility as Bidder into question, the Principal is entitled to disqualify the Bidder from the tender process or to terminate
the contract, if already signed, for such reason.

1) If the Bidder/Contractor/Supplier has committed a transgression through a violation of Section 2 such as to put his reliability or
credibility into question, the Principal is also entitled to exclude the Bidder / Contractor / Supplier from future Contract award
process. 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 evidences, concludes that no
reasonable doubt is possible.
3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to resort to and impose such exclusion and
further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before
the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice.

4) If the Bidder / Contractor / Supplier 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 Principal is entitled to terminate the contract according to
Section 3, the Principal shall be entitled to demand and recover from the Contractor/Supplier 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 / Supplier can prove and establish that the exclusion of the Bidder from the tender process or the termination of the
contract after the contract award has caused no damage or less damage than the amount of the liquidated damages, the Bidder /
Contractor/Supplier 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.

52

Page 435 of 1870


Section 6 – Equal treatment of all Bidders /Contractors /Suppliers/
Subcontractors

1) The Bidder/Contractor/Supplier 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/Suppliers 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 – Punitive Action against violating Bidders /Contractors /


Suppliers/Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor, Supplier or Subcontractor, or of an employee or a representative or
an associate of a Bidder, Contractor, Supplier or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion
in this regard, the Principal will inform the Vigilance Office.

Section 8 – Independent External Monitors


Contact details of Independent External Monitor

Mr. Shantanu Consul


No.9 MCHS (IAS officers colony),
16th Main (IAS officers colony),
BTM 2nd stage, Bangalore-
560076 Mobile No.: 09740069318
shantanuconsul@gmail.com

In case of any complain only please contact Mr. Shantanu Consul

1) The Principal has appointed competent and credible Independent External Monitors for this Pact. The task of the Monitor is to
review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and
independently. He reports to the Chairperson of the Board of the Principal.

3) The Bidder/Contractor/Supplier accepts that the Monitor has the right to access without restriction to all Project documentation of the
Principal including that provided by the Bidder/Contractor/Supplier. The Bidder/Contractor/Supplier 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/Supplier/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 Bidder/Contractor/Supplier. 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/Supplier 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) 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.

8) The word 'Monitor' would include both singular and plural.

Section 9 – Pact Duration

53

Page 436 of 1870


This Pact begins when both parties have legally signed it. It expires for the Contractor/Supplier 12 months after the last payment under
the respective contract, and for all other Bidders 6 months after the contract has been awarded.

If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact
as specified above, unless it is discharged / determined by Chairperson of the Principal.

Section 10 - Other provisions

1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. Mumbai.
The Arbitration clause provided in the main tender document / contract shall not be applicable for any issue / dispute arising under
Integrity Pact.

2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made.

54

Page 437 of 1870


3) If the Bidder/Contractor/Supplier 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/Supplier

Place ……………… Witness 1


(Signature/Name/Address)

Witness 2:
Date ………….….. (Signature/Name/Address)

55

Page 438 of 1870


BHARAT PETROLEUM CORPORATION LTD

ACKNOWLEDGEMENT

We, M/s.__________________________________________________ having office at _______________________________


received the copy of GENERAL CONDITIONS OF CONTRACT and confirm our acceptance to all the terms and conditions as
mentioned herein in this General Conditions of Contract and we are hereby returning this copy of Acknowledgement duly signed.

For & on behalf of M/s.___________________________________________________

Signature :
Name : ____________________________________________________

Designation : ____________________________________________________
( Seal / Stamp )
Place :
Date :

56

Page 439 of 1870


BHARAT PETROLEUM CORPORATION
LIMITED

LPG IMPORT TERMINAL FACILITIES


PROJECT
AT HALDIA

(BIDDING DOCUMENT NO. SM/A872-030-CI-TN-9514/1015)

BIDDING DOCUMENT
FOR
BALANCE CIVIL WORKS FOR PLANT AND
NON PLANT BUILDINGS

Part - II: PRICE SECTION

Prepared by:

Page 440 of 1870


NAME OF WORK : BALANCE CIVIL WORKS FOR PLANT AND NON PLANT
BUILDINGS FOR LPG IMPORT TERMINAL FACILITIES
PROJECT AT HALDIA OF M/s BPCL
BIDDING DOCUMENT NO. : DC/A872-030-CI-TN-9514/1015

NAME OF BIDDER : M/S

PREAMBLE TO SCHEDULE OF RATES

1. The Schedule of Rates/ Price shall be read with all other sections of this Bidding Document.
2. The Contractor is deemed to have studied the drawings, specifications and details of works to be
done including scope of work, scope of supply and technical specification within the Time
Schedule and should have acquainted himself of the conditions prevailing at site.
3. Bidder shall indicate only the increase/decrease on total estimated value in terms of percentage
upto 2 decimal places in the “Summary of Prices” sheet. Bidder shall not change rate/amount
indicated in ‘Schedule of Rates’.
4. Quoted prices shall be inclusive of all taxes and duties except Goods and Service Tax as per the
provision of Special Conditions of Contract.
5. All duties and taxes and other levies or any other statutory payment payable by the Contractor under
the Contract, or for any other cause, shall be included in the Schedule of Rates in line with the
provisions mentioned in Special Conditions of Contract.
6. Employer/Consultant reserves the right to interpolate or extrapolate the rates for any new item of
work not covered in Schedule of Price from the similar items already available in 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.
7. All items of work mentioned in the Schedule of Prices shall be carried out as per the specifications,
drawings and instructions of Employer/Consultant and the rates are deemed to be inclusive of
material, consumable, labour, supervision, tools & tackles and detailing of construction/fabrication
drawings, isometric wherever required as called for in the detail specification and conditions of the
Contract.
8. Employer/Consultant reserves 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.
9. Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of the Contract
and will not be subject to variation on any account. Any new taxes & Duties, if imposed by the
State/ Govt. of India after the last date of bid submission but before the Contractual Delivery Date,
shall be reimbursed to the contractor on submission of documentary evidence for proof of payment
to State/ Govt. Authorities and after ascertaining it’s applicability with respect to the contract.
10. While quoting and filling the rate in this Schedule of Rates, Bidder shall take into consideration
complete scope of work/item description as mentioned in Schedule of Rates.
11. Bidders to note that Bidder shall indicate percentage increase and Decrease in Summary of
Prices FORM-SP 0.

(Sign and Stamp of Bidder)

Page 441 of 1870


SUMMARY OF
PRICE
(FORM-SP0)

Page 442 of 1870


FORM-SP 0

SUMMARY OF PRICE

NAME OF WORK: BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS FOR LPG
IMPORT TERMINAL FACILITIES PROJECT AT HALDIA OF M/s BPCL

BIDDING DOCUMENT NO. - DC/A872-030-CI-TN-9514/1015

NAME OF BIDDER:

A TOTAL ESTIMATED COST : Rs. 14,56,19,884.00 (Rupees Fourteen


Crore Fifty Six Lakh Nineteen
Thousand Eight Hundred Eighty Four
Seven Only).
B Percentage Increase/ decrease on : In figure _________________%
Total estimated cost for total work (i.e. In words _______________ percent
on ‘A’ above), applicable on all items
of SOR. (Refer Note-1)

C Total amount after considering : (In Fig.) Rs. ____________________


percentage Increase/ Decrease as
above (In words) Rupees
__________________________.

D Rate of Goods and Service Tax In figure _________________%


applicable on entire contract value In words _______________ percent
i.e., on S. No. C above

NOTE:

1. Bidder shall indicate the Percentage Increase/ Decrease under Sr. No. B and Amount as per Sr.
No. C in Price bid only (and not in techno- commercial bid).

2. Bidder shall indicate (+) for increase and (-) for decrease. For no increase/ decrease, ‘NIL’ shall be
indicated.

3. The percentage should be quoted upto 2 decimal place only.

4. In case of discrepancy between Total Amount quoted at Sl. No. C above and Total Amount after
considering Percentage increase/ decrease indicated at Sl. No. above, the amount calculated
based on Percentage increase/ decrease indicated at Sl. No. B shall prevail.

5. Bidder shall indicate rate of Goods and Service Tax (GST) applicable on entire contract value.

6. In case of Discrepancy between values indicated by Bidder against words “In Figure ……..%” and
“In Words ……Percent” at Sl. No. B above, the value indicated at “In Words ……Percent” shall
prevail.

(STAMP AND SIGNATURE OF BIDDER)

Page 443 of 1870


PRE-FILLED SCHEDULE OF RATES/PRICES
(FORM SP-1)

(SHORT DESCRIPTION- MS-EXCEL SHEET-PRE-


FILLED)

Page 444 of 1870


SCHEDULE OF RATES
BIDDING DOC NO
BIDDER NAME
JOB NO A872
PART NO A
TENDER TITLE BALANCE CIVIL WORKS FOR PLANT AND NON PLANT BUILDINGS-PART-A
CLIENT Bharat Petroleum
PROJECT LPG IMPORT FACILITY
Item descriptions provided in this Excel Sheet are in brief. While quoting and filling the rate in this Schedule of Rates (Short Description), Bidder shall take into consideration complete
scope of work/ item description as mentioned in Schedule of Rates (Detailed Description) for the relevant item, provided in the Bidding Document. The rate quoted in Schedule of
Rates (Short Description) shall be deemed to include all activities of work mentioned in item description of Schedule of Rates (Detailed).
Bidders are requested to fill in the RATE column only

IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


SOR NO A872-030-16-50-CI-SOR-9514-A-1M
SOR TITLE Electrical Works
1 EE ELECTRICAL
2 E104.00.00 MISCELLANEOUS CONTROL GEAR
3 E104.01.00 I/T/C miscellanceous control gear.
4 E104.01.01 Weight of the unit up to 5 kg. 5.00 NOS 1,130 5,650.00
5 E104.02.00 Suply of Industrial type Push Button stations.
6 E104.02.02 With start and stop push buttons. 2.00 NOS 3,990 7,980.00
7 E106.00.00 PLUGS, SOCKETS AND JUNCTION BOXES
8 E106.01.00 Supply of industrial type socket.
9 E106.01.04 63 A, 415 V, 5 pin sockets with 5 pin plugs. 5.00 NOS 15,850 79,250.00
10 E106.01.08 240 V, 15 A, 3 pin sockets with 3 pin plugs 1.00 NOS 9,230 9,230.00
11 E106.01.10 24 V, 5 A, 3 pin sockets with 3 pin plugs 1.00 NOS 5,360 5,360.00
12 E106.02.00 Supply of FLP (IIA/IIB) and WP sockets, plugs, handlamps.
13 E106.02.01 63A, 415V, 5 pin socket. 1.00 NOS 24,500 24,500.00
14 E106.02.02 63 A, 415 V, 5 pin plugs for item no. E106.02.01. 1.00 NOS 8,550 8,550.00
15 E106.02.07 240 V, 15 A, 3 pin socket. 5.00 NOS 6,840 34,200.00
16 E106.02.08 240 V, 15 A, 3 pin Plugs for item no. E106.02.07. 5.00 NOS 3,990 19,950.00
17 E106.04.00 Supply and commissioning of FLP junction boxes.
18 E106.04.01 FLP(IIA/IIB) and WP JB with 15 A. 2.00 NOS 9,690 19,380.00
19 E110.00.00 ANCHOR FASTENERS
20 E110.01.00 Supply and fixing of metallic anchor fasteners.
21 E110.01.04 3/8" BSW. 5.00 NOS 150 750.00

1 of 18

Page 445 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


22 E110.01.05 5/8" BSW. 5.00 NOS 190 950.00
23 E207.00.00 G.I. PIPES
24 E207.01.00 S/l following sizes of G.I. Pipes (medium).
25 E207.01.02 50 mm NB. 50.00 M 680 34,000.00
26 E207.01.05 100 mm NB. 100.00 M 1,710 1,71,000.00
27 E208.00.00 STRUCTURAL STEEL
28 E208.02.00 S/F/I of galvanised base frames supports and brackets 300.00 KG 130 39,000.00
29 E209.00.00 CABLE - TRAYS
30 E209.10.00 S/I of GI fabricated raceways 1.6mm thick
31 E209.10.03 200X40X1.6/3MM 300.00 M 1,140 3,42,000.00
32 E209.10.04 150X40X1.6/3MM 300.00 M 1,030 3,09,000.00
33 E209.10.05 100X40X1.6/3MM 300.00 M 910 2,73,000.00
34 E303.00.00 HAZARDOUS AREA LIGHTING FIXTURES AND ACCESSORIES
35 E303.02.00 Supply of following FLP/Div.2 lighting fixtures.
36 E303.02.52 Type FLP-LED-1 Fixtures. 57.00 Nos 7,070 4,02,990.00
37 E303.02.53 Type FLP-LED-2 Fixtures. 18.00 Nos 10,260 1,84,680.00
38 E303.02.54 Type FLP-LED-3 Fixtures. 28.00 Nos 14,130 3,95,640.00
39 E303.02.55 Type FLP-LED-4 Fixtures. 8.00 Nos 9,800 78,400.00
40 E303.03.00 S/I of Type-A clamps (For bracket mounted Ltg.fixtures) 51.00 NOS 880 44,880.00
41 E303.04.00 S/I of Type-B clamps (For ceiling mounted Ltg.fixtures) 66.00 NOS 880 58,080.00
42 E304.00.00 SAFE AREA LIGHTING FIXTURES
43 E304.01.00 S/I of following lighting fixtures
44 E304.01.13 Type SFD 12 Fixtures. 28.00 NOS 1,480 41,440.00
45 E304.01.22 Type RSD 10 Fixtures. 20.00 NOS 1,140 22,800.00
46 E304.02.00 Energy efficient lighting fixtures
47 E304.02.20 Type LED 1 Fixtures. 50.00 NOS 12,160 6,08,000.00

48 E304.02.21 Type LED 2 Fixtures. 140.00 NOS 7,980 11,17,200.00

49 E304.02.24 Type LED 5 Fixtures. 90.00 NOS 12,680 11,41,200.00

50 E304.02.25 Type LED 6 Fixtures. 10.00 NOS 5,700 57,000.00

2 of 18

Page 446 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


51 E304.02.26 Type LED 7 Fixtures. 12.00 NOS 1,730 20,760.00
52 E304.02.30 Type LED 11 Fixtures. 10.00 NOS 2,510 25,100.00
53 E304.02.31 Type LED 12 Fixtures. 15.00 NOS 5,700 85,500.00
54 E304.02.35 Type LED 16 Fixtures. 10.00 NOS 14,250 1,42,500.00
55 E304.02.36 Type LED 17 Fixtures. 10.00 NOS 28,930 2,89,300.00
56 E305.00.00 FANS AND EXHAUST FANS
57 E305.01.00 S/I/C/T/C of following types of exhaust fans.
58 E305.01.01 300 mm dia., 1 phase, wall mounting with louvres. 5.00 NOS 5,130 25,650.00
59 E305.01.02 450 mm dia., 1 phase, wall mounting with louvres. 9.00 NOS 6,840 61,560.00
60 E305.01.06 450 mm dia. 1 phase wall mounting with louvres for IIC 4.00 NOS 7,860 31,440.00
61 E305.04.00 S/I/C/T/C of 240 V AC, 1200 mm sweep ceiling fans. 18.00 NOS 3,420 61,560.00
62 E307.00.00 SOCKETS/RECEPTACLES AND SWITCHES/MCB UNITS
63 E307.01.00 S/I/C/T/C of 240V, single phase sockets/receptacles.
64 E307.01.01 6 A, 5 pin flush / surface mounting sockets/receptacles. 30.00 NOS 570 17,100.00
65 E307.01.02 6 A,5 pin plate type flush/ surface mounting socket/recepts. 80.00 NOS 400 32,000.00
66 E307.01.04 16/6 A, 6 pin plate type flush/ surface sockets/receptacles. 45.00 NOS 630 28,350.00
67 E307.01.06 20 A, 3 pin industrial type switch sockets. 14.00 NOS 2,280 31,920.00
68 E307.02.00 S/I/C/T/C of 240 V, single phase switches /MCB units.
69 E307.02.02 5 A, plate type flush/surface mounted swtches. 220.00 NOS 280 61,600.00
70 E307.02.03 15 A, piano type flush/surface mounted swtches. 10.00 NOS 510 5,100.00
71 E307.02.04 15 A, plate type flush/surface mounted swtches. 45.00 NOS 340 15,300.00
72 E307.02.05 20A, DP MCB unit in moulded case enclosure. 3.00 NOS 2,450 7,350.00
73 E307.02.06 32A, DP MCB unit in moulded case enclosure for AC 1.00 NOS 2,850 2,850.00
74 E308.00.00 JUNCTION BOXES (OUTDOOR/INDOOR TYPE)
75 E308.01.00 S/I of dust and vermin proof sheet steel junction box.
76 E308.01.02 4 way. 1.00 NOS 2,830 2,830.00
77 E308.02.00 S/I G.I. sheet steel Junction box.
78 E308.02.01 Junction box. 2.00 NOS 3,420 6,840.00
79 E309.00.00 LIGHTING/POWER PANELS AND DISTRIBUTION BOARDS
80 E309.02.00 S/I of safe area lighting/power panels
81 E309.02.04 40 A, 4 pole I/C MCB, ELCB and 6 Nos. O/G SP MCBs(upto 20A). 7.00 NOS 22,220 1,55,540.00
82 E309.02.05 40 A 4 pole I/C MCB, ELCB and 12 Nos. O/G SP MCB (upto 20A). 3.00 NOS 32,480 97,440.00
83 E309.02.06 63 A 4 pole I/C MCB, ELCB and 18 Nos. O/G SP MCB (upto 20A). 2.00 NOS 43,310 86,620.00
84 E309.04.00 S/I/C/T/C of FLP.(gas gr.IIC) lighting/power panels.
85 E309.04.01 40 A, 4 pole incomer and 6 Nos. outging DP MCBs (upto 20A). 2.00 NOS 91,170 1,82,340.00
86 E309.04.02 40 A, 4 pole incomer and 12 Nos. outging DP MCBs (upto 20A). 2.00 NOS 96,870 1,93,740.00

3 of 18

Page 447 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


87 E310.00.00 WIRING
88 E310.01.00 Circuit wiring in non-hazardous areas.
89 E310.01.01 3 C x 2.5 sq. mm 2,300.00 M 40 92,000.00
90 E310.01.02 3 C x 4 sq. mm 100.00 M 50 5,000.00
91 E310.02.00 Circuit wiring in hazardous areas
92 E310.02.01 3 C x 2.5 sq. mm 1,500.00 M 50 75,000.00
93 E310.03.00 Circuit wiring with 660V grade FRLS PVC insulated Cu wires
94 E310.03.01 3 Nos x 1.5 sq. mm 1,200.00 M 110 1,32,000.00
95 E310.03.02 3 Nos x 2.5 sq. mm 650.00 M 150 97,500.00
96 E310.03.03 5 Nos x 1.5 sq. mm 840.00 M 160 1,34,400.00
97 E310.03.04 5 Nos x 2.5 sq. mm 840.00 M 210 1,76,400.00
98 E310.03.05 7 Nos x 1.5 sq. mm 70.00 M 220 15,400.00
99 E310.03.06 7 Nos x 2.5 sq. mm 30.00 M 230 6,900.00
100 E310.07.00 S/L of (surface type) black enamelled steel conduit.
101 E310.07.01 25 mm diameter. 2,800.00 M 160 4,48,000.00
102 E310.07.02 40 mm diameter. 1,200.00 M 300 3,60,000.00
103 E310.08.00 S/I of 50 mm x 50 mm (18 SWG) 'METSEC' channel 260.00 M 590 1,53,400.00
104 E310.09.00 Circuit wiring with 660 V PVC insulated copper wires
105 E310.09.01 1.5 sq. mm wires. 1,500.00 M 40 60,000.00
106 E310.10.00 S/L of (concealed type) PVC conduit.
107 E310.10.01 25 mm diameter. 2,250.00 M 130 2,92,500.00
108 E310.10.02 40 mm diameter. 1,300.00 M 150 1,95,000.00
109 E402.00.00 EARTH ELECTRODES
110 E402.01.00 S/I of GI earth electrodes complete with earth pit.
111 E402.01.01 GI earth electrode as per std. 7-51-0102. 30.00 NOS 10,190 3,05,700.00
112 E403.00.00 EARTH STRIPS
113 E403.01.00 S/I of following GI earthing strip-exposed and buried.
114 E403.01.01 75 x 10 mm 550.00 M 590 3,24,500.00
115 E403.01.02 50 x 6 mm 1,050.00 M 350 3,67,500.00
116 E403.01.04 25 x 3 mm 700.00 M 160 1,12,000.00
117 E404.00.00 EARTHING CONNECTION
118 E404.01.00 Connecting individual equipment to the earth strip.
119 E404.01.01 3/8" dia (10 mm) flexible rope. 120.00 M 190 22,800.00
120 E404.01.02 5/8" dia (16 mm) flexible rope. 20.00 M 280 5,600.00
121 E405.00.00 EARTH PLATES
122 E405.01.00 S/I of GI earth plates.

4 of 18

Page 448 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


123 E405.01.01 GI earth plate as per std. 7-51-0103. 35.00 NOS 1,940 67,900.00
124 E405.01.01M01 COPPER EARTH PLATE 1.00 NOS 3,080 3,080.00
125 E410.00.00 EARTHING CABLES
126 E410.03.00 Supp 1100V grade XLPE/PVC insul. Unarm. Cu Cond earth cable
127 E410.03.01 1 C x 10 Sqmm 50.00 M 230 11,500.00
128 E410.04.00 Term. 1100V grade XLPE/PVC insul. Unarm. Cu Cond earth cable
129 E410.04.01 1 C x 10 Sqmm 2.00 NOS 280 560.00
130 E501.00.00 PLANT COMMUNICATION SYSTEM
131 E501.01.00 I/T/C of following plant communication system.
132 E501.01.09 Beacon Lamps (FLP/industrial type). 2.00 NOS 1,370 2,740.00
133 E501.01.10 Acoustic hood (FLP/industrial type). 2.00 NOS 1,370 2,740.00
134 E501.02.00 Installation, term., conn.,of following plant comm. system
135 E501.02.01 Central Exchange Panel along with associated battery, batter 1.00 NOS 14,250 14,250.00
136 E501.02.02 Desk type intercom station upto 24 keys. 1.00 NOS 2,510 2,510.00
137 E501.02.04 Weather Proof Intercom station with 3 dual Keys FLP/Insdustr 4.00 NOS 910 3,640.00
138 E501.02.06 Loud speakers with amplifier (FLP/industrial type). 5.00 NOS 1,140 5,700.00
139 E501.02.06M01 6W box type Loud speakers (FLP/industrial type). 7.00 NOS 1,140 7,980.00
140 E501.05.00 I/T/C of weatherproof type PAJB
141 E501.05.01V06 PAJB with Incoming 1 Nos , Incoming 20 Pair , Outgoing 5 Pair 4 Nos. , - 4.00 NOS 3,420 13,680.00
Incoming 1 Nos , Incoming 20 Pair , Outgoing 5 Pair 4 Nos. ,
142 E502.00.00 TELEPHONE SYSTEM
143 E502.01.00 S/I Telephone Distribution J.B.
144 E502.01.04V03 TDJB Flush mounting type with an additional cable pull box at bottom for easy 2.00 NOS 8,550 17,100.00
termination of cable suitable forIncoming 1 Nos , Incoming 20 Pair , Outgoing 1
Pair 20 Nos. , - Incoming 1 Nos , Incoming 20 Pair , Outgoing 1 Pair 20 Nos. ,

145 E502.01.04V04 TDJB Flush mounting type with an additional cable pull box at bottom for easy 1.00 NOS 5,130 5,130.00
termination of cable suitable forIncoming 1 Nos , Incoming 10 Pair , Outgoing 1
Pair 10 Nos. , - Incoming 1 Nos , Incoming 10 Pair , Outgoing 1 Pair 10 Nos. ,

146 E502.01.04V06 TDJB Flush mounting type with an additional cable pull box at bottom for easy 4.00 NOS 2,280 9,120.00
termination of cable suitable forIncoming 1 Nos , Incoming 5 Pair , Outgoing 1
Pair 5 Nos. , - Incoming 1 Nos , Incoming 5 Pair , Outgoing 1 Pair 5 Nos. ,

147 E502.02.00 S/I/T/C of following type plug in type sockets.


148 E502.02.02 Flush Mounting Type. 45.00 NOS 740 33,300.00
149 E502.03.00 Wiring with annealed tinned copper conductor wire.

5 of 18

Page 449 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


150 E502.03.01 1 No. twin flat wire. 350.00 M 50 17,500.00
151 E502.03.02 2 Nos. twin flat wires. 250.00 M 60 15,000.00
152 E502.03.03 3 Nos. twin flat wires. 260.00 M 80 20,800.00
153 E502.03.04 4 Nos. twin flat wires. 120.00 M 90 10,800.00
154 E502.03.05 5 Nos. twin flat wires. 75.00 M 110 8,250.00
155 E503.00.00 FIRE ALARM SYSTEM
156 E503.02.00 I/C of following fire alarm panel.
157 E503.02.01 Fire alarm panel. 1.00 NOS 6,840 6,840.00
158 E503.02.02 Zonal/Repeat fire alam panels. 1.00 NOS 6,840 6,840.00
159 E503.02.05 Heat detectors. 4.00 NOS 280 1,120.00
160 E503.02.10 Break glass type fire alarm boxes. 12.00 NOS 850 10,200.00
161 E503.02.12 Exit signs. 14.00 NOS 400 5,600.00
162 E503.02.14 Hooters. 8.00 NOS 400 3,200.00
163 E503.02.16 Multi sensor type detectors 225.00 NOS 570 1,28,250.00
164 E503.02.17 Fault Isolator modules 9.00 NOS 740 6,660.00
165 E503.02.19 Output/Control Relay Module 5.00 NOS 740 3,700.00
166 E503.02.20 Hooter Acknowledge Box 3.00 NOS 570 1,710.00
167 E503.04.00 I/T/C of Fire Alarm Distribution J.B. for Safe Area
168 E503.04.01V07 FAJB with Incoming 1 Nos , Incoming 2 Pair , Outgoing 2 Pair 4 Nos. , - 1.00 NOS 3,420 3,420.00
Incoming 1 Nos , Incoming 2 Pair , Outgoing 2 Pair 4 Nos. ,
169 E504.00.00 LAYING OF COMMUNICATION / FIRE ALARM CABLES
170 E504.01.00 Horizontal and vertical laying of comm./fire alarm cables.
171 E504.01.01 Cables of overall dia. upto 35 mm. 2,400.00 M 30 72,000.00
172 E801.00.00 LAN Systems
173 E801.01.00 S/I/T/C of weatherproof power panels for UPS power distribut
174 E801.01.01 6 way O/G power panel for UPS power distribution 2.00 NOS 13,110 26,220.00
175 E801.02.00 S/I/T/C of CAT-6 UTP Jack 22.00 NOS 680 14,960.00
176 E801.03.00 Circuit wiring for LAN of following cables
177 E801.03.01 1 no. CAT-6 UTP cable 300.00 M 60 18,000.00
178 E801.03.02 2 nos. CAT-6 UTP cable 230.00 M 110 25,300.00
179 E801.03.03 3 nos. CAT-6 UTP cable 200.00 M 170 34,000.00
180 E801.03.04 4 nos. CAT-6 UTP cable 200.00 M 230 46,000.00
181 E801.03.05 5 nos. CAT-6 UTP cable 100.00 M 280 28,000.00
182 E801.04.00 S/I/T/C of Etherswitches for LAN of following type
183 E801.04.02 Etherswitch Rack Type-II 1.00 NOS 76,920 76,920.00
184 E999.00.00 Miscellaneous

6 of 18

Page 450 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


185 E999.99.00 Miscellaneous
186 E999.99.99V01 LED IND1 200.00 NOS 2,330 4,66,000.00
187 E999.99.99V02 LED IND2 20.00 NOS 3,490 69,800.00
188 E999.99.99V03 LED IND4 72.00 NOS 6,390 4,60,080.00
189 E999.99.99V04 LED FD1 25.00 NOS 17,270 4,31,750.00
190 E999.99.99V05 LED ST5 28.00 NOS 17,430 4,88,040.00
191 E999.99.99V07 LED DC IIA/IIB 7.00 NOS 15,730 1,10,110.00
192 E999.99.99V08 LED FLP IIC - 1 14.00 NOS 20,320 2,84,480.00
193 E999.99.99V09 200X200X50X2/3MM (with SS Cover) 20.00 NOS 3,700 74,000.00
194 E999.99.99V10 150X150X50X2/3MM (with SS Cover) 20.00 NOS 3,170 63,400.00
195 E999.99.99V11 100X100X50X2/3MM (with SS Cover) 20.00 NOS 2,640 52,800.00
196 T000.00.00 INFORMATION TECHNOLOGY SERVICES
197 T028.00.00 S/I/T/C of Jack Panel
198 T028.02.00 S/I/T/C of CAT6 Jack Panel
199 T028.02.01 S/I/T/C of CAT6 Jack Panel - 24 port 2.00 NOS 11,400 22,800.00
200 T028.02.02 S/I/T/C of CAT6 Jack Panel - 48 port 1.00 NOS 22,790 22,790.00
SUB TOTAL 139,26,220.00

SOR NO A872-030-16-51-CI-SOR-9514-A-0M
SOR TITLE Instrumentation Works
1 II INSTRUMENTATION
2 I900.00.00 GENERAL SITE WORK
3 I900.30.00 Supply and installation of electronic rodent repellers
4 I900.30.01 Rodent repellers 2.00 NOS 11,400 22,800.00
SUB TOTAL 22,800.00

SOR NO A872-030-80-43-CI-SOR-9514-A-1M
SOR TITLE Mechanical Eqpt Works
1 QQ MECHANICAL EQUIPMENT
2 Q998.00.00 Miscellaneous
3 Q998.99.00 Miscellaneous
4 Q998.99.99V10 Water Cooled Central AC System for Control Room building 1.00 LOT 164,11,000 164,11,000.00
5 Q998.99.99V11 Air Cooled package AC System for Sub Station building 1.00 LOT 71,80,000 71,80,000.00
6 Q998.99.99V13 AMC for HVAC system for first year 1.00 LOT 7,25,000 7,25,000.00

7 of 18

Page 451 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


7 Q998.99.99V14 AMC for HVAC system for second year 1.00 LOT 9,66,000 9,66,000.00

8 Q998.99.99V15 AMC for HVAC system for third year 1.00 LOT 12,07,000 12,07,000.00
9 Q998.99.99V16 Air-Conditioning System with Split Air-Conditioners for vari 1.00 LOT 5,48,000 5,48,000.00
SUB TOTAL 270,37,000.00

SOR NO A872-030-81-41-CI-SOR-9514-A-1M
SOR TITLE Civil-Structural and Architectural Works
1 A000.00.00 ARCHITECTURE
2 A002.00.00 FLOOR FINISHING
3 A002.01.00 25mm cement concrete flooring
4 A002.01.01 Cement supplied by contractor 340.00 Sq.M. 400 1,36,000.00
5 A002.02.00 cement concrete granolithic flooring
6 A002.02.01 25mm thk underlayer & 15mm thk toplayer cement by Contractor 950.00 Sq.M. 630 5,98,500.00
7 A002.03.00 P/L 50mm thick heavy duty flooring
8 A002.03.01 Cement supplied by contractor 1,800.00 Sq.M. 770 13,86,000.00
9 A002.04.00 P/L 125mm high cement plaster skirting with 1:3 cm
10 A002.04.01 18mm thick. cement supplied by contractor 520.00 RM 150 78,000.00
11 A002.04.03 12mm thick. cement supplied by contractor 130.00 RM 40 5,200.00
12 A002.06.00 P/F panel dividers in flooring/dado
13 A002.06.04 P.V.C. panel dividers ( 3mm x 20mm size.) 450.00 RM 60 27,000.00
14 A002.06.05 P.V.C. panel dividers ( 3mm x 35mm size.) 1,425.00 RM 90 1,28,250.00
15 A002.06.06 P.V.C. panel dividers ( 3mm x 40mm size.) 3,000.00 RM 100 3,00,000.00
16 A002.10.00 P/L machine cut kota stone slab
17 A002.10.01 25mm thick in floor landing cement supplied by contractor 230.00 Sq.M. 1,940 4,46,200.00
18 A002.10.03 18mm thick in riser, dado cement supplied by contractor 60.00 Sq.M. 2,050 1,23,000.00
19 A002.10.05 Extra for providing round nosing 140.00 RM 280 39,200.00
20 A002.11.00 tiles in flooring , dado, skirting etc.
21 A002.11.03 200mm x 300mm x 6.5mm; ceramic tile 200.00 Sq.M. 1,300 2,60,000.00
22 A002.11.05 300mm x 300mm x 8mm; non slip ceramic tile 45.00 Sq.M. 1,450 65,250.00
23 A002.11.07 600mm x 600mm x 10mm; double charge vitrified procelain tile 575.00 Sq.M. 1,800 10,35,000.00
24 A002.15.00 P/A chemical and abrasion resistant floor coating 110.00 Sq.M. 1,560 1,71,600.00
25 A002.16.00 P/A chemical and abrasion resistant coating (on dado/wall) 160.00 Sq.M. 1,740 2,78,400.00
26 A002.17.00 P/L min 18mm thk polished granite stone flooring
27 A002.17.01 Granite stone in flooring, counters, treads. cement by contr 310.00 Sq.M 5,270 16,33,700.00

8 of 18

Page 452 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


28 A002.17.03 Granite stone in risers,skirting,dado etc. cement by contr 200.00 Sq.M 5,930 11,86,000.00
29 A002.17.05 Extra for round nosing / moulded edges 65.00 RM 360 23,400.00
30 A002.21.00 Rough finished granite
31 A002.21.01 Cement supplied by the Contractor at there cost 150.00 SQM 5,580 8,37,000.00
32 A002.23.00 Grooves in Stones 190.00 RM 130 24,700.00
33 A003.00.00 WOOD WORK
34 A003.01.00 P/F wooden frames of doors, windows, ventilators
35 A003.01.01 With second class teak wood 0.50 Cu.M. 1,70,460 85,230.00
36 A003.02.00 P/F 35mm thick block board flush shutter
37 A003.02.03 Faced with 1mm thick lamination 30.00 Sq.M. 4,980 1,49,400.00
38 A003.06.00 Extra for P/F vision panels 1.00 Sq.M. 3,840 3,840.00
39 A003.07.00 P/F following items
40 A003.07.01 Heavy duty overhead hydraulic door closer 36.00 Unit 2,690 96,840.00
41 A003.07.02 Chromium plated metallic (brass body) mortice lock, 6 lever 17.00 Unit 2,060 35,020.00
42 A003.07.03 Heavy duty floor mounted door closer Single action type. 5.00 Unit 3,420 17,100.00
43 A003.07.04 Heavy duty floor mounted door closer Double action type. 5.00 Unit 3,700 18,500.00
44 A003.07.05 Zinc alloy, chromium plated door handle. 150mm long 15.00 Unit 660 9,900.00
45 A003.07.06 Zinc alloy, chromium plated door handle. 300 mm long. 45.00 Unit 990 44,550.00
46 A003.07.08 3mm thick plastic kick/push plate 3.00 Sq.M. 930 2,790.00
47 A003.07.09 Anodized aluminium aldrop 300mm long, 19.05mm dia 15.00 Unit 680 10,200.00
48 A003.07.10 Anodized aluminium tower bolts 250 x 10mm. 45.00 Unit 240 10,800.00
49 A003.07.11 Anodized aluminium tower bolts 150 x 10mm. 45.00 Unit 180 8,100.00
50 A003.07.12 Chromium plated spring loaded round door stopper 40.00 Unit 470 18,800.00
51 A003.07.13 75mm long aluminium toilet door latch 8.00 Unit 270 2,160.00
52 A003.07.14 Chromium plated brass coat and hat hook 8.00 Unit 430 3,440.00
53 A004.00.00 STEEL/AL./GLAZED/FULLY GLASS/PVC DOORS,WINDOWS &
VENTILATORS
54 A004.05.00 S/F M.S. rolling shutters,
55 A004.05.09 Motor operated rolling shutter; width upto 3.5 metre 30.00 Sq.M. 9,440 2,83,200.00
56 A004.11.00 PVC Doors 2.10 Sq.M. 3,100 6,510.00

57 A004.12.00 Pressed steel sheet door shutter


58 A004.12.03 Single shutter with Electrostatic powder coating 10.00 Sq M 11,570 1,15,700.00
59 A004.12.06 Double Shutter with Electrostatic powder coating 4.00 Sq M 12,810 51,240.00
60 A004.14.00 Aluminium work for doors, windows, ventilators and partition
61 A004.14.02 fixed portion made from Powder coated aluminium 1,060.00 Kg 600 6,36,000.00

9 of 18

Page 453 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


62 A004.14.05 shutters made from Powder coated aluminium 1,330.00 Kg 600 7,98,000.00
63 A004.14.10 float glass panes of 5.5 mm thickness 390.00 Sq M 1,380 5,38,200.00
64 A004.14.16 Filling gaps with weather silicon sealant 1,000.00 RM 210 2,10,000.00
65 A004.14.17 205 X 19 mm SS stays 40.00 Each 240 9,600.00
66 A004.14.19 355 X 19 mm SS stays 30.00 Each 400 12,000.00
67 A004.14.25 100mm brass locks for aluminium doors 35.00 Each 1,030 36,050.00
68 A004.14.29 P/F 100 mm long aluminium handles 64.00 Nos 380 24,320.00
69 A004.14.30 P/F aluminium tower bolts of size 100mm x 10mm 64.00 Nos 310 19,840.00
70 A004.15.00 P/F pressed steel door and window frames
71 A004.15.05 Frames painted with Electrostatic Powder coating 100.00 RM 1,160 1,16,000.00
72 A005.00.00 PLASTERING & POINTING
73 A005.01.00 PCC in CM 1:4/6 on RCC/PCC, masonry
74 A005.01.05 Plaster average 15mm thk 1:4 cement supplied by contractor 3,000.00 Sq.M 260 7,80,000.00
75 A005.01.07 Plaster average 12mm thk 1:4 cement supplied by contractor 5,500.00 Sq.M 230 12,65,000.00
76 A005.01.09 Plaster average 6mm thk 1:4 cement supplied by contractor 6,800.00 Sq.M 190 12,92,000.00
77 A005.01.13 Plaster with WP 18mm thk 1:6 cement suplied by contractor 2,700.00 Sq.M 310 8,37,000.00
78 A005.01.19 Plaster with WP 6mm thk 1:4 cement suplied by contractor 400.00 Sq.M 360 1,44,000.00
79 A005.04.00 Providing 20mm x 10mm Grooves 2,000.00 RM 100 2,00,000.00
80 A006.00.00 ROOFING TREATMENT
81 A006.02.00 P/L PCC 1:2:4 over concrete surfaces
82 A006.02.01 Cement supplied by the contractor at their cost 300.00 Cu.M 6,960 20,88,000.00
83 A006.12.00 P/L A.P.P. modified reinforced bituminous memb. waterproofin
84 A006.12.01 Cement supplied by the contractor at their cost 4,700.00 Sq.M 1,230 57,81,000.00
85 A007.00.00 WHITEWASHING, PAINTING & POLISHING
86 A007.03.00 P/A two coats of plastic emulsion paint 3,700.00 Sq.M 330 12,21,000.00
87 A007.04.00 P/A two coats of distempering
88 A007.04.02 Oil bound distempering 6,660.00 Sq.M 110 7,32,600.00
89 A007.09.00 P/A textured wall coating system
90 A007.09.01 P/A textured granular type wall coating 380.00 Sq.M 750 2,85,000.00
91 A007.11.00 Premium Acry. ext. paint with silicon additives & low VOC 4,000.00 SQM 270 10,80,000.00
92 A008.00.00 ROOFING
93 A008.10.00 P/F 40mm x 6mm M.S. flat wind ties 25.00 RM 160 4,000.00
94 A008.12.00 P/F rain water pipes
95 A008.12.05 110mm dia exposed PVC rain water pipe 10.00 RM 600 6,000.00
96 A008.12.07 110mm dia embedded PVC rain water pipe 25.00 RM 590 14,750.00
97 A008.12.08 160mm dia embedded PVC rain water pipe 250.00 RM 850 2,12,500.00

10 of 18

Page 454 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


98 A008.17.00 P/L profiled,precoated,Zincal./Galval.steel sheets-roof.clad 2,000.00 Sq.M 1,070 21,40,000.00
99 A008.18.00 P/L roof.&clad. accessories.-0.5mm precoat. Zincal/Galval 400.00 Sq.M 1,160 4,64,000.00
100 A008.20.00 P/F Polycarbonate sheets roofing/ cladding 190.00 Sq.M 2,610 4,95,900.00
101 A009.00.00 SANITARY FITTINGS & FIXTURES
102 A009.01.00 P/F white glazed Earthenware Orissa pan 1.00 Unit 5,990 5,990.00
103 A009.02.00 P/F white glazed Earthen ware wash down water closet 5.00 Unit 5,890 29,450.00
104 A009.03.00 P/F white glazed ceramic, flat back half stall type Urinals
105 A009.03.01 One urinal.(with 5 litre capacity cistern) 5.00 Unit 8,380 41,900.00
106 A009.05.00 P/F Hand Wash Basin
107 A009.05.02 Hand wash basin of approved 5.00 Unit 4,070 20,350.00
108 A009.08.00 P/F Glass shelf 5.00 Unit 1,400 7,000.00
109 A009.09.00 P/F brass towel rail 8.00 Unit 620 4,960.00
110 A009.10.00 P/F liquid soap container 8.00 Unit 930 7,440.00
111 A009.11.00 P/F Bib cocks/ stop cocks
112 A009.11.01 15mm dia CP Brass stop cock. 29.00 Unit 1,160 33,640.00
113 A009.11.02 15mm dia CP Brass bib cock. 8.00 Unit 1,280 10,240.00
114 A009.14.00 P/F CP Brass Toilet paper holder 8.00 Unit 830 6,640.00
115 A009.15.00 P/L round/oval shaped counter top Hand Wash Basin
116 A009.15.02 Round / oval shaped counter top Wash Basin-approved colour 3.00 Nos. 9,170 27,510.00
117 A009.16.00 P/F stainless steel Kitchen/Laboratory sink 2.00 Nos. 8,520 17,040.00
118 A009.17.00 P/F Granite partitions for urinals 3.00 Sq.M 5,700 17,100.00
119 A009.18.00 P/F beveled edge round mirror 8.00 Sq.M 1,820 14,560.00
120 A009.19.00 Health faucet 8.00 NOS 1,940 15,520.00
121 A009.20.00 Towel Ring 8.00 NOS 1,030 8,240.00
122 A009.21.00 Towel Rack 8.00 NOS 730 5,840.00
123 A009.22.00 Soap Dish 8.00 NOS 740 5,920.00
124 A009.23.00 Wall Mounted WC 3.00 Unit 25,000 75,000.00
125 A009.24.00 Sensor Based Urinals 2.00 Unit 10,930 21,860.00
126 A009.25.00 CP Brass 2-way Bib-cock 3.00 NOS 1,710 5,130.00
127 A009.26.00 P/F Faucet mixer for wash basin 3.00 NOS 3,440 10,320.00
128 A010.00.00 FALSE CEILING, FALSE FLOORING, UNDERDECK INSULATION, PARTITI
129 A010.03.00 P/F Mineral fibre tile false ceiling
130 A010.03.01 With fine fissured tiles 300.00 Sq.M 2,120 6,36,000.00
131 A010.09.00 P/F Tray type Aluminium plank false ceiling 650.00 Sq.M 3,070 19,95,500.00
132 A010.12.00 P/F rigid Ployisocyanurate foam (PIR) slabs underdeck insula 1,050.00 Sq.M 1,240 13,02,000.00
133 A010.15.00 P/L false flooring

11 of 18

Page 455 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


134 A010.15.01 False flooring finished with laminate 220.00 Sq.M 8,770 19,29,400.00
135 A010.17.00 P/F Gypsum board False Ceiling
136 A010.17.03 with 12.5mm thick tapered edge gypsum moist. resistant board 300.00 Sq.M 1,890 5,67,000.00
137 A011.00.00 MISCELLANEOUS ITEMS
138 A011.05.00 P/L plinth protection
139 A011.05.01 Cement supplied by the contractor 500.00 Sq.M 870 4,35,000.00
140 A011.07.00 P/F 50mm dia GI pipe spouts to slope 5.00 RM 1,030 5,150.00
141 A011.15.00 P/F 2000mm high transformer gates 120.00 Sq.M 4,850 5,82,000.00
142 A011.22.00 1000 mm high Stainless steel hand rail 120.00 RM 6,120 7,34,400.00
143 A011.26.00 P/F Steel entrance gate 60.00 Sq M 6,840 4,10,400.00
144 A016.00.00 Fire rated Doors/ Windows and Partitions
145 A016.01.00 P/F Fire rated Single glazed door without panic bar 6.00 Sq M 67,810 4,06,860.00
146 A016.02.00 P/F Fire rated Double glazed door without panic bar 12.00 Sq M 70,090 8,41,080.00
147 A016.04.00 P/F Fire rated Double glazed door with panic bar 5.00 Sq M 73,510 3,67,550.00
148 A016.05.00 P/F Fire rated Single Steel door without panic bar 6.00 Sq M 22,790 1,36,740.00
149 A016.06.00 P/F Fire rated Double Steel door without panic bar 12.00 Sq M 23,930 2,87,160.00
150 A016.08.00 P/F Fire rated Double Steel door with panic bar 12.00 Sq M 27,350 3,28,200.00
151 A016.09.00 P/F fire rated glazed partition 20.00 Sq M 34,190 6,83,800.00
152 A999.00.00 Miscellaneous
153 A999.99.00 Miscellaneous
154 A999.99.99V01 Al. Louvers 90.00 KG 600 54,000.00
155 GC GENERAL CIVIL
156 C025.00.00 MISC. CIVIL AND STRUCTURAL WORKS FOR U/G PIPING
157 C025.15.00 P/L brick masonry
158 C025.15.02V03 All materials including cement supplied by the Contractor and. Brick Class 5 , 2.00 CU.M. 9,560 19,120.00
- Brick Class 5 ,
159 C025.16.00 Providing 13mm cement plaster CM 1:3
160 C025.16.02 Cement supplied by the Contractor. 25.00 SQ.M. 340 8,500.00
161 C025.25.00 Providing cement mortar grouting on brick masonry wall
162 C025.25.02 Cement supplied by the Contractor. 35.00 CU.M. 13,420 4,69,700.00
163 C025.39.00 S/Lof Gravel/crush stone size between 27mm to 37mm 5.00 SQM 890 4,450.00
164 C025.53.00 Construction of Neutralisation pit (RCC M-30) in soils
165 C025.53.02 All material including cement supplied by the Contractor 1.00 EACH 1,88,040 1,88,040.00
166 C027.00.00 UNDERGROUND SEWER SYSTEM - RCC PIPES
167 C027.06.00 S/L RCC pipes in soils

12 of 18

Page 456 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


168 C027.06.01V35 Dia (Internal) 100 mm , Piping Material Class np2 , - Dia (Internal) 100 mm , 15.00 M 800 12,000.00
Piping Material Class np2 ,
169 C029.00.00 UNDERGROUND SEWER SYSTEM-HDPE PIPES
170 C029.03.00 S/L U/G HDPE pipes in all type of soil
171 C029.03.01V07 Dia (Internal) 100 mm , Pressure Rating 2.5 Kg/sqcm , - Dia (Internal) 100 mm , 15.00 M 1,820 27,300.00
Pressure Rating 2.5 Kg/sqcm ,
172 C034.00.00 PLUMBING AND BUILDING DRAINAGE
173 C034.07.00 S/F gun metal globe valve
174 C034.07.01V01 Dia 40 mm , - Dia 40 mm , 3.00 EACH 2,740 8,220.00
175 C034.07.01V03 Dia 25 mm , - Dia 25 mm , 6.00 EACH 1,710 10,260.00
176 C034.07.01V05 Dia 32 mm , - Dia 32 mm , 3.00 EACH 2,190 6,570.00
177 C034.07.01V09 Dia 20 mm , - Dia 20 mm , 6.00 EACH 1,370 8,220.00
178 C034.14.00 Construction of soak pit
179 C034.14.01V03 Users 20 NOS , - Users 20 NOS , 1.00 EACH 60,860 60,860.00
180 C034.21.00 Providing stoneware Gully Trap
181 C034.21.02V01 All materials including cement supplied by contractor and Brick Class 5 , - Brick 6.00 EACH 11,400 68,400.00
Class 5 ,
182 C034.22.00 Construction of inspection chamber/ manholes
183 C034.22.02V01 All materials including cement supplied by contractor and Brick Class 5 , - Brick 6.00 EACH 30,770 1,84,620.00
Class 5 ,
184 C034.23.00 Construction of septic tank in soils
185 C034.23.02V03 All material including cement supplied by contractor forUsers 20 NOS , - Users 1.00 EACH 61,880 61,880.00
20 NOS ,
186 C034.25.00 Supply and Laying of A/G PPR pipe for Drinking Water System
187 C034.25.01V04 Nominal Dia 20 mm , - Nominal Dia 20 mm , 25.00 M 300 7,500.00
188 C034.25.01V05 Nominal Dia 25 mm , - Nominal Dia 25 mm , 50.00 M 400 20,000.00
189 C034.25.01V06 Nominal Dia 32 mm , - Nominal Dia 32 mm , 20.00 M 490 9,800.00
190 C034.25.01V07 Nominal Dia 40 mm , - Nominal Dia 40 mm , 15.00 M 590 8,850.00
191 C034.27.00 Supply and Laying of UPVC Soil Waste Pipe Inside Bldg A/G
192 C034.27.02V05 (All material including cement supplied by contractor) Nominal Dia 75 mm , - 15.00 M 710 10,650.00
Nominal Dia 75 mm ,
193 C034.27.02V06 (All material including cement supplied by contractor) Nominal Dia 90 mm , - 15.00 M 850 12,750.00
Nominal Dia 90 mm ,
194 C034.28.00 Supply and Laying of UPVC SOIL Waste Pipe Inside Bldg U/G
195 C034.28.02V03 (All materials including cement supplied by contractor)Nominal Dia 75 mm , - 45.00 M 880 39,600.00
Nominal Dia 75 mm ,
196 C034.28.02V04 (All materials including cement supplied by contractor)Nominal Dia 90 mm , - 35.00 M 1,050 36,750.00
Nominal Dia 90 mm ,

13 of 18

Page 457 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


197 C034.34.00 PUF insulated polyethylene water tank
198 C034.34.01V02 Capacity 1000 Litres , - Capacity 1000 Litres , 5.00 EACH 28,490 1,42,450.00
199 C034.35.00 UPVC Floor Trap 100x75 25.00 Each 350 8,750.00
200 C034.36.00 UPVC Floor Trap 100x90 15.00 Each 350 5,250.00
201 C175.00.00 Clean agent for buildings
202 C175.01.00V36 Building - Building name CONTROL ROOM , - Building name CONTROL 1.00 LS 84,82,400 84,82,400.00
ROOM ,
203 C201.00.00 Supply and Laying of U/G PPR pipe for Water Services
204 C201.01.00 Supply and Laying of U/G PPR pipe for Water Services
205 C201.01.01V01 Nominal Dia 25 mm , - Nominal Dia 25 mm , 15.00 M 330 4,950.00
206 C201.01.01V02 Nominal Dia 40 mm , - Nominal Dia 40 mm , 10.00 M 440 4,400.00
207 C201.01.01V05 Nominal Dia 32 mm , - Nominal Dia 32 mm , 10.00 M 560 5,600.00
208 C202.00.00 Under Ground Sewer System - UPVC Pipe
209 C202.01.00 Under Ground Sewer System - UPVC Pipe
210 C202.01.02V11 (All materials including cement supplied by contractor)Nominal Dia 75 mm , - 5.00 M 1,370 6,850.00
Nominal Dia 75 mm ,
211 C202.01.02V12 (All materials including cement supplied by contractor)Nominal Dia 90 mm , - 5.00 M 1,600 8,000.00
Nominal Dia 90 mm ,
212 G000.00.00 GEOTECHNICAL
213 G300.00.00 GROUND IMPROVEMENT
214 G300.01.00 SAND GRAVEL MIX
215 G300.01.01 SAND GRAVEL MIX (1:1) 150.00 CUM 2,850 4,27,500.00
216 G300.02.00 GEOGRID
217 G300.02.01 GEOGRID SS40/EQV. 250.00 SQ.M. 390 97,500.00
SUB TOTAL 537,70,060.00

SOR NO A872-030-83-41-CI-SOR-9514-A-1M
SOR TITLE Structural Works
1 S000.00.00 CIVIL & STRUCTURAL
2 S001.00.00 EARTH WORK - SPECIFICATION NO. 6-68-0003
3 S001.01.00 E/W Excavation in soil
4 S001.01.01 E/W Exacavation in soil upto 1.5m depth 175.00 Cu.m. 330 57,750.00
5 S001.01.02 E/W Exacavation in soil beyond 1.5m upto 3.0m depth 5.00 Cu.m. 360 1,800.00
6 S001.06.00 Shoring & Strutting
7 S001.06.01 Shoring and Strutting by Open Timbering Method 5.00 Sq.m. 540 2,700.00
8 S001.07.00 Backfilling after exceution of work

14 of 18

Page 458 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


9 S001.07.01 B/F after execution of the WORK within a lead of 100m 125.00 Cu.m. 230 28,750.00
10 S001.09.00 Earthwork Filling by excavation
11 S001.09.04 E/W filling by excavation borrow areas to be arranged 1.00 Cu.m. 720 720.00
12 S002.00.00 PLAIN & REINFORCED CEMENT CONCRETE SPEC NO. 6-68-0004
13 S002.17.00 PCC - Non FIM Items
14 S002.17.01 PCC,1:5:10 100.00 Cu.m. 5,560 5,56,000.00
15 S002.17.05 PCC ,1:3:6 below & upto plinth level, SCREED 0.10 Cu.m. 6,260 626.00
16 S002.17.06 PCC,1:3:6 above plinth level all heights,SCREED 0.10 Cu.m. 7,130 713.00
17 S002.17.08 PCC,M20 1.00 Cu.m. 8,210 8,210.00
18 S002.20.00 RCC Flooring - Non FIM Items
19 S002.20.02 P/L RCC of M-20 with 20mm NON-SUSPENDED slabs 300.00 Cu.m. 7,930 23,79,000.00
20 S002.22.00 Precast Elements - Non FIM Items
21 S002.22.07 RCC PRECAST ELEMENTS of M-30, upto 500KG 5.00 CUM 15,560 77,800.00
22 S002.22.08 RCC PRECAST ELEMENTS of M-30, beyond 500 KG upto 1000KG 2.00 CUM 16,800 33,600.00
23 S002.25.00 Centering and Shuttering - Non FIM Items
24 S002.25.01 For all depths below and upto & & inclusive of plinth 225.00 Sq.m. 510 1,14,750.00
25 S002.25.02 For all heights above plinth level 9,200.00 Sq.m. 500 46,00,000.00
26 S002.25.07 Curved shutt - all depths below&upto incl plinth lvl bldgs 1.00 Sq.m. 910 910.00
27 S002.25.08 Curved shuttering - all heights above plinth level buildings 5.00 Sq.m. 970 4,850.00
28 S002.26.00 Expansion joints - Non FIM Items
29 S002.26.01 Providing 20mm wide EXPANSION JOINTS and ISOLATION JOINTS 50.00 m 460 23,000.00
30 S002.26.02 S/F 25mm thick BITUMEN IMPREGNATED FIBRE BOARD 5.00 Sq.m. 970 4,850.00
31 S002.26.03 S/F 50mm (2X25MM) BITUMEN IMPREGNATED FIBRE BOARD 5.00 Sq.m. 2,170 10,850.00
32 S004.00.00 STRUCTURAL STEEL WORKS SPEC NO. 6-68-0006
33 S004.04.00 Painting - Non FIM Items
34 S004.04.10 S&A Coating (Field) for Offsite & Units (Coastal) areas 33.00 MT 11,210 3,69,930.00

35 S005.00.00 STRUCTURAL STEEL WORKS (TUBULAR/HOLLOW SECTION) 6-68-0007


36 S005.04.00 Yst 240 IS1161 - Non FIM
37 S005.04.01 S/T TUBULAR STEEL WORKS of all types( Yst 240 IS:1161) 0.10 MT 1,09,780 10,978.00

38 S005.06.00 Yst 240 IS 4923


39 S005.06.03 S/T STRUCTURAL STEEL WORKS (Cold Formed SHS/RHS section)- Y 0.10 MT 1,08,260 10,826.00
40 S006.00.00 MISCELLANEOUS STEEL WORKS SPECIFICATIONS NO. 6-68-0008
41 S006.15.00 Anchor Bolts - Non FIM Items
42 S006.15.01 THREADED ANCHOR BOLTS-CONTRACTOR SUPPLY 1.50 MT 1,31,060 1,96,590.00

15 of 18

Page 459 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


43 S006.16.00 MS Metal Inserts - Non FIM Items
44 S006.16.01 S/T/S/F/ MS METAL INSERT (with lugs) - Non FIM 3.00 MT 1,19,660 3,58,980.00
45 S006.18.00 MS Chequered Plates - Non FIM Items
46 S006.18.01 S/ F/ E welded MS CHEQUERED PLATES of any thickness 0.10 MT 1,19,660 11,966.00
47 S006.19.00 MS Grating Cat. A,B - Non FIM Items
48 S006.19.05 S,F&E Electroforged Grating - NonFIM 0.10 MT 1,19,660 11,966.00
49 S006.22.00 MS Rungs - Non FIM Items
50 S006.22.01 S/ F/ F & Keeping MS RUNGS in R.C.C. - CONTRACTOR SCOPE 1.00 Kg. 220 220.00
51 S006.25.00 Mechanical Anchor fastners - Non FIM Items
52 S006.25.02 S/F Mechanical Anchor Fasteners-Mild steel bolts-16mm dia 10.00 Each 1,250 12,500.00

53 S006.25.03 S/F Mechanical Anchor Fasteners-Mild steel bolts-medium duty 10.00 Each 1,530 15,300.00
54 S006.25.04 S/F Mechanical Anchor Fasteners-Mild steel bolts-24mm dia 10.00 Each 2,040 20,400.00

55 S006.26.00 Chemical Anchor Fastner


56 S006.26.02 S/F Chemical anchors-MS threaded rods- 16mm dia 10.00 Each 1,410 14,100.00

57 S006.26.03 S/F Chemical anchors-MS threaded rods- 20mm dia 10.00 Each 2,170 21,700.00

58 S006.26.04 S/F Chemical anchors-MS threaded rods- 24mm dia 10.00 Each 2,170 21,700.00

59 S010.00.00 DEMOLISHING AND DISMANTLING (REFER SPEC NO. 6-68-0012)


60 S010.01.00 Brickwork - Non FIM Items
61 S010.01.01 for all delths below plinth level 2.00 Cu.m. 1,310 2,620.00
62 S010.01.02 for all heights above plinth level 2.00 Cu.m. 1,420 2,840.00
63 S010.02.00 RCC - Non FIM Items
64 S010.02.01 For all depths below plinth level 25.00 Cu.m. 3,370 84,250.00
65 S010.02.02 For all heights above plinth level 25.00 Cu.m. 4,220 1,05,500.00
66 S010.02.03 Upto & inclusive of 25mm thickness 2.00 Sq.m. 390 780.00
67 S010.02.04 Beyond 25mm and upto & inclusive of 50mm thickness. 2.00 Sq.m. 490 980.00
68 S010.02.11 Making cutout in RCC Slab/ Wall by diamond wall saw system 0.50 Cu.m. 37,390 18,695.00
69 S010.04.00 PCC _ Non FIM Items
70 S010.04.01 For all depths below plinth level 1.00 Cu.m. 1,460 1,460.00
71 S010.06.00 Steelwork - Non FIM Items
72 S010.06.01 Dismantling bolted/rivetted/welded STRUCTURAL STEEL WORK 2.00 MT 17,870 35,740.00
73 S011.00.00 MISCELLANEOUS ITEMS (REFER SPECIFICATION NO. 6-68-0013)
74 S011.01.00 Antitermite - Non FIM Items

16 of 18

Page 460 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


75 S011.01.01 Prov & Injecting chemical emulsions ANTI-TERMITE TREATMENT 2,200.00 Sq.m. 180 3,96,000.00
76 S011.03.00 Cutting RCC Piles - Non FIM Items
77 S011.03.01 For piles diameter 600mm length not exceeding 150m 1.00 Each 1,450 1,450.00
78 S011.04.00 Building pile heads - Non FIM Items
79 S011.04.05 Building Pile Heads for pile of diar upto 600mm, in Conc M30 0.10 Cu.m. 11,160 1,116.00
80 S011.05.00 Hard core - Non FIM Items
81 S011.05.01 Supplying and laying HARD CORE 0.10 Cu.m. 2,680 268.00
82 S011.06.00 Sand Filling - Non FIM Items
83 S011.06.01 Supplying and filling SAND specified quality under floors 400.00 Cu.m. 1,970 7,88,000.00
84 S011.07.00 DPC - Non FIM Items
85 S011.07.01 Providing and laying 40mm thick DAMP PROOF COURSE 110.00 Sq.m. 470 51,700.00
86 S011.09.00 Dressing - Non FIM Items
87 S011.09.01 Dressing and trimming all around completed buildings 35.00 Cu.m. 230 8,050.00
88 S011.10.00 BI-POLAR CONCRETE PENETRATING CORROSION INHIBITING
ADMIXTURE
89 S011.10.01 S&M Bi-polar CPCIA - NonFIM 3,400.00 KG 250 8,50,000.00
90 S014.00.00 BONDING FRESH CONCRETE TO OLD CONCRETE 6-68-0056
91 S014.01.00 Epoxy Resin - non FIM Items
92 S014.01.01 Providing and applying approved EPOXY RESIN 1.00 Kg. 1,920 1,920.00
93 L999.00.00 Miscellaneous
94 L999.99.00 Miscellaneous
95 L999.99.99V01 RCC Substructure M30 50.00 CUM 7,500 3,75,000.00
96 L999.99.99V02 RCC superstructure M30 1,500.00 CUM 8,000 120,00,000.00
97 L999.99.99V04 TRANSPROTATION SURPLUS EARTH 55.00 CUM 180 9,900.00
98 L999.99.99V06 Structural Steel 2.00 MT 94,100 1,88,200.00
99 L999.99.99V10 BRICKWORK BELOW PLINTH 20.00 CUM 8,900 1,78,000.00
100 L999.99.99V11 BRICKWORK ABOVE PLINTH 1,000.00 CUM 9,400 94,00,000.00
101 L999.99.99V12 Rebinforcement HYSD bars 120.00 MT 74,000 88,80,000.00
102 L999.99.99V13 Handrail(inclined) 5.00 M 2,800 14,000.00
103 L999.99.99V14 Handrail (horizontal) 10.00 M 2,600 26,000.00
104 L999.99.99V26 CLASS 10 HALF BRICK MASONARY 125.00 SQM 1,300 1,62,500.00
105 L999.99.99V27 PVC 50 DIA CONDUITS 5.00 M 250 1,250.00
106 L999.99.99V28 PVC 60 MM DIA CONDUITS 5.00 M 310 1,550.00
107 L999.99.99V29 PVC 100 MM DIA CONDUIT 5.00 M 500 2,500.00
108 L999.99.99V30 STRL STEEL FIM 15.00 MT 63,900 9,58,500.00
109 L999.99.99V31 FABRICATED STRL STEEL - FIM 90.00 MT 53,900 48,51,000.00

17 of 18

Page 461 of 1870


IN INR

SL NO ITEM NO SHORT DESCRIPTION QTY UOM RATE AMOUNT


110 L999.99.99V34 HYSD STEELBARS TMT FE500D CRS - FIM 100.00 MT 24,800 24,80,000.00
SUB TOTAL 508,63,804.00

TOTAL 1456,19,884.00
OVERALL 0.00 0.00
REBATE
FINAL AMOUNT 1456,19,884.00

18 of 18

Page 462 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the
limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Schedule of Rates
for
Electrical Works

Tender No. A872-030-83-41-CI-T-9514 Part A 1 REVISED & ISSUED WITH TENDER ANS ANS

Tender 0 ISSUED WITH TENDER ANS ANS


BALANCE CIVIL WORKS FOR PLANT AND
Name NON PLANT BUILDINGS-PART-A

REV DATE PURPOSE BY CHECKED APPROVED


Client : Bharat Petroleum SCHEDULE OF RATES Rev
ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A 1
Bidder's Bidder's
NEW DELHI Date Div.: ENGINEERING Dept.: Electrical
Stamp Signature SHEET 1 OF 24

Page 463 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 EE ELECTRICAL
2 E104.00.00 MISCELLANEOUS CONTROL GEAR
3 E104.01.00 Installation, testing and commissioning of miscellaneous
surface mounted industrial/FLP control gear such as
lighting/power panel, push button stations, motor starter,
communication equipment, junction boxes, panels, plugs,
sockets, including supply of necessary hardware, touch
up painting including supply of paint, including
transportation from store/yard to site at the place of
installation, unpacking, (excluding fixing of cable glands
and cable terminations), including all labour and
materials, as per approved drawings, specifications of
this tender and directions of Engineer-in-Charge.
4 E104.01.01 Weight of the unit up to 5 kg. NOS 5

5 E104.02.00 Supply of Industrial, weather proof type Push Button


stations as per EIL specification No. 6-51-0014, as per
approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
6 E104.02.02 With start and stop push buttons. NOS 2

7 E106.00.00 PLUGS, SOCKETS AND JUNCTION BOXES


8 E106.01.00 Supply of weatherproof metal clad 415V, TPN, industrial
type socket and plug with heavy duty interlocking switch,
with adequately sized cable adaptor box for incoming and
outgoing cable terminations, including supply of double
compression brass nickel plated cable glands, tinned
copper lugs, including all labours and materials, as per
approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
9 E106.01.04 63 A, 415 V, 5 pin sockets along with associated 5 pin NOS 5
plugs.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 2 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 464 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
10 E106.01.08 240 V, 15 A, 3 pin sockets along with associated 3 pin NOS 1
plugs.
11 E106.01.10 24 V, 5 A, 3 pin sockets along with associated 3 pin NOS 1
plugs.
12 E106.02.00 Supply of following types of FLP(II A/II B) and WP
sockets, plugs and handlamps as per EIL specification
No. 6-51-0021, including all labours and materials, as per
approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
13 E106.02.01 63 A, 415 V, 5 pin socket. NOS 1

14 E106.02.02 63 A, 415 V, 5 pin Plugs for item no. E106.02.01. NOS 1

15 E106.02.07 240 V, 15 A, 3 pin socket. NOS 5

16 E106.02.08 240 V, 15 A, 3 pin Plugs for item no. E106.02.07. NOS 5

17 E106.04.00 Supply, installation, cable termination, connection, testing


and commissioning of following types of FLP and WP
junction boxes, as per EIL specification No. 6-51-0061,
including all labours and materials, as per approved
drawings, specifications of this tender and directions of
Engineer-in-Charge.
18 E106.04.01 FLP (IIA/IIB) and WP JB with 15 A, 16 terminals suitable NOS 2
for 1 No. incoming and 6 Nos. outgoing cable entries
complete with FLP cable glands for incoming and
outgoing cables and 3 Nos. blocking plugs.
19 E110.00.00 ANCHOR FASTENERS
20 E110.01.00 Supply, drilling in RCC and fixing of metallic anchor
fasteners for supporting of cable trays and miscellaneous
electrical switchgear of following sizes, including all labour
and materials, as per approved drawings, specifications
of this tender and directions of Engineer-in-Charge.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 3 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 465 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
21 E110.01.04 3/8" BSW. NOS 5

22 E110.01.05 5/8" BSW. NOS 5

23 E207.00.00 G.I. PIPES


24 E207.01.00 Supply and laying of following sizes of G.I. Pipes
(medium) in required length fixed on steel, concrete or
similar structure, laid in trenches, ready to be buried in
concrete including cutting, threading, bending and similar
works, supply of clamps, small iron structures, spacers
and installation of seats, plugs, bushings etc., small civil
works, including all labour and materials, as per approved
drawings, specifications of this tender and directions of
Engineer-in-Charge.
25 E207.01.02 50 mm NB. M 50

26 E207.01.05 100 mm NB. M 100

27 E208.00.00 STRUCTURAL STEEL


28 E208.02.00 Supply, fabrication, galvanising and installation of base KG 300
frames, supports for switchgear, and brackets for
miscellaneous electrical equipments, cable and cable tray
supports out of rolled MS sections, pipes, plates etc.
including welding, bolting, rivetting, supply of necessary
anchor bolts and grouting etc., including breaking walls,
floors etc. for structures as required including supply of all
GI hardware materials, including all labour and materials,
as per approved drawings, specifications of this tender
and directions of Engineer-in-Charge. (Any item weighing
up to 1 kg. or less shall neither be measured nor paid).
29 E209.00.00 CABLE - TRAYS
30 E209.10.00 Providing and fixing 1.6mm thick Gl fabricated raceways
in partition include providing removable 3mm thick cover
with knockout holes and fixing accessories, earthing

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 4 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 466 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
connectivity for the complete length, including floor / wall
supports, access boxes as per specification and cross
over as per site requirement.
31 E209.10.03 200X40X1.6/3MM M 300

32 E209.10.04 150X40X1.6/3MM M 300

33 E209.10.05 100X40X1.6/3MM M 300

34 E303.00.00 HAZARDOUS AREA LIGHTING FIXTURES AND


ACCESSORIES
35 E303.02.00 Supply of following FLP/Div.2 lighting fixtures complete
with lamps, requisite FLP cable glands, plugs and
necessary control gear as per EIL standard specification
No. 6-51-0061, data sheet for lighting fixture schedule,
including all albour and materials, specifications of this
tender and directions of Engineer-in-Charge.
36 E303.02.52 Type FLP-LED-1 Fixtures. Nos 57

37 E303.02.53 Type FLP-LED-2 Fixtures. Nos 18

38 E303.02.54 Type FLP-LED-3 Fixtures. Nos 28

39 E303.02.55 Type FLP-LED-4 Fixtures. Nos 8

40 E303.03.00 Supply and installation of Type-`A' clamps(for bracket NOS 51


mounted lighting fixtures) including bolt (MOC SS304) for
fixing the fixture to the clamp as per EIL std.no.7-51-
0221, including supply and fixing of anchor fasteners,
nuts and bolts, washers etc. as per approved drawings,
specifications of this tender and directions of Engineer-in-
Charge.
41 E303.04.00 Supply and installation of Type-`B' clamps(for ceiling NOS 66
mounted lighting fixtures) including bolt (MOC SS304) for
fixing the fixture to the clamps per EIL std.no.7-51-0221,
including supply and fixing of anchor fastners,nuts and

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 5 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 467 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
bolts,washers as per approved drawings, specifications of
this tender and directions of Engineer-in-Charge.
42 E304.00.00 SAFE AREA LIGHTING FIXTURES
43 E304.01.00 Supply, installation, testing and commissioning of
following lighting fixtures and connecting to wiring junction
box/marshalling box complete with lamps and necessary
control gear including supply of all connected materials
like flexible conduit, clamps, supports, chains, anchor
fastners, bolts, nuts and washers etc. as required,
including supply and fixing of cable glands, lugs, including
all labour and materials, as per approved drawings, data
sheet for lighting fixture schedule, EIL installation
standards, specifications of this tender and directions of
Engineer-in-Charge.
44 E304.01.13 Type SFD 12 Fixtures. NOS 28

45 E304.01.22 Type RSD 10 Fixtures. NOS 20

46 E304.02.00 Supply, installation, testing and commissioning of


following energy efficient lighting fixtures and connecting
to wiring junction box/marshalling box complete with
lamps and necessary control gear including supply of all
connected materials like flexible conduit, clamps,
supports, chains, anchor fastners, bolts, nuts and
washers etc. as required, including supply and fixing of
cable glands, lugs, including all labour and materials, as
per approved drawings, data sheet for lighting fixture
schedule, EIL installation standards, specifications of this
tender and directions of Engineer-in-Charge.
47 E304.02.20 Type LED 1 Fixtures. NOS 50

48 E304.02.21 Type LED 2 Fixtures. NOS 140

49 E304.02.24 Type LED 5 Fixtures. NOS 90

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 6 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 468 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
50 E304.02.25 Type LED 6 Fixtures. NOS 10

51 E304.02.26 Type LED 7 Fixtures. NOS 12

52 E304.02.30 Type LED 11 Fixtures. NOS 10

53 E304.02.31 Type LED 12 Fixtures. NOS 15

54 E304.02.35 Type LED 16 Fixtures. NOS 10

55 E304.02.36 Type LED 17 Fixtures. NOS 10

56 E305.00.00 FANS AND EXHAUST FANS


57 E305.01.00 Supply, installation, connection, testing and
commissioning of following types of exhaust fans
including supply of all necessary supports etc., including
fixing of cable glands, lugs with BEE(Bureau of Energy
Efficiency) rating of minimum 3 star including all labour
and materials and accessories like mounting frame, fixing
bolt, wire guard/louvres etc., as per approved drawings,
specifications of this tender and directions of Engineer-in-
Charge.
58 E305.01.01 300 mm dia., 1 phase, 900 rpm, wall mounting type epoxy NOS 5
painted exhaust fan with louvres.
59 E305.01.02 450 mm dia., 1 phase, 900 rpm, wall mounting type epoxy NOS 9
painted exhaust fan with louvres.
60 E305.01.06 450 mm dia., 1 phase, 900 rpm, wall mounting type epoxy NOS 4
painted exhaust fan with louvres suitable for Gas group
IIC, temperature class T3.
61 E305.04.00 Supply, installation, connection, testing and NOS 18
commissioning of 240 V AC, 1200 mm sweep ceiling fan
with regulator (labeled as minimum 3-star by Bureau of
Energy Efficiency)including providing clamp/hook in RCC
slab, if necessary, providing, fixing, ceiling, rose, wiring,
including all labour and materials, as per approved

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 7 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 469 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
drawings, specifications of this tender and directions of
Engineer-in-Charge.
62 E307.00.00 SOCKETS/RECEPTACLES AND SWITCHES/MCB
UNITS
63 E307.01.00 Supply, installation, connection, testing and
commissioning of following ratings of 240 V, single
phase, sockets/receptacles and metallic outlet boxes as
described below including supply of all connected
materials, including all labour and materials, as per
approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
64 E307.01.01 6 A, 5 pin flush/ surface mounting sockets/receptacles. NOS 30

65 E307.01.02 6 A, 5 pin plate type flush/ surface mounting NOS 80


sockets/receptacles.
66 E307.01.04 16/6 A, 6 pin plate type flush/ surface mounting NOS 45
sockets/receptacles.
67 E307.01.06 20 A, 3 pin surface mounted industrial type switch socket NOS 14
with plug and sheet steel painted box.
68 E307.02.00 Supply, installation, connection, testing and
commissioning of following 240 V, single phase
switches/MCB units, including outlet boxes and
associated accessories, including all labour and
materials, as per approved drawings, specifications of
this tender and directions of Engineer-in-Charge.
69 E307.02.02 5 A, plate type flush/surface mounted swtches. NOS 220

70 E307.02.03 15 A, piano type flush/surface mounted swtches. NOS 10

71 E307.02.04 15 A, plate type flush/surface mounted swtches. NOS 45

72 E307.02.05 20A, DP MCB unit in moulded case enclosure for window NOS 3
type air conditioner.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 8 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 470 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
73 E307.02.06 32A, DP MCB unit in moulded case enclosure for window NOS 1
/ split type air conditioner
74 E308.00.00 JUNCTION BOXES (OUTDOOR/INDOOR TYPE)
75 E308.01.00 Supply and installation of dust and vermin proof G.I.
sheet steel (1.6 mm thick) junction box WP type suitable
for outdoor/indoor installation with number of outgoing
ways as under, complete with PVC connectors, supply
and fixing of cable glands, including supply of required
size and number of terminals, including all labour and
materials, as per approved drawings, specifications of
this tender and directions of Engineer-in-Charge.
76 E308.01.02 4 way. NOS 1

77 E308.02.00 Supply and installation of dust and vermin proof G.I.


sheet steel (1.6 mm thick) junction box suitable for indoor
installation, complete with 15A, 20 terminals, supply and
fixing of cable glands for incoming cable and knock outs
for conduit entry for outgoing circuits, including all labour
and materials, as per approved drawings, specifications
of this tender and directions of Engineer-in-Charge.
78 E308.02.01 Junction box. NOS 2

79 E309.00.00 LIGHTING/POWER PANELS AND DISTRIBUTION


BOARDS
80 E309.02.00 Supply, installation, connection, testing and
commissioning of safe area lighting/power panels,
surface/flush mounting type, wall mounting type in dust
tight (with hinged cover) sheet steel enclosure having 4
pole incomer and single pole MCB (9 kA type) for
outgoing circuit control with complete wiring, including
cable termination, connection and fixing of cable glands,
including all labour and materials, as per approved
drawings, specifications of this tender and directions of

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 9 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 471 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
Engineer-in-Charge.
81 E309.02.04 40 A, 4 pole incomer MCB isolator and ELCB and 6 Nos. NOS 7
outgoing single pole MCBs (upto 20 A).
82 E309.02.05 40 A, 4 pole incomer MCB isolator and ELCB and 12 NOS 3
Nos. outgoing single pole MCBs (upto 20 A).
83 E309.02.06 63 A, 4 pole incomer MCB isolator and ELCB and 18 NOS 2
Nos. outgoing single pole MCBs (upto 20 A).
84 E309.04.00 Supply, installation, connection, testing and
commissioning of flame proof weather proof
lighting/power panels (for gas group IIC) as per EIL std.
spec. 6-51-0008, including all labour and materials, as
per approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
85 E309.04.01 40 A, 4 pole incomer MCB isolator and 6 Nos. outgoing NOS 2
double pole MCBs (upto 20 A).
86 E309.04.02 40 A, 4 pole incomer MCB isolator and 12 Nos. outgoing NOS 2
double pole MCBs (upto 20 A).
87 E310.00.00 WIRING
88 E310.01.00 Circuit wiring in non-hazardous areas using (size given
below), copper conductor, PVC insulated, FRLS outer
sleeve cables (third core for earthing), from
lighting/power panel/distribution junction box, excluding
the supply of cable, junction boxes and cable glands but
including termination and connection, including all labour
and materials, as per approved drawings, specifications
of this tender and directions of Engineer-in-Charge.
89 E310.01.01 3 C x 2.5 sq. mm M 2300

90 E310.01.02 3 C x 4 sq. mm M 100

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 10 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 472 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
91 E310.02.00 Circuit wiring in hazardous areas using (sizes given
below) copper conductor, PVC insulated, FRLS outer
sleeve armoured cables (third core for earthing) from
lighting/power panel/distribution junction box onwards,
excluding the supply of cables, junction boxes and cable
glands but including fixing of cable glands, supply and
fixing of clamps, cable terminations and connections,
including all labour and materials, as per approved
drawings, specifications of this tender and directions of
Engineer-in-Charge.
92 E310.02.01 3 C x 2.5 sq. mm M 1500

93 E310.03.00 Circuit wiring with 660 V grade, (sizes given below), FRLS
PVC insulated copper wires in already laid
surface/concealed conduit from lighting panel/power
panel onwards including the supply of wires, termination
and connection, including all labour and materials, as per
approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
94 E310.03.01 3 Nos x 1.5 sq. mm M 1200

95 E310.03.02 3 Nos x 2.5 sq. mm M 650

96 E310.03.03 5 Nos x 1.5 sq. mm M 840

97 E310.03.04 5 Nos x 2.5 sq. mm M 840

98 E310.03.05 7 Nos x 1.5 sq. mm M 70

99 E310.03.06 7 Nos x 2.5 sq. mm M 30

100 E310.07.00 Supply and laying of (surface type) approved make of


black enamelled steel conduit of following diameter and
associated fittings from lighting/power panel, telephone,
fire alarm/plant communication points etc., including
supply of G.I. sheet steel junction boxes with acrylic
cover, pull wire, including all labour and materials, as per

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 11 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 473 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
101 E310.07.01 25 mm diameter. M 2800

102 E310.07.02 40 mm diameter. M 1200

103 E310.08.00 Supply and installation of 50 mm x 50 mm, (18 SWG) M 260


'METSEC' channel with removable cover, including
supply of all connected hardware, supports, all labour and
materials, as per approved drawings, specifications of
this tender and directions of Engineer-in-Charge.
104 E310.09.00 Circuit wiring with 660 V grade (sizes given below) PVC
insulated copper conductor wires in already installed
metsec channel including the supply of wires, termination,
connection and harnessing of wires etc., including all
labour and materials, as per approved drawings,
specifications of this tender and directions of Engineer-in-
Charge.
105 E310.09.01 1.5 sq. mm wires. M 1500

106 E310.10.00 Supply and laying of (concealed type) PVC conduit of


following diameter and associated fittings in brick walls,
RCC slabs/ceilings for lighting/ power/telephone, fire
alarm/plant communication points etc., including supply of
G.I. sheet steel junction boxes with acrylic cover, pull
wire, making cuts and chasis in built up brick work, RCC
slabs/ceilings and making good the same, including all
labour and materials, as per approved drawings,
specifications of this tender and directions of Engineer-in-
Charge.
107 E310.10.01 25 mm diameter. M 2250

108 E310.10.02 40 mm diameter. M 1300

109 E402.00.00 EARTH ELECTRODES

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 12 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 474 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
110 E402.01.00 Supply, installation, testing and commissioning of GI
earth electrodes, complete with earth pit as per std. 7-51-
0102 and all necessary materials including excavation of
earth pit, filling with charcoal and salt, back filling,
providing necessary brickwork, connections, including all
labour and materials, as per approved drawings,
specifications of this tender and directions of Engineer-in-
Charge.
111 E402.01.01 GI earth electrode as per std. 7-51-0102. NOS 30

112 E403.00.00 EARTH STRIPS


113 E403.01.00 Supply, installation and connection of following GI
earthing strip along the cable trenches or cable trays or
fixing to walls or structures including welding at joints,
providing anti-corrosive paint or bitumen and jute
covering for welded portion, clamping and necessary
hardware for connecting, etc., including all labour and
materials, as per approved drawings, specifications of
this tender and directions of Engineer-in-Charge.
114 E403.01.01 75 x 10 mm M 550

115 E403.01.02 50 x 6 mm M 1050

116 E403.01.04 25 x 3 mm M 700

117 E404.00.00 EARTHING CONNECTION


118 E404.01.00 Connecting individual equipment to the earth strip or
earth plate with following sizes of G.I. wire / G.I. wire rope
including the supply of G.I. wire /G.I. wire rope, lugs,
conductors, connecting to the G.I. strip or earth plate and
necessary hardware for connection, including all labour
and materials, as per approved drawings, specifications
of this tender and directions of Engineer-in-Charge.
119 E404.01.01 3/8" dia (10 mm) flexible rope. M 120

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 13 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 475 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
120 E404.01.02 5/8" dia (16 mm) flexible rope. M 20

121 E405.00.00 EARTH PLATES


122 E405.01.00 Supply, installation and connection of GI earth plates as
per std. 7-51-0103, complete with anchor bolts, including
all labour and materials, as per approved drawings,
specifications of this tender and directions of Engineer-in-
Charge.
123 E405.01.01 GI earth plate as per std. 7-51-0103. NOS 35

124 E405.01.01M01 Supply, installation and connection of COPPER earth NOS 1


plates a complete with anchor bolts, including all labour
and materials, as per approved drawings, specifications
of this tender and directions of Engineer-in-Charge.
125 E410.00.00 EARTHING CABLES
126 E410.03.00 Supply of 1100 V grade, multi stranded Copper
Conductor, XLPE/PVC insulated and unarmoured cables
(with green/yellow strips or green colour outer sleeve) of
following sizes as per EIL standard specification No. 6-
51-0051, data sheet, specifications of this tender and
directions of Engineer-in-Charge.
127 E410.03.01 1 C x 10 Sqmm M 50

128 E410.04.00 Termination & connection of leads of 1100 V grade, multi


stranded Copper Conductor, XLPE/PVC insulated and
unarmoured, cables of following sizes for earthing of
equipment, including supply of lugs, supply and fixing of
GI saddles and saddle bars, cutting and stripping of cable
insulation, crimping the lug on to the conductor, clamping
of the cable, including all labour and materials as per
approved drawings, specifications of this tender and
directions of Engineer-in-Charge
129 E410.04.01 1 C x 10 Sqmm NOS 2

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 14 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 476 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
130 E501.00.00 PLANT COMMUNICATION SYSTEM
131 E501.01.00 Installation, termination, connection, testing and
commissioning of following plant communication system
(including back up battery bank, battery charger etc.),
including transportation from store/yard to site at the
place of installation, assembling and installing in
foundation or fixing to wall/structure, aligning, levelling,
grouting, cable termination, wiring and all inter-connection
and making earth connection etc., first charging of
battery, including all labour and materials, as per
approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
132 E501.01.09 Beacon Lamps (FLP/industrial type). NOS 2

133 E501.01.10 Acoustic hood (FLP/industrial type). NOS 2

134 E501.02.00 Installation, termination and connection of following plant


communication system (including back up battery bank,
battery charger etc.), including transportation from
store/yard to site at the place of installation, assembling
and installing in foundation or fixing to wall/structure,
aligning, levelling, grouting, cable termination, wiring and
all inter-connection and making earth connection etc., first
charging of battery, including all labour and materials, as
per approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
135 E501.02.01 Central Exchange Panel along with associated battery, NOS 1
battery charger.
136 E501.02.02 Desk type intercom station upto 24 keys. NOS 1

137 E501.02.04 Weather Proof Intercom station with upto 3 Nos dual NOS 4
position Keys (FLP/Industrial type).
138 E501.02.06 Loud speakers with amplifier (FLP/industrial type). NOS 5

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 15 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 477 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
139 E501.02.06M01 6W box type Loud speakers (FLP/industrial type). NOS 7

140 E501.05.00 Installation, testing and commissioning of weatherproof


type plant communication junction box (PAJB) suitable for
outdoor installation with Krone/screw type terminals,
including termination and connections of incoming and
outgoing non-jelly cable, excluding supply of weatherproof
double compression cable glands, including all labour and
materials, as per specifications of this tender and
direction of Engineer-in-Charge.
141 E501.05.01V06 PAJB with NOS 4

( Incoming - 1 Nos, Incoming - 20 Pair, Outgoing 5 Pair -


4 Nos. )
142 E502.00.00 TELEPHONE SYSTEM
143 E502.01.00 Supply, installation, testing and commissioning of Indoor
Telephone Distribution J.B. made out of 2.03 mm (14
gauge) sheet steel, with one anti-rust coat of primer, with
two finished coats of approved epoxy paint, with Krone
type terminals with hinged lockable door, detachable
gland plate at the bottom/top complete with termination
and connections of incoming/ outgoing cables, including
all labour and materials, as per specifications of this
tender and directions of Engineer-in-Charge.
144 E502.01.04V03 TDJB Flush mounting type with an additional cable pull NOS 2
box at bottom for easy termination of cable suitable for
( Incoming - 1 Nos, Incoming - 20 Pair, Outgoing 1 Pair -
20 Nos. )
145 E502.01.04V04 TDJB Flush mounting type with an additional cable pull NOS 1
box at bottom for easy termination of cable suitable for
( Incoming - 1 Nos, Incoming - 10 Pair, Outgoing 1 Pair -
10 Nos. )

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 16 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 478 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
146 E502.01.04V06 TDJB Flush mounting type with an additional cable pull NOS 4
box at bottom for easy termination of cable suitable for
( Incoming - 1 Nos, Incoming - 5 Pair, Outgoing 1 Pair - 5
Nos. )
147 E502.02.00 Supply, installation, connection, testing and
commissioning of following plug - in type sockets for
Telephones extensions including supply of sheet boxes
with covers connection of socket and plug, including all
labour and materials, as per approved drawings,
specifications of this tender and directions of Engineer-in-
Charge.
148 E502.02.02 Flush Mounting Type. NOS 45

149 E502.03.00 Wiring with (No. of wires given below) 660 V grade, 0.63
mm dia. annealed tinned copper conductor, PVC
insulated twin flat wire as per relevant IS in already laid
surface/concealed conduit from TDJB onwards to
telephone sockets including supply of Wires, termination
and connection, including all labour and materials, as per
approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
150 E502.03.01 1 No. twin flat wire. M 350

151 E502.03.02 2 Nos. twin flat wires. M 250

152 E502.03.03 3 Nos. twin flat wires. M 260

153 E502.03.04 4 Nos. twin flat wires. M 120

154 E502.03.05 5 Nos. twin flat wires. M 75

155 E503.00.00 FIRE ALARM SYSTEM


156 E503.02.00 Installation, termination and connection of following fire
alarm panel including Power Pack and battery backup
system and all associated items, including transportation

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 17 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 479 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
from store/yard to site at the place of installation,
assembling and installation on foundation or fixing to wall
or steel structures, aligning, levelling, grouting,
termination and connection of cables, making earth
connections etc., including all labour and materials, as
per approved drawings, specifications of this tender and
directions of Engineer-in-Charge.
157 E503.02.01 Fire alarm panel. NOS 1

158 E503.02.02 Zonal/Repeat fire alam panels. NOS 1

159 E503.02.05 Heat detectors. NOS 4

160 E503.02.10 Break glass type fire alarm boxes. NOS 12

161 E503.02.12 Exit signs. NOS 14

162 E503.02.14 Hooters. NOS 8

163 E503.02.16 Multi sensor type detectors NOS 225

164 E503.02.17 Fault Isolator modules NOS 9

165 E503.02.19 Output/Control Relay Module NOS 5

166 E503.02.20 Hooter Acknowledge Box NOS 3

167 E503.04.00 Installation, testing and commissioning of weatherproof


type fire alarm junction box (FAJB) suitable for outdoor
installation with Krone/screw type terminals, including
termination and connections of incoming and outgoing
non-jelly cable, excluding supply of weatherproof double
compression cable glands, including all labour and
materials, as per specifications of this tender and
direction of Engineer-in-Charge.
168 E503.04.01V07 FAJB with NOS 1

( Incoming - 1 Nos, Incoming - 2 Pair, Outgoing 2 Pair - 4


Nos. )

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 18 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 480 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
169 E504.00.00 LAYING OF COMMUNICATION / FIRE ALARM CABLES

170 E504.01.00 Horizontal and vertical laying/pulling through of


communication/fire alarm cables of the following overall
diameters in ready trays/trenches/conduits or supported
on structures including supplying and fixing of GI saddle
and saddle bars, stainless steel/aluminium strip number
tags, including transportation from store/yard to site at the
place of installation, unpacking, including all labour and
materials, as per approved drawings, specifications of
this tender and directions of Engineer-in-Charge.
171 E504.01.01 Cables of overall dia. upto 35 mm. M 2400

172 E801.00.00 LAN Systems

173 E801.01.00 Supply, installation, connection, testing and


commissioning of weatherproof power panels for UPS
power distribution having following incomer & outgoing
feeders, including
all labour and materials, as per approved drawings,
specifications of this tender and directions of engineer-
incharge.

174 E801.01.01 32A, double pole incomer MCB isolator and 6 nos NOS 2
outgoing double pole 10A MCBs isolator with 2nos, 10A
semiconducting fuses
175 E801.02.00 Supply, installation, termination, testing and NOS 22
commissioning of flush mounted CAT-6 UTP JACK
(Information Outlets) including supply of all connected
materials(i.e Face plates, Surface mount box, patch cord
at I/O end), including all labour and materials, as per
approved drawings, specifications of this tender and
directions of Engineer-in-charge.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 19 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 481 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
176 E801.03.00 Circuit wiring with following cables for LAN in already laid
surface/concealed conduit from Etherswitch rack
onwards to Cat-6 UTP Jack (Information outlet) including
the supply of cables, termination and connection at both
ends (i.e at jack panel end & at the I/O end), including all
labour and materials, as per approved drawings,
specifications of this tender and directions of Engineer-in-
charge.
177 E801.03.01 1 no. CAT-6 UTP cable M 300

178 E801.03.02 2 nos. CAT-6 UTP cable M 230

179 E801.03.03 3 nos. CAT-6 UTP cable M 200

180 E801.03.04 4 nos. CAT-6 UTP cable M 200

181 E801.03.05 5 nos. CAT-6 UTP cable M 100

182 E801.04.00 Supply, installation, mounting,testing & commissioing of


following Etherswitches including performance warranty
certification(for LAN) of 25 years through OEM,including
all labour and materials, as per approved drawings,
specifications of this tender and directions of Engineer-in-
charge.

183 E801.04.02 Etherswitch Rack Type-II NOS 1

184 E999.00.00 Miscellaneous


185 E999.99.00 Miscellaneous
186 E999.99.99V01 Supply, installation, testing and commissioning of NOS 200
following lighting fixtures and connecting to wiring junction
box/marshalling box complete with lamps and necessary
control gear including supply of all connected materials
like flexible conduit, clamps, supports, chains, anchor
fastners, bolts, nuts and washers etc. as required,

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 20 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 482 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
including supply and fixing of cable glands, lugs,including
all labour and materials, as per approved drawings, data
sheet for lighting fixture schedule, EIL installation
standards, specifications of this
tender and directions of Engineer-in-Charge.

LED IND 1
187 E999.99.99V02 Supply, installation, testing and commissioning of NOS 20
following lighting fixtures and connecting to wiring junction
box/marshalling box complete with lamps and necessary
control gear including supply of all connected materials
like flexible conduit, clamps, supports, chains, anchor
fastners, bolts, nuts and washers etc. as required,
including supply and fixing of cable glands, lugs,including
all labour and materials, as per approved drawings, data
sheet for lighting fixture schedule, EIL installation
standards, specifications of this
tender and directions of Engineer-in-Charge.

LED IND2
188 E999.99.99V03 Supply, installation, testing and commissioning of NOS 72
following lighting fixtures and connecting to wiring junction
box/marshalling box complete with lamps and necessary
control gear including supply of all connected materials
like flexible conduit, clamps, supports, chains, anchor
fastners, bolts, nuts and washers etc. as required,
including supply and fixing of cable glands, lugs,including
all labour and materials, as per approved drawings, data
sheet for lighting fixture schedule, EIL installation
standards, specifications of this
tender and directions of Engineer-in-Charge.

LED IND4
189 E999.99.99V04 Supply, installation, testing and commissioning of NOS 25

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 21 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 483 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
following lighting fixtures and connecting to wiring junction
box/marshalling box complete with lamps and necessary
control gear including supply of all connected materials
like flexible conduit, clamps, supports, chains, anchor
fastners, bolts, nuts and washers etc. as required,
including supply and fixing of cable glands, lugs,including
all labour and materials, as per approved drawings, data
sheet for lighting fixture schedule, EIL installation
standards, specifications of this
tender and directions of Engineer-in-Charge.

LED FD1
190 E999.99.99V05 Supply, installation, testing and commissioning of NOS 28
following lighting fixtures and connecting to wiring junction
box/marshalling box complete with lamps and necessary
control gear including supply of all connected materials
like flexible conduit, clamps, supports, chains, anchor
fastners, bolts, nuts and washers etc. as required,
including supply and fixing of cable glands, lugs,including
all labour and materials, as per approved drawings, data
sheet for lighting fixture schedule, EIL installation
standards, specifications of this
tender and directions of Engineer-in-Charge.

LED ST5
191 E999.99.99V07 Supply of following FLP/Div.2 lighting fixtures complete NOS 7
with lamps,
requisite FLP cable glands, plugs and necessary control
gear as per EIL standard specification No. 6-51-0061,
data sheet for lighting fixture schedule, including all
albour and materials, specifications of this tender and
directions of Engineer-in-Charge.

LED DC IIA/IIB

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 22 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 484 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
192 E999.99.99V08 Supply of following FLP/Div.2 lighting fixtures complete NOS 14
with lamps,
requisite FLP cable glands, plugs and necessary control
gear as per EIL standard specification No. 6-51-0061,
data sheet for lighting fixture schedule, including all
albour and materials, specifications of this tender and
directions of Engineer-in-Charge.

LED FLP IIC - 1


193 E999.99.99V09 Providing and fixing 2 mm thick G.I. fabricated junction NOS 20
box in raceways include providing removable 3mm thick
cover with knockout holes and fixing accessories,
earthing connectivity for the box, including floor / wall
supports, access boxes as per specification and cross
over as per site requirement.
200X200X50X2/3MM (with SS Cover)
194 E999.99.99V10 Providing and fixing 2 mm thick G.I. fabricated junction NOS 20
box in raceways include providing removable 3mm thick
cover with knockout holes and fixing accessories,
earthing connectivity for the box, including floor / wall
supports, access boxes as per specification and cross
over as per site requirement.
150X150X50X2/3MM (with SS Cover)
195 E999.99.99V11 Providing and fixing 2 mm thick G.I. fabricated junction NOS 20
box in raceways include providing removable 3mm thick
cover with knockout holes and fixing accessories,
earthing connectivity for the box, including floor / wall
supports, access boxes as per specification and cross
over as per site requirement.
100X100X50X2/3MM (with SS Cover)
196 T000.00.00 INFORMATION TECHNOLOGY SERVICES
197 T028.00.00 S/I/T/C of Jack Panel

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 23 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 485 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
198 T028.02.00 S/I/T/C of CAT6 Jack Panel

199 T028.02.01 Supply,installation,testing and commissioning of CAT 6 NOS 2


24 Port Jack Panel including all labour and materials, as
per approved drawings, specifications of this tender and
directions of Engineer-in
charge
200 T028.02.02 Supply,installation,testing and commissioning of CAT 6 NOS 1
48 Port Jack Panel including all labour and materials, as
per approved drawings, specifications of this tender and
directions of Engineer-in
charge

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-50-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 24 OF 24
Stamp Signature Div.: ENGINEERING Dept.: Electrical

Page 486 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the
limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Schedule of Rates
for
Instrumentation Works

Tender No. A872-030-83-41-CI-T-9514 Part A 0 Issued with Tender SK SR PKS

Tender
BALANCE CIVIL WORKS FOR PLANT AND
Name NON PLANT BUILDINGS-PART-A

REV DATE PURPOSE BY CHECKED APPROVED


Client : Bharat Petroleum SCHEDULE OF RATES Rev
ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-51-CI-SOR-9514-A 0
Bidder's Bidder's
NEW DELHI Date Div.: ENGINEERING Dept.: Instrumentation
Stamp Signature SHEET 1 OF 2

Page 487 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 II INSTRUMENTATION
2 I900.00.00 GENERAL SITE WORK
3 I900.30.00 Supply and installation of electronic rodent repellers to
repel breeding of rats in main control room.
4 I900.30.01 Rodent repellers NOS 2

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-51-CI-SOR-9514-A
Bidder's Bidder's 0
NEW DELHI Date SHEET 2 OF 2
Stamp Signature Div.: ENGINEERING Dept.: Instrumentation

Page 488 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the
limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Schedule of Rates
for
Mechanical Eqpt Works

Tender No. A872-030-83-41-CI-T-9514 Part A 1 Issued for Tender MB NK

Tender 0 ISSUED FOR TENDER MB NK


BALANCE CIVIL WORKS FOR PLANT AND
Name NON PLANT BUILDINGS-PART-A

REV DATE PURPOSE BY CHECKED APPROVED


Client : Bharat Petroleum SCHEDULE OF RATES Rev
ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-80-43-CI-SOR-9514-A 1
Bidder's Bidder's
NEW DELHI Date Div.: STATIC EQUIPMEDept.: STATIC & MACHIN
Stamp Signature SHEET 1 OF 6

Page 489 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 QQ MECHANICAL EQUIPMENT
2 Q998.00.00 Miscellaneous
3 Q998.99.00 Miscellaneous
4 Q998.99.99V10 Water Cooled Central AC System for Control Room LOT 1
building

Design, engineering, procurement of raw materials and


bought out components, manufacturing, assembly at
shop, inspection, testing at manufacturer's works,
painting (primer + finish coat), packing and delivery
including supply of all commissioning spares, special
tools and tackles, first fill of refrigerant & lubricants for
Water Cooled Central AC System including all associated
piping, valves/instruments, ducting, diffusers/grilles etc.,
transportation from vendor's works to site, unloading at
site, handling, transportation to contractor's store and
from contractor's store to work site, storage at site,
fabrication/assembly at site, installation, hook up, testing,
painting, insulation, pre-commissioning, commissioning,
performance guarantee test run at site, handing over to
client and other field works including civil-structural work
complete in all respect, on-site training at project site to
Owner's personnel for operation and maintenance,
preparation and submission of drawings and documents
as per Scope of Supply and Work (Static & Machinery
equipment) (Doc. No. A872-030-80-43-SOW-9514), Job
specification (Static & Machinery equipment) (Doc. No.
A872-030-80-43-SP-9514), and other documents referred
therein for air-conditioning System:

Air-conditioning system consisting of following major


items:

a) Water cooled Condensing Unit: 2 Nos. (1W+1S) of

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-80-43-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 2 OF 6
Stamp Signature Div.: STATIC EQUIPME Dept.: STATIC & MACHIN

Page 490 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
actual capacity 60 TR each
b) AHU of 22000 CFM (1Working)
c) Ducting and it's Accessories for Air Distribution (1 Lot)

5 Q998.99.99V11 Air Cooled package AC System for Sub Station building LOT 1

Design, engineering, procurement of raw materials and


bought out components, manufacturing, assembly at
shop, inspection, testing at manufacturer's works,
painting (primer + finish coat), packing and delivery
including supply of all commissioning spares, special
tools and tackles, first fill of refrigerant & lubricants for Air
Cooled Central AC System including all associated
piping, valves/instruments, ducting, diffusers/grilles etc.,
transportation from vendor's works to site, unloading at
site, handling, transportation to contractor's store and
from contractor's store to work site, storage at site,
fabrication/assembly at site, installation, hook up, testing,
painting, insulation, pre-commissioning, commissioning,
performance guarantee test run at site, handing over to
client and other field works including civil-structural work
complete in all respect, on-site training at project site to
Owner's personnel for operation and maintenance,
preparation and submission of drawings and as per
Scope of Supply and Work (Static & Machinery
equipment) (Doc. No. A872-030-80-43-SOW-9514), Job
specification (Static & Machinery equipment) (Doc. No.
A872-030-80-43-SP-9514), and other documents referred
therein for air-conditioning System:
Air-conditioning system consisting of following major
items:

a) Package Unit: 3 Nos. (2W+1S) of actual capacity 14


TR each with blower capacity of minimum 7500 CFM
each.
b)Ducting and it's Accessories for Air Distribution (1 Lot)

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-80-43-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 3 OF 6
Stamp Signature Div.: STATIC EQUIPME Dept.: STATIC & MACHIN

Page 491 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words

6 Q998.99.99V13 Comprehensive AMC for HVAC system for first year LOT 1

Comprehensive Annual Maintenance Contract (AMC) for


first year for HVAC system of all building after completion
of defect liability period/guarantee warranty period as per
enclosed Scope of Supply and Work (Static & Machinery
equipment ) (Doc. No. A872-030-80-43- SOW-9514), Job
specification (Static &Machinery equipment) (Doc. No.
A872-030-80-43-SP-9514), and other documents referred
therein for air-conditioning System

7 Q998.99.99V14 Comprehensive AMC for HVAC system for second year LOT 1

Comprehensive Annual Maintenance Contract (AMC) for


second year for HVAC system of all building after
completion of defect liability period/guarantee warranty
period as per enclosed Scope of Supply and Work (Static
& Machinery equipment ) (Doc. No. A872-030-80-43-
SOW-9514), Job specification (Static & Machinery
equipment) (Doc. No. A872-030-80-43-SP-9514), and
other documents referred therein for air-conditioning
System.

8 Q998.99.99V15 Comprehensive AMC for HVAC system for third year LOT 1

Comprehensive Annual Maintenance Contract (AMC) for


third year for HVAC system of all building after completion
of defect liability period/guarantee warranty period as per
enclosed Scope of Supply and Work (Static & Machinery
equipment) (Doc. No. A872-030-80-43-SOW-9514), Job
specification (Static & Machinery equipment) (Doc. No.
A872-030-80-43-SP-9514), and other documents referred

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-80-43-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 4 OF 6
Stamp Signature Div.: STATIC EQUIPME Dept.: STATIC & MACHIN

Page 492 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
therein for air-conditioning System.

9 Q998.99.99V16 Split Air-Conditioners for various buildings: LOT 1

Supply of Split Air Conditioner (latest BEE 5 Star rating)


of capacity 2 TR each with compatible stabilizer (copper
winding) complete with all accessories and fittings,
including supply of first fill of refrigerants (non-CFC and
eco-friendly), transportation from vendor's works to site,
unloading at site, handling, transportation to contractor's
store and from contractor's store to work site, storage at
site, assembly at site, installation, testing, painting,
insulation, commissioning, handing over to client and
other field works including civil-structural works complete
in all respect for AC areas as marked in respective
architecture drawing. Split unit shall have wall mounted
indoor unit and outside located air cooled condenser
(outdoor unit) with insulated refrigerant piping, controls
and line accessories, electrical and civil works (e.g. civil
work related to concealing of refrigerant piping, drain
piping to the nearest drain, cablingof AC units) as
required including the structural steel framework,
pedestal/bracket to mount the indoor and outdoor units,
supports & clamps for refrigerant piping/cables, stabilizer,
hold down nuts & bolts, spares for commissioning and
start up etc. as per Scope of Supply and Work (Static &
Machinery equipment) (Doc. No. A872-030-80-43- SOW-
9514), Job specification (Static & Machinery equipment)
(Doc. No. A872-030-80-43-SP-9514), and other
documents referred therein for air-conditioning System:

Quantity and Installation location are listed below:

a) Maintenance Room of Substation Building (2 Nos. Split


AC)
b) Cabin of Engineer Store Building (1 No. Split AC)

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-80-43-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 5 OF 6
Stamp Signature Div.: STATIC EQUIPME Dept.: STATIC & MACHIN

Page 493 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-80-43-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 6 OF 6
Stamp Signature Div.: STATIC EQUIPME Dept.: STATIC & MACHIN

Page 494 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the
limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Schedule of Rates
for
Civil-Structural and Architectural Works

Tender No. A872-030-83-41-CI-T-9514 Part A 1 Issued for Tender NK S VKP

Tender 0 ISSUED FOR TENDER NK S VKP


BALANCE CIVIL WORKS FOR PLANT AND
Name NON PLANT BUILDINGS-PART-A

REV DATE PURPOSE BY CHECKED APPROVED


Client : Bharat Petroleum SCHEDULE OF RATES Rev
ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A 1
Bidder's Bidder's
NEW DELHI Date Div.: STRUCTURAL Dept.: STRUCTURAL
Stamp Signature SHEET 1 OF 47

Page 495 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 A000.00.00 ARCHITECTURE
2 A002.00.00 FLOOR FINISHING
3 A002.01.00 Providing and laying average 25mm cement concrete
flooring in panels consisting of base course of 1:2:4 grade
cement concrete (6mm down size stone aggregate) laid
over sub-base of cement concrete and finishing with a
layer of floating coat of neat cement slurry @ 2.75kg. of
cement per Sq. M. of area including cleaning the sub-
base surface, applying neat cement slurry @ 2.75 kg of
cement per Sq. M. of area over the sub- base to receive
the base course, compacting, tamping, trowelling,
finishing, curing, providing, shuttering to the edges etc. all
complete
4 A002.01.01 CEMENT SUPPLIED BY THE CONTRACTOR AT THEIR Sq.M. 340
COST
5 A002.02.00 Providing and laying cement concrete granolithic flooring
in panels consisting of base course (under layer of 1:2:4
grade cement concrete, 6mm down size stone
aggregates) laid over sub-base, wearing top- layer of
cement mortar (1 cement: 3 coarse sand by volume)
finished smooth by tamping, trowelling, and with a
finishing floating coat of neat cement slurry @ 2.75kg. of
cement per Sq. M. of area including cleaning the sub-
base surface, applying neat cement slurry over the sub-
base @ 2.75Kg of cement per Sq. M of area to receive
the base course, compacting, tamping, trowelling,
finishing, curing, providing, shuttering to the edges etc. all
complete.
6 A002.02.01 With average 25mm thick under-layer and 15mm thick Sq.M. 950
top layer. CEMENT SUPPLIED BY THE CONTRACTOR
AT THEIR COST.
7 A002.03.00 Providing and laying average 50mm thick heavy duty

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 2 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 496 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
flooring in panels consisting of base course of 35mm
thick cement concrete (1 cement : 1.5 coarse sand : 3.5
stone aggregates of 10mm to 6mm size by volume) laid
over sub-base and 15mm thick finishing layer consisting
of cement and integral hardening compound mixed in
ratio of 4 cement :1 hardenar (by weight) :2 stone
agrgregates of 6mm and down size laid integral with base
course and finished smooth including cleaning the sub-
base surface, applying neat cement slurry @2.75 Kg of
cement per Sq.M of area over sub-base to receive the
base course, levelling, tamping, trowelling, finishing,
curing, providing shuttering to the edges etc. all complete.

8 A002.03.01 CEMENT SUPPLIED BY THE CONTRACTOR AT THEIR Sq.M. 1800


COST.
9 A002.04.00 Providing and laying 125mm high cement plaster skirting
with 1:3 cement mortar (1 cement : 3 coarse sand by
volume) finished with a floating coat of neat cement slurry
@ 2.75kg. of cement per Sq.M of area including rounding
of junctions with floor, preparing the wall surface, making
recess in the wall, finishing, curing etc. all complete.
10 A002.04.01 18mm thick. CEMENT SUPPLIED BY THE RM 520
CONTRACTOR AT THEIR COST.
11 A002.04.03 12mm thick. CEMENT SUPPLIED BY THE RM 130
CONTACTOR AT THEIR COST.
12 A002.06.00 Providing and fixing panel dividers in flooring/dado
including maintaining slope, line, chipping of the uneven
base, grinding etc. all complete.
13 A002.06.04 P.V.C. panel dividers ( 3mm x 20mm size.) RM 450

14 A002.06.05 P.V.C. panel dividers ( 3mm x 35mm size.) RM 1425

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 3 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 497 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
15 A002.06.06 P.V.C. panel dividers ( 3mm x 40mm size.) RM 3000

16 A002.10.00 Providing and laying machine cut chissel dressed kota


stone slab of approved shade in floor tread, landing, riser,
skirting, dado over and including a bed of cement mortar
including preparing the base surface, applying neat
cement slurry @ 2.75 Kg of cement per Sq.M of area to
receive the mortar, providing neat cement slurry @ 4.4kg.
of cement /Sq.M of area over the mortar bed, jointing
each slab with neat cement paste/ grouting white cement
and pigment ( conforming to IS : 2114, Table-1, matching
the shade of slabs), machine cutting of the slab edges
square, true & plumb finishing, grinding, polishing,
finishing etc. all complete.
17 A002.10.01 25mm thick kota stone slab (with tolerance +_2mm for Sq.M. 230
thickness, +_2mm for length/ breadth) in floor, landing
tread over average 15mm thick cement mortar 1:4(1
Cement : 4 coarse sand by volume). CEMENT
SUPPLIED BY THE CONTRACTOR AT THEIR COST.
18 A002.10.03 18mm thick kota stone slab in riser, dado, skirting over Sq.M. 60
average12mm thick cement mortar1:3(1 cement:3 coarse
sand by volume). CEMENT SUPPLIED BY THE
CONTRACTOR AT THEIR COST.
19 A002.10.05 Extra for providing round nosing by machine cutting of the RM 140
slab.
20 A002.11.00 Providing and laying tiles in flooring , dado, skirting etc. in
approved colour, design and pattern, laid over and
including a coating of approved adhesive as per
manufacturers specifications, flush pointing of joints of
tiles with cement paste/ grouting with white cement and
pigment (conforming to IS:2114, Table-1, matching the
shade of tiles) finishing, cleaning etc. all complete.
21 A002.11.03 Glazed/ Ceramic/ Mat finish tiles conforming to IS:777, Sq.M. 200

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 4 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 498 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
200mm x 300mm x 6.5mm (Minimum) thick.
22 A002.11.05 Ceramic, matt finished non-slip type tiles of approved Sq.M. 45
make and shade(s) in approved design/ pattern including
cleaning the finished surface with oxalic acid, wax
polishing etc. for size 300mm x 300mm x 8mm (+5%)
thick tiles for flooring.
23 A002.11.07 Decorative, matt/ mirror finish homogeneous double Sq.M. 575
charge Vitrified porcelain tiles of minimum size 600mm x
600mm x 10mm thick in approved quality, colour, make,
design/ pattern
24 A002.15.00 Providing and applying pigmented (approved shade) Sq.M. 110
chemical and abrasion resistant, solvent based self
levelling floor coating based on epoxy resin with amine
curing agents, in 2 coats @ 125 gms/sq.m. (min.)per coat
by brush or spraying over a levelling screed (min. 3mm
thick) of a 3 part solvent free combination of epoxy resin,
amine hardeners and graded chemically inert aggregate
filler, laid over a coat of 2-part epoxy resin primer applied
over existing flooring etc. all as per manufacturer's
specifications.
25 A002.16.00 Providing and applying pigmented (approved shade) Sq.M. 160
chemical and abrasion resistant, solvent based coating
(on dado/wall) of epoxy resin with amine curing agents, in
2 coats @ 125 gms/sq.m. (min.) per coat by brush over
plastering/ concrete surfaces including surface
preparation, curing etc. all as per manufacturer's
specification.
26 A002.17.00 Providing and laying minimum 18mm thick approved
premium quality and shade polished granite stone slabs
in flooring, counters, treads, risers, skirting, dado etc.
over and including a bed of cement mortar including
preparing the base surface, applying neat cement slurry
@ 2.75 kg. of cement per sq. mtr. of area to receive the

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 5 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 499 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
mortar bed, jointing each slab with neat cement paste/
grout with white cement maixed with pigment (conforming
to IS:2114, Table-1) to match the colour of the granite
stone slabs, finishing etc. all complete.
27 A002.17.01 Granite stone slabs in flooring, counters, treads Sq.M 310
etc.(perfectly levelled) over and including a bed of cement
mortar 1:4 (1 cement: 4 coarse sand by volume)
CEMENT SUPPLIED BY THE CONTRACTOR AT THEIR
COST.
28 A002.17.03 Granite stone slabs in risers, skirting, dado etc. over and Sq.M 200
including a bed of cement mortar 1:3 (1cement: 3 coarse
sand by volume) CEMENT SUPPLIED BY THE
CONTRACTOR AT THEIR COST.
29 A002.17.05 Extra for round nosing/ moulded edges (as per approved RM 65
design) to Granite stone slabs.
30 A002.21.00 Providing and laying anti slip (rough)Granite stone slabs,
of thickness minimum 25mm, in flooring, landing, tread,
ramps over minimum 20mm thick cement mortor1:4 (1
cement :4 course sand by volume) over and including a
bed of cement mortar including preparing the base
surface, applying neat cement slurry @ 2.75 kg. of
cement per sq. mtr. of area to receive the mortar bed,
jointing each slab with neat cement paste/ grout with
white cement mixed with pigment (conforming to IS:2114,
Table-1) to match the colour of the granite stone slabs,
finishing etc. all complete.

31 A002.21.01 Cement supplied by the Contractor at there cost SQM 150

32 A002.23.00 Providing 3 nos. of 3mm grooves at spacing of 30mm in RM 190


Kota/ Marble/ granite stone laid in stairs¿ treads/ landings
all complete as per the direction of Engineer-In-Charge.
(Single measurement shall be considered for 3 parallel

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 6 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 500 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
grooves)
33 A003.00.00 WOOD WORK
34 A003.01.00 Providing and fixing wooden frames of doors, windows,
ventilators including cutting, shaping, jointing, applying a
coat of bituminous paint on concealed surface, wood
primer on exposed surface, fixing in masonry/RCC by
means of 300mm x 25mm x 6mm thick M.S. hold fasts
screwed to frame @ 600mm max vertically and grouted
with M-15 grade concrete in min. 350mm x 100mm x
100mm sized hole made in masonry/96mm long, 12mm
dia M.S. dash fastener, painting with two coats of
approved shade and make (ICI or equivalent) synthetic
enamel paint over approved quality primer coat, finishing
etc. all complete.
35 A003.01.01 Wooden frames with second class teak wood conforming Cu.M. 0.5
to IS : 4021.
36 A003.02.00 Providing and fixing Factory made, overall 35mm thick
block board flush shutter consisting of solid core block
board bonded with phenol phormaldehyde synthetic resin
conforming to IS : 848 and faced on both faces with
commercial type plywood/teakwood veneering/ lamination
bonded with phenol formaldehyde synthetic resin
conforming to IS : 848, including providing and fixing
second class teakwood perimeter beading fixed by
means of approved quality neoprene based adhesive and
nailing @ 300 mm max.. painting exposed surface with
two coats of approved shade and make synthetic enamel
paint over approved quality primer coat, providing and
fixing 125mm long M.S. butt hinges [for each shutter
(vertical spacing not exceeding 600mm)] including fixing
with door frame, finishing etc. all conforming to IS : 2202.

37 A003.02.03 Door shutter faced with 1mm thick approved quality Sq.M. 30

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 7 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 501 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
lamination of approved shade/brand.
38 A003.06.00 Extra for providing and fixing square or rectangular vision Sq.M. 1
panels in door shutters of 4mm thick plain glass (wt.
7.2kg/Sq.M) and conforming to IS : 2835 with 20mm x
10mm Teakwood beading fixed by approved quality
neoprene based rubber adhesive and nailing @ max.
300mm c/c, including all cutting, fixing, providing 2 coats
of approved quality Polyurithane transparent coating with
stainer mix to achieve the desired shade on the teak
wood etc. all complete. (Measurement for payment to be
made only for the glazed area of vision panel).
39 A003.07.00 Providing and fixing in position following items including
all necessary fixtures, fittings, finishing etc. all complete.

40 A003.07.01 Approved make heavy duty overhead hydraulic door Unit 36


closer with adjustable spanners, metal screws etc.
conforming to IS : 3564
41 A003.07.02 Approved make Chromium plated metallic (brass body) Unit 17
mortice lock, 6 levers conforming to IS : 2209 (inclusive of
pair of handles of pressure die cast zinc alloy,satin
finished).
42 A003.07.03 Approved make heavy duty hydraulically operated, Unit 5
adjustable floor mounted door closer conforming to
IS:6315, Single actuion type.
43 A003.07.04 Approved make heavy duty hydraulically operated, Unit 5
adjustable floor mounted door closer conforming to IS
:6315, Double action type.
44 A003.07.05 Approved make pressure die cast zinc alloy, chromium Unit 15
plated door handle. 150mm long
45 A003.07.06 Approved make pressure die cast zinc alloy, chromium Unit 45
plated door handle. 300 mm long.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 8 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 502 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
46 A003.07.08 Approved quality 3mm thick plastic kick/push plate fixed Sq.M. 3
with brass screws.
47 A003.07.09 Approved quality anodized aluminium aldrop 300mm Unit 15
long, 19.05mm dia in bronze colour.
48 A003.07.10 Approved quality anodized aluminium tower bolts Unit 45
conforming to IS-204 in Bronze colour, 250 x 10mm.
49 A003.07.11 Approved quality anodized aluminium tower bolts Unit 45
conforming to IS-204 in Bronze colour, 150 x 10mm.
50 A003.07.12 Approved quality zinc alloy pressure die cast, chromium Unit 40
plated spring loaded round door stopper with double
heavy duty rubber shoes.
51 A003.07.13 Approved quality 75mm long aluminium toilet door latch Unit 8
with vacant/occupied indicator.
52 A003.07.14 Approved quality chromium plated brass coat and hat Unit 8
hook fixed with chromium plated brass screws.
53 A004.00.00 STEEL/ ALUMINIUM/ GLAZED/ FULLY GLASS/ PVC
ETC. DOORS, WINDOWS AND VENTILATORS

54 A004.05.00 Supplying and fixing M.S. rolling shutters, conforming to


IS : 6248 including providing all accessories like shutter
(constructed with inter locking lath sections formed out of
cold rolled steel strips 0.9mm thick, 80mm wide and
1.25mm thick, 80mm wide respectively for shutter width
upto 3.5M and above 3.5M), jointless M.S. channel
section for guide (min. 3.15mm thick), M.S. girders,
pressed bottom rails, shutter suspension stud shaft with
pully and cage, top rolling springs, locking arrangement
etc. as per approved manufacturers drawings including
painting with two coats approved make & shade and
synthetic enamel paint over a coat of approved quality red
oxide zinc chromate primer, making good of all damaged

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 9 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 503 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
surfaces etc. all complete.
55 A004.05.09 Motor operated rolling shutter as per approved Sq.M. 30
Manufacturer's design & drawing for rolling shutters for
width upto 3.5 metre with all necessary electricals like
motor, switching panels, switches, cables, wires etc. as
required for smooth functioning of the shutter
56 A004.11.00 Providing and fixing in position plastic doors (with door Sq.M. 2.1
frames), of UV stabilized compounds of PVC ('Sintex' or
approved equivalent), consisting of 53x 60mm L-shaped
door frame (BLR53 of 'sintex' or equivalent), 33x47mm
shutter frame (DWUF 306 of 'sintex' or equivalent),
30mm thick infill panel slats, complete as per
manufacturer's specifications and recommendations,
including all fittings, fasteners, fixtures, sealing periphery
with polymeric sealant etc all complete.

57 A004.12.00 Providing and fixing pressed steel sheet door shutter


made of 18 SWG galvanized pressed steel sheet bent to
form hollow box of 40 mm overall thickness; and
consisting of/ including:
(i) 3 mm thick MS flat all along perimeter
(ii) Packing the shutter with mineral wool (48 kg/cum)
without gap
(iii) Strengthening with 18 SWG GI vertical stiffeners
@200 c/c
(iv) 3 mm thick MS pad plates welded inside at required
locations for fixing of hardware etc.
(v) Fixing to door frame by 100 mm long SS 304 grade
heavy duty ball bearing hinge @600 c/c maximum
(vi) Hardware and vision panel as required.
(vii) Grinding and smoothening of welding, cleaning,
finishing (synthetic enamel painting/ polyurethane (PU)
coating/ electrostatic powder coating), making true
alignments and surfaces etc. all complete.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 10 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 504 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
Notes:
1. Reference shall be made to EIL standard nos. 7-75-
0070, 7-75-0071
Only the net shutter(s) area shall be measured for
payment

58 A004.12.03 Single shutter painted with Electrostatic powder coating Sq M 10


with following hardware:

(i) Over head hydraulic door closer (heavy duty).


(ii) SS 304 grade 16 mm dia 250mm long aldrop on both
sides of shutter.
(iii) Spring loaded heavy duty door stopper
(iv) SS 304 grade 19 mm dia.200 mm long handle on
both side of shutter.
(v) 10 mm dia SS 304 tower bolt (250mm long for
2100mm height & 600mm long for 2500mm height)

59 A004.12.06 Double shutter painted with Electrostatic powder coating Sq M 4


with following hardware:

(i) Over head hydraulic door closer (heavy duty).


(ii) SS 304 grade 16 mm dia 300mm long aldrop on both
sides of shutter.
(iii) Spring loaded heavy duty door stopper.
(iv) SS 304 grade 19 mm dia.200 mm long handle on
both side of shutter.
(v) 10 mm dia SS 304 tower bolt ( 250mm long for
2100mm height & 600mm long for 2500mm height)
(vi) 2mm thick 25mmx 25mm GI angles (vertical) welded
to each shutter at the meeting point of double shutter.

60 A004.14.00 Providing and fixing aluminium work for doors, windows,


ventilators and partitions with extruded built up standard

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 11 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 505 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
tubular sections/ appropriate Z sections and other
sections of approved make conforming to IS: 733 and IS:
1285, fixing with dash fasteners of required dia and size,
including necessary filling up the gaps at junctions, i.e. at
top, bottom and sides with required EPDM rubber/
neoprene gasket etc. Aluminium sections shall be
smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat angle,
Aluminium snap beading for glazing / paneling, C.P.
brass / stainless steel screws, all complete as per
architectural drawings and the directions of Engineer-in-
charge. (Glazing, paneling and dash fasteners to be paid
for separately) :

61 A004.14.02 For fixed portion of aluminium doors, windows, ventilators Kg 1060


and partitions made from Powder coated aluminium
(minimum thickness of powder coating 50 micron)
62 A004.14.05 For shutters of doors, windows & ventilators made from Kg 1330
Powder coated aluminium (minimum thickness of powder
coating 50 micron) including providing and fixing hinges/
pivots and making provision for fixing of fittings wherever
required including the cost of EPDM rubber / neoprene
gasket required (Fittings shall be paid for separately)
63 A004.14.10 Providing and fixing float glass panes of 5.50 mm Sq M 390
thickness in aluminium door, window, ventilator shutters
and partitions etc. with EPDM rubber / neoprene gasket
etc. complete as per the architectural drawings and the
directions of engineer-in-charge. (Cost of aluminium snap
beading shall be paid in basic item)
64 A004.14.16 Filling gaps of size upto 5mm depth and 5 mm width in RM 1000
between aluminium frame & adjacent RCC/ Brick/ Stone
work by providing weather silicon sealant over backer rod
of approved quality as per architectural drawings and

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 12 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 506 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
direction of Engineer-in-charge complete
65 A004.14.17 Providing and fixing 205 X 19 mm adjustable friction Each 40
window stays of approved quality made from Stainless
Steel (SS 304 grade) with necessary stainless steel
screws etc. to the side hung windows as per direction of
Engineer-charge complete.
66 A004.14.19 Providing and fixing 355 X 19 mm adjustable friction Each 30
window stays of approved quality made from Stainless
Steel (SS 304 grade) with necessary stainless steel
screws etc. to the side hung windows as per direction of
Engineer-charge complete.
67 A004.14.25 Providing and fixing 100mm brass locks (best make of Each 35
approved quality) for aluminium doors including
necessary cutting and making good etc. complete.
68 A004.14.29 Providing and fixing 100 mm long aluminium handles, ISI Nos 64
marked, anodised (anodic coating not less than grade AC
10 as per IS : 1868) transparent or dyed to required
colour or shade, with necessary screws etc. complete
69 A004.14.30 Providing and fixing aluminium tower bolts of size 100mm Nos 64
x 10mm , ISI marked, anodised (anodic coating not less
than grade AC 10 as per IS : 1868 ) transparent or dyed
to required colour or shade, with necessary screws etc.
complete
70 A004.15.00 Providing and fixing pressed steel door and window
frames of size (assorted size out of) Overall 125mm x
60mm section, of required profile conforming to IS: 4351,
made of 16 SWG pressed steel including/ consisting of:
i)3 mm thick MS flat spacers welded to frame @ 500mm
c/c and at holdfast locations.
ii)Filling the hollow frame section with concrete. iii)MS
angle (20mmx20mmx3mm) horizontal tie member below
floor finish.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 13 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 507 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
iv)MS holdfasts (200mmx25mmx6mm) welded to
spacers.
v)Fixing to masonry (by grouting the holdfasts with M-15
grade concrete in minimum 250mm x 100mm x 100mm
sized hole)/ fixing to RCC (by minimum 100mm long, 12
mm dia metallic counter sunk anchor fasteners)
vi)MS pad plates (40mm x 150mm x 3mm) & GI mortar
guard welded to frame at hinge and other hardware
locations.
vii)Metering of joints between horizontal and vertical
members, grinding and smoothening of welding, cleaning
of frame surface, finishing (synthetic enamel painting/
electrostatic powder coating/ polyurethane (PU) coating),
making true alignments and surfaces etc. all complete.
Notes:
1)Reference shall be made to EIL standard nos. 7-75-
0070, 7-75-0071
2)Cumulative length of all horizontal and vertical frame
members shall be measured for payment.
71 A004.15.05 Frames painted with Electrostatic Powder coating. RM 100

72 A005.00.00 PLASTERING & POINTING


73 A005.01.00 Providing plain cement plaster in cement mortar (1
cement:4/6 fine sand by volume) on masonry, PCC/ RCC
including preperation of base, finishing, curing etc; also
including providing 20 gauge chicken wire mesh stretched
tight at all RCC/ PCC and masonry meeting points in
300mm wide strips (150mm on on each surface) fixed
with G.I. "U" type nails before plastering.
74 A005.01.05 Ordinary plain cement plaster Average 15mm thick 1:4 (1 Sq.M 3000
cement : 4 sand). Cement supplied by the Contractor at
their cost.
75 A005.01.07 Ordinary plain cement plaster Average 12mm thick 1:4 (1 Sq.M 5500
cement : 4 sand). Cement supplied by the Contractor at

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 14 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 508 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
their cost.
76 A005.01.09 Ordinary plain cement plaster Average 6 mm thick 1:4 (1 Sq.M 6800
cement : 4 sand). Cement supplied by the Contractor at
their cost.
77 A005.01.13 Plain cement plaster with waterproofing compound Sq.M 2700
conforming to IS-2645 (CICO/ approved equivalent)
mixed to cement mortar @ 3% by weight, Average 18mm
thick 1:6 (1 cement : 6 sand) Cement supplied by the
Contractor at their cost.
78 A005.01.19 Plain cement plaster with waterproofing compound Sq.M 400
conforming to IS-2645 (CICO/ approved equivalent)
mixed to cement mortar @ 3% by weight. Average 6mm
thick 1:4 (1 cement : 4 sand) Average 6mm thick 1:4 (1
cement : 4 sand). Cement supplied by the Contractor at
their cost.
79 A005.04.00 Providing 20mm x 10mm Grooves in plastering in perfect RM 2000
straight line, plumb and uniform size throughout including
finishing etc. all complete.
80 A006.00.00 ROOFING TREATMENT
81 A006.02.00 Providing and laying cement concrete (1 cement : 2
coarse sand : 4 aggregate) over concrete surfaces, laid to
slope at all heights including, finishing, curing, tamping
etc. all
82 A006.02.01 Cement supplied by the Contractor at their cost. Cu.M 300

83 A006.12.00 Providing and laying 4mm thick A.P.P (atactic


polypropelene) modified reinforced bituminous
waterproofing membrane over terrace and parapet
including cleaning and preperation of the surface
consisting of making good all the cracks and damages,
filling potholes/ depressions, removing weak foam
concrete/ plaster and refilling with same wherever

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 15 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 509 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
required thus preparing smooth surface of the terrace;
providing and applying one coat of cold applied bitumen
based primer @ 0.2 to 0.4 litre per sq. mtr.; laying the
membrane by torch welding over primer, providing
100mm overlaps and appropriately pressing the
membrane to remove any entrapped air, including fixing
on parapet after providing 10mm x 20mm continuous
groove in parapet for terminating the membrane and
filling the groove with polyurethane sealant and continuing
this treatment at rain water outlet points; providing
finishing protective layer of 35 mm thk. P.C.C. (1:2:4) in
panels of maximum size 1200mm x 1200mm chequered
finish with 24 SWG chicken wiremesh interposed in
between finished smooth with joints between panels
sealed with suitable polyurethane sealant; providing fillets
of 75 mm radius with P.C.C. (1:2:4) at junctions of
horizontal and vertical surfaces finished smooth;
providing 450mm x 450mm khuras (rain water collecting
pits) in 1:2:4 cement concrete at all outlets, levelled down
by min. 25mm, finishing, curing etc. all complete as per
approved manufacturer's standard specifications and
recommendations. .

84 A006.12.01 Cement supplied by the contractor at their cost Sq.M 4700

85 A007.00.00 WHITEWASHING, PAINTING & POLISHING


86 A007.03.00 Providing and applying two or more coats (to give a Sq.M 3700
smooth and even shade) of premium plastic emulsion
paint conforming to IS:5411 of approved make and shade
including cleaning and preperation of surface consisting
of application of Plaster of Paris punning over entire
surface, filling all holes and depressions with plaster of
Paris, applying a coat of cement primer, two or more
coats of oil based putty (as per manufacturer's
recommendations to give a paste like putty),

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 16 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 510 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
sandpapering etc. all complete.
87 A007.04.00 Providing and applying two coats of distempering of
approved quality and shade including cleaning and
preparation of surfaces etc. all complete.
88 A007.04.02 Oil bound distempering conforming to IS : 428 including Sq.M 6660
preparation of surfaces (making good of uneven plaster
with plaster of paris mixed with water, sand papering),
providing a priming coat of alkali resistant/ distemper
primer.
89 A007.09.00 Providing and applying textured wall coating system
consisting of twin pack fine grade silica granules/ dry
flakes made of special grade of china clay/ granite type
flakes of `Heritage' or equivalent in approved shade and
texture; mixed in-situ with 100% acrylic polymer bonding
agent; applied over plastered surfaces; the granules/
flakes etc., bonding material, mixing, method of
application surface preperation etc. all shall be as per
manufacturer's recommendations and specifications.
90 A007.09.01 Providing and applying textured granular type wall Sq.M 380
coating.
91 A007.11.00 Providing and applying/ finishing the walls/ RCC surfaces SQM 4000
with Premium Acrylic smooth exterior paint with silicon
additives with low VOC (Volatile Organic Compound)
content (Snowcryl-XT of 'Snowcem India Ltd. or approved
equivalent) of required shades on new work applied in
two or more coats at the rate of 1.43 ltr/ 10 sq.m over and
including base coat of waterproof cement paint (of
Snowcem Plus or approved equivalent) including
cleaning, preparation of surfaces, curing etc. all complete.

92 A008.00.00 ROOFING

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 17 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 511 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
93 A008.10.00 Providing and fixing 40mm x 6mm M.S. flat wind ties over RM 25
sheeting with anticorrosive polymer coated G.I. nuts,
bolts, polymer cap, seal and thrust washers of approved
make iincluding painting with two coats of synthetic
enamel paint of approved make over a coat of approved
quality red oxide zinc chromate primer etc.all complete.
94 A008.12.00 Providing and fixing rain water pipes with M.S. holder
clamps including fixing/embedding into
masonry/concrete, providing connections like shoes,
vents, specials, bends etc. fixing in perfect plumb etc. all
complete.
95 A008.12.05 110mm dia O.D. Size. exposed PVC rain water pipe RM 10
jointed with bonding solution of approved quality and
make with pressure rating of 4kg/cm2 including clamps,
connections etc. all as per approved manufacturer's
details.
96 A008.12.07 110mm dia O.D. Size. embedded PVC rain water pipe RM 25
jointed with bonding solution of approved quality and
make with pressure rating of 4kg/cm2 including clamps,
connections etc. all as per approved manufacturer's
details.
97 A008.12.08 160mm dia O.D. Size. embedded PVC rain water pipe RM 250
jointed with bonding solution of approved quality and
make with pressure rating of 4kg/cm2 including clamps,
connections etc. all as per approved manufacturer's
details
98 A008.17.00 Providing and laying in position approved quality profiled, Sq.M 2000
precoated, steel sheets (for roofing, cladding etc.) made
from cold rolled high tensile Zincalume/ Galvalume Steel
of 550 MPA yield stress conforming to IS:513, IS:15961
and ASTM AS: 1397; the substrate shall be hot dip
metallic coating of aluminium- zinc alloy (150 grams per
sq. mtr. Total on both sides, coating class AZ150); the

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 18 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 512 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
bottom unexposed surface shall be provided with alkyd
backer of minimum 5 microns over a 5 micron coat of
primer; top exposed surface shall have SDP (Super
Durable Polyester) paint system MINIMUM 20 microns in
approved shade applied over 5 microns primer; overall
coated thickness of sheets not less than 0.52 mm having
base metal thickness of minimum 0.45mm (negative
tolerance not acceptable), profile depth not less than
28mm and pitch of 195 to 255mm; including cutting,
mitering, laps, providing cutouts for fixing accessories,
necessary fastners (approved quality anti corrosive
polyester polymer coated, rivets, nuts, bolts, self drilling
screws/ fasteners with integral washers and EPDM seals,
and nylon colour caps and natural cure type joint sealants
etc.) All complete as per approved manufacturer's
specifications.
Note: The steel sheet shall have brand marking of coated
steel manufacturer (product details, date, mfg name, etc)
on back side at regular interval confirming genuinity of the
material.
99 A008.18.00 Providing and laying in position roofing and cladding Sq.M 400
accessories like ridge piece, corner piece, north light
curve piece, apron piece, gutter, flashing etc. fabricated
out of 0.5mm precoated Zincalume/ Galvalume Steel
steel sheets of same material/ quality etc. as that of
sheeting; bent and profiled to match with the roofing and
cladding, including all cutting, fabrication, rivetting,
fastners etc. all complete.
100 A008.20.00 Providing and fixing in position (for roofing and cladding) Sq.M 190
machine made 2mm thick corrugated polycarbonate
sheets (conforming to IS :14434, 14443) of approved
manufacturer (in approved shade) extruded from
polycarbonate resin, having profiles as approved/
matching exactly with the surrounding pre-coated roofing/
cladding sheets and having following properties:

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 19 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 513 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
(a) Specific gravity 1.2 g/ cm3
(b) Hardness 119 M Scale
(c) Tensile Strength 64 Mpa
(d) Compressive strength 66Mpa
(e) Impact Strength 900 J/m
The item includes fixing to steel structure members
(truss/ purlins)/ brick masonry walls by means of polymer
coated 'J' or 'L' hooks, bolts, nuts 8mm dia G.I. bitumen
washers etc. all complete as per approved
manufacturer's recommendations and specifications.

101 A009.00.00 SANITARY FITTINGS & FIXTURES


102 A009.01.00 Providing and fixing white glazed Earthenware Orissa pan Unit 1
type water closet with integral footrest of 550mmx440mm
size conforming to IS : 2556, Part - III including glazed
earthenware flushing cistern supported on MS brackets
conforming to IS:774 of 10 litre capacity with CP brass
handles,32mm dia telescopic flush pipe with fittings &
clamps,15 mm dia overflow pipe with mosquitoproof
net,15mm dia PVC connection pipe 450mm long,painting
of all exposed metalic surfaces with 2 coats of approved
shade and quality synthetic enamel paint (ICI or approved
equivalent) over a priming coat of approved qualityred
oxide zinc chromate, cutting walls, floors and making
good of same,finishing, soldered joints, making inlet/
outlet connections,providing min. 150mm thick sand
cushion, finishing etc. all complete.
103 A009.02.00 Providing and fixing white glazed Earthen ware double Unit 5
trap, syphonic pattern wash down water closet
conforming to IS : 2556 Part II including white plastic solid
seat and cover conforming to IS : 2548, CP brass hinges
and rubber buffers,10 litres capacity glazed Earthenware
low level cistern conforming to IS:774 with internal
overflow system & fittings,CP brass 40mm dia flush

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 20 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 514 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
pipe,15 mm dia ,450mm long PVC connection pipe,ball
valve, painting of all exposed matalic surfaces with 2
coats of approved shade and quality synthetic enamel
paint (ICI or approved equivalent) over a priming coat of
approved quality red oxide zinc chromate, cutting walls,
floors and making good of same, making inlet and outlet
connections, finishing etc. all complete.
104 A009.03.00 Providing and fixing white glazed ceramic, flat back half
stall type Urinals of 610mm x 400mm x 380mm size
conforming to IS:2556 Part-VI including automatic glazed
Earthenware cistern for every one 15mm dia CP brass
cistern outlet 750mm long,32mm dia GI waste pipe with
brass union,CP brass bottle trap,CP brass
spreader,tee,distribution pipe etc.,MS brackets for cistern,
painting of all exposed mettalic surface with 2 coats of
approved shade and quality synthetic enamel paint (ICI or
approved equivalent) over a priming coat of approved
quality red oxide zinc chromate, making inlet and outlet
connections, fixing with C.P. brass screws, finishing etc.
all complete.
105 A009.03.01 One urinal.(with 5 litre capacity cistern) Unit 5

106 A009.05.00 Providing and fixing glazed Earthenware Hand Wash


Basin with antisplash rims on 3 sides, of 550mm x
400mm size conforming to IS : 2556 Part-IV, including
approved M.S./C.I. brackets conforming to IS : 775, one
15mm dia CP brass pillar cock, rubber plug with CP brass
chain,32mm CP Waste fitting of standard pattern pipe
with 32mm dia GI pipe, C.P. brass bottle trap, cutting
walls, floors and making good the same, painting all
exposed metallic surfaces with 2 coats of approved
shade and quality synthetic enamel paint (ICI or approved
equivalent) over an approved quality priming coat of red
oxide zinc chromate making all connections, finishing etc.
all complete.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 21 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 515 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
107 A009.05.02 Providing Hand wash basin of approved colour Unit 5
earthenware of approved shape ( Oval etc. ) with
pedestal.
108 A009.08.00 Providing and fixing 600mm x 120mm x 4mm thick Glass Unit 5
shelf of approved quality with CP brass bracket and guard
rails including fixing to wall with wooden cleats and CP
brass screws, cutting walls and making good the same,
finishing etc.all complete.
109 A009.09.00 Providing and fixing approved quality chromium plated Unit 8
brass towel rail of 20mm dia, 600mm length and 1.25mm
thickness including fixing to wall with wooden cleats and
CP brass screws, cutting walls and making good the
same, finishing etc. all complete.
110 A009.10.00 Providing and fixing approved quality chromium plated Unit 8
liquid soap container including fixing to wall with wooden
cleats and CP brass screws, cutting walls and making
good the same,finishing etc. all complete.
111 A009.11.00 Providing and fixing Heavy grade Bib cocks/ stop cocks
of spring loaded self closing type conforming to IS : 781
including making connections, cutting walls and making
good the same etc. all complete.
112 A009.11.01 15mm dia CP Brass stop cock. Unit 29

113 A009.11.02 15mm dia CP Brass bib cock. Unit 8

114 A009.14.00 Providing and fixing CP Brass Toilet paper holder of Unit 8
approved make with CP brass brackets including fixing to
wall with wooden cleats, CP brass screws,cutting walls
and making good the same, finishing etc. all complete.
115 A009.15.00 Providing and fixing in position round/ oval shaped
counter Hand Wash Basin with anti-splash rims,
conforming to IS:2556 Part IV, to fit in exactly and neatly
in the cutout in the marble/ granite stone finished R.C.C

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 22 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 516 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
counter; one 15mm dia CP brass pillar cock, rubber plug
with C.P. brass chain, 32mm C.P. waste fitting of
standard pattern type with 32mm dia G.I. pipe, C.P. brass
bottle trap, cutting walls, counter etc. and making good
the same, also including providing cut out in marble/
granite slab counter top (and R.C.C underneath) of exact
size and shape for wash basin to fit in neatly and
perfectly; making all connections, finishing etc. all
complete. (Marble/ Granite counter top shall be paid
seperately under relevant item of `Floor Finishing')
116 A009.15.02 Providing round/ oval shaped counter Wash Basin of Nos. 3
glazed chinaware in approved colour.
117 A009.16.00 Providing and fixing stainless steel Kitchen/ Laboratory Nos. 2
sink of approx. Size 610mm x 450mm x 200mm made of
min. 1mm thick stainless steel sheet of `Salem Steel' or
equivalent supported on and including M.S. brackets
conforming to IS: 775; one 15mm dia C.P brass long
body bib cock (if fixed to wall) or swivel type pillar cock (if
fixed to counter), 15mm dia PVC/ G.I. connections to floor
trap with unions etc.; painting all exposed metallic
surfaces with min. 2 coats of synthetic enamel paint of
approved make and shade over acoat of red oxide zinc
chromate primer; cutting floor, walls, counter etc. and
making good the same, making all connections, finishing
etc. all complete.
118 A009.17.00 Providing and fixing minimum 17mm thick polished Sq.M 3
granite stone partitions (in approved quality, shade and
design/ shape) with round edges for urinals including
cutting walls, inserting (up to 100mm depth) and fixing the
slab with Cement Mortar (1 cement : 3 coarse sand by
volume), making good of all damaged work, finishing etc.
all complete
119 A009.18.00 Providing and fixing round edged mirror of 6mm thick Sq.M 8

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 23 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 517 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
float glass with 6mm thick waterproof marine ply backing
and rounded/ beveled edging, fixed on wall with wooden
cleats and CP brass screws including cutting walls/ tiles,
making good the same, finishing etc. all complete.
120 A009.19.00 Providing and fixing CP Brass hand shower (health NOS 8
Faucet, of Jaquar or approved equivalent ) with 8 mm
Dia, 1 metre long PVC Tube and Wall hook in approved
colour and finish with all necessary fittings etc. all
complete.

121 A009.20.00 Providing and fixing approved quality chromium plated NOS 8
brass towel ring of 150mm dia including fixing to wall with
wooden cleats and CP brass screws, cutting walls and
making good the same, finishing etc. all complete.

122 A009.21.00 Providing and fixing approved quality chromium plated NOS 8
brass towel rack with towel rail, of 250mm width and
600mm length including fixing to wall with wooden cleats
and CP brass screws, cutting walls and making good the
same, finishing etc. all complete.

123 A009.22.00 Providing and fixing approved quality chromium plated NOS 8
brass Soap dish of 100mm width and 130mm length
including fixing to wall with wooden cleats and CP brass
screws, cutting walls and making good the same,
finishing etc. all complete.

124 A009.23.00 Providing and fixing white glazed Earthen ware double Unit 3
trap, syphonic pattern wall mounted (European type)
water closet conforming to IS: 2556 Part II including white
plastic solid seat and cover conforming to IS : 2548, CP
brass hinges and rubber buffers, CP brass 40mm dia
flush pipe,15 mm dia, ball valve, painting of all exposed

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 24 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 518 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
metalic surfaces with 2 coats of approved shade and
quality synthetic enamel paint (ICI or approved
equivalent) over a priming coat of approved quality red
oxide zinc chromate, cutting walls, floors and making
good of same, making inlet and outlet connections,
finishing etc. all complete.

125 A009.24.00 Providing and fixing white glazed ceramic, flat back half Unit 2
stall type Urinals of 610mm x 400mm x 380mm size
conforming to IS:2556 Part-VI, having electronic, battery
operated sensor based flushing system of approved
make and model including 32mm dia GI waste pipe with
brass union, CP brass bottle trap, CP brass spreader,
tee, distribution pipe etc., painting of all exposed metallic
surface with 2 coats of approved shade and quality
synthetic enamel paint (ICI or approved equivalent) over a
priming coat of approved quality red oxide zinc chromate,
making inlet and outlet connections, fixing with C.P. brass
screws, finishing etc. all complete.

126 A009.25.00 Providing, fixing, testing and commissioning C.P. brass 2 NOS 3
way bib cock quarter turn type for health faucet of
following make or approved equivalent 15 mm nominal
bore, all complete as per standard design, specifications
and direction of Engineer-in-charge.
127 A009.26.00 Providing, fixing, testing and commissioning C.P. brass NOS 3
wall mount Lavatory faucet mixer for wash basin of
following make or approved equivalent 15 mm nominal
bore, all complete as per standard design, specifications
and direction of Engineer-in-charge.
128 A010.00.00 FALSE CEILING, FALSE FLOORING, UNDERDECK
INSULATION, PARTITIONING
129 A010.03.00 Providing and fixing Mineral Fibre Tile false ceiling

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 25 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 519 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
consisting of A. 600mm x 600mm x 15mm thick Mineral
Fibre Acoustical tiles with durable tegular edging having
noise reduction coefficient (NRC) value of min. 0.50, light
reflectance value of min. 80%,thermal conductivity (K)
value of 0.052-0.057 w/m deg.C and fire performance
conforming to class-I as per BS-476,back of the tiles
being provided with one coat of protective coating. B.
Suspension system consisting of hot dipped galvanised
steel main runners @ max. 1200mm c/c ( 0.33mm
thk.,"T"shaped, 24mm x 38mm size with single rotary
stiching), cross runners ( 0.25mm thk.,"T" shaped with
double rotary stiching, 24mm x 30mm size, 1200mm long
and 24mm x 25mm size, 600mm long ), perimeter
sections ( 0.45mm thick,22mm x 22mm size) including
suspending the system by means of 4mm dia MS
wire,6mm thk. MS cleat of 25mm x 25mm size, dash
fasteners and level adjustors, providing 30 micron powder
coating to exposed metallic members, providing slit
openings for fixing supply/return air grill, lighting fixtures,
AC ducts etc. all complete.
130 A010.03.01 With fine fissured tiles (Acoustical punchers (10mm Sq.M 300
deep) = 24000sm, No. Of fissures (3 to 4mm deep) =
28800sm)
131 A010.09.00 Providing and fixing Tray type Aluminium plank false Sq.M 650
ceiling consisting of 254/305mm x 1264mm or 600mm x
600mm size Aluminium planks (profiled for positive
engagement into clip-in profiles and demounting of
individual planks) manufactured out of 0.7mm thk.
Aluminium alloy 3105/3005/5052 (as per ASTM 209M)
with stove enamelled (coil coated) finish in approved
colour and suspension system consisting of 0.5mm thk.
40mm x 20mm galvanised steel clip-in main runner
profiles (@ 1264mm or 600mm as per plank size)
supported by and including 0.5mm thk. 25mm x 16mm GI
suspension angle,1mm thk. 25mm x 34mm x 76mm

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 26 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 520 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
CRCA zinc plated steel ceiling brackets (@ max.
1264mm c/c or 600mm as per profile) fixed to roof
slab/beam,0.5mm thk. 40mm wide, 105mm high G.I. hold
on clamps slotted for level adjustment, perimeter angles
including providing slit openings for fixing supply/return air
grill, lighting fixtures, AC ducts etc. all complete. .

132 A010.12.00 Providing and fixing in position underdeck insulation Sq.M 1050
consisting of rigid Polyisocyanurate foam (PIR) slabs of
size 1000 x 500mm and thickness of 30mm (covered on
one side with glass fibre tissue/ Aluminium foil having
50mm overlap) conforming to IS:12436 having density not
less than 32 kg./ Cu. M., thermal conductivity (K- value)
not more than 0.023 w/mk measured at 10 deg. C;
classified as 'Class I' for surface spread of flame as per
BS 476, part 7; fixed to R.C.C. slab by hot blow grade
bitumen of 85/25 grade or cold adhesive CPRX applied
over a coat of bituminous primer @ 0.5 Litres/ Sq.M.
applied to bare R.C.C. surface and to the two surface of
each PIR panel and pressed in position (while the
bitumen is still tacky) with the help of G.I. screws (No. 8 x
75mm long) fixed into rawl plugs (holes in R.C.C. for the
rawl plugs shall be drilled prior to applying coat of
bituminous primer) of size 8 x 25mm inserted (5 nos. for
each slab- One each at 4 corners and one at center) and
G.I washers 25mm dia; including covering the overlaps
with approved quality sealing compound (MAS-94 or
equivalent); chicken wire mesh 24G x 19mm shall then
be fixed to G.I screws and tightened with lacing wire;
including preparation of surface consisting of cleaning
R.C.C surface of all dust, dirt and loose particles by wire
brushing; etc. all complete as per approved
manufacturer's standard specifications and
recommendations.
133 A010.15.00 Providing and installing/ fixing in position 600mm-

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 27 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 521 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1000mm high truly levelled and aligned cavity/ false
flooring system having load bearing capacity of uniformly
distributed load of minimum 2025 kg/ sq.m. and point
load of 675 Kg., the system consisting of:
(i) Sub-structure/ pedestal assembly (designed for
speedy assembly/ removal for relocation/ maintenance)
of zinc electro plated steel comprising of:
a. 90mm x 90mm x 4mm embossed pedestal head
attachment mechanically riveted to a 90mm long,
minimum 19mm dia threaded bright M.S. rod stud with
check nuts for level adjustment (for upto 25mm) and
arresting vertical movement, anti-vibrational PVC cap (for
panel and stringer location),
b. CRCA (Electrical resistant welded) Pedestal of 32mm
dia (OD), 2mm thick pipe mechanically reduced to four
ribs at top to accommodate head assembly, mechanically
locked to maintain true plumb welded to pedestal base
plate.
c. Pedestal Base plate 150mm x 150mm x 4mm thick
(with stiffening folds) fixed/ anchored to main concrete
floor @ 600mm c/c both ways (for installing flooring tiles)
by means of adhesive or fastener as recommended by
Manufacturer.
(ii) Stringers of minimum sectional size 20mm x 32mm x
1.2mm made of hot dip galvanized steel cold rolled
construction with ribs embossed on 3 sides (designed for
strength, lateral stability, rolling loads and to support
panels on all four sides for alignment), having counter
sunk holes at both ends for fixing to pedestal head
assembly with M6 machine screws.
(iii) Removable and re-usable Floor panels of size
600mm x 600mm made of all steel welded construction
(cleaned, degreased and phosphated with 11 tank
process, finished with 40-60 micron epoxy coating (and,
heated to achieve adhesion to the panel surface and
corrosion resistance) with bottom surface consisting of

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 28 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 522 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
multiple hemispherical and reverse cones and top plain
sheet (fuse welded at 129 locations) to form an enclosed
panel of an overall depth 37mm; the inner empty core of
the panel injected with light weight fire retardant, non-
combustible cementitious compound (at high pressure to
fill all crevices of the panel), each panel finished on top
with 2mm thick fire retardant floor grade high pressure
laminate/ 2mm thick anti-static PVC tiles in approved
design/ shade/ texture; fixed to flooring panel by means of
approved adhesive; the edges of the finished panels
provided with conductive PVC edge trim 5mm wide on all
sides (mechanically locked and sealed in place).
The item includes:
i) Providing and fixing all accessories like screws, bolts,
adhesive etc. as per manufacturer's specifications.
ii) Making necessary adjustment in grid dimensions,
stringer lengths, floor panel dimensions etc. at ends or
centre (to cater to specific room sizes) or at panels
locations, as required.
iii) Cutting of floor panels as required at ends.
iv) Treating the underneath cement concrete floor with
one component polyurethane floor coating etc. all
complete.
v) Providing additional steel structural supports/ pedestal
assembly at edges, cut outs etc. as required.
vi) Providing all necessary accessories such as outlet
boxes, grommets, Panel lifters (at least one for each
building) as required etc. all complete.
134 A010.15.01 False flooring panels with 2mm thick fire retardant floor Sq.M 220
grade high pressure laminate conforming to BS : 476 part
- 7 on a semi-automated lamination line in approved
design/ shade/ texture.
135 A010.17.00 Providing and fixing false ceiling at all height including
providing and fixing of frame work made of special
sections, power pressed from M.S. sheets and galvanized

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 29 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 523 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
with zinc coating of 120 gms/sqm (both side inclusive) as
per IS : 277 and consisting of angle cleats of size 25 mm
wide x 1.6 mm thick with flanges of 27 mm and 37mm, at
1200 mm centre to centre, one flange fixed to the ceiling
with dash fastener 12.5 mm dia x 50mm long with 6mm
dia bolts, other flange of cleat fixed to the angle hangers
of 25x10x0.50 mm of required length with nuts & bolts of
required size and other end of angle hanger fixed with
intermediate G.I. channels 45x15x0.9 mm running at the
spacing of 1200 mm centre to centre, to which the ceiling
section 0.5 mm thick bottom wedge of 80 mm with
tapered flanges of 26 mm each having lips of 10.5 mm, at
450 mm centre to centre, shall be fixed in a direction
perpendicular to G.I. intermediate channel with
connecting clips made out of 2.64 mm dia x 230 mm long
G.I. wire at every junction, including fixing perimeter
channels 0.5 mm thick 27 mm high having flanges of 20
mm and 30 mm long, the perimeter of ceiling fixed to
wall/partition with the help of rawl plugs at 450 mm
centre, with 25mm long dry wall screws @ 230 mm
interval, including fixing of gypsum board to ceiling
section and perimeter channel with the help of dry wall
screws of size 3.5 x 25 mm at 230 mm c/c, including
jointing and finishing to a flush finish of tapered and
square edges of the board with recomme-nded jointing
compound , jointing tapes , finishing with jointing
compound in 3 layers covering upto 150 mm on both
sides of joint and two coats of primer suitable for board,
all as per manufacturer¿s specification and also including
the cost of making openings for light fittings, grills,
diffusers, cutouts made with frame of perimeter channels
suitably fixed, all complete as per drawings, specification
and direction of the Engineer in Charge but excluding the
cost of painting with:
136 A010.17.03 12.5 mm thick tapered edge gypsum moisture resistant Sq.M 300
board

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 30 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 524 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
137 A011.00.00 MISCELLANEOUS ITEMS
138 A011.05.00 Providing and laying plinth protection around the building
perimeter consisting of a layer of 150mm thick
compacted sand and 100mm thick M-15 grade concrete
top layer laid to slope including trowel finishing the top
layer, finishing, curing including excavation, disposal of
Earth work, etc. all complete.
139 A011.05.01 Cement supplied by the Contractor at their cost. Sq.M 500

140 A011.07.00 Providing and fixing in position 50mm dia GI pipe spouts RM 5
to slope for drainage of canopy, chajja etc., including
puncturing the masonry /RCC and grouting with M-15
grade concrete, finishing etc. all complete.
141 A011.15.00 Providing and fixing 2000mm high transformer gates Sq.M 120
consisting of 50mm x 50mm x 6mm M.S. angle frame
braced with 50mm x 50mm x 6mm thick M.S. Tee
stiffeners, 50mm x 50mm x 8mm gauge welded mesh
fixed to the frame by 25mm x 3mm M.S. flat beading
including fixing the gate to masonry/RCC by M.S. hinge
arrangement (65mm x 65mmx 6mm M.S. angles, bolt,
washers) and M.S. hold fast grouted with M-15 grade
concrete, providing and fixing M.S. pivot arrangement,
MS aldrop, M.S. tower bolts, double coat of approved
shade and make sythetic enamel paint over a coat of
approved quality red oxide zinc chromate primer, finishing
etc. all complete as per EIL-STD No. 7-75-0051, 0052
ensuring smooth operation of the gate.

142 A011.22.00 Supplying, assembling and installing 1000 mm high satin RM 120
finish stainless steel (SS 304 grade) tubular railing of
approved design in staircases, ramps, around floor cut
outs etc. consisting of:
1. 50mm dia SS pipe top handrail
2. 32 mm dia SS pipe balusters (at every third step for

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 31 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 525 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
staircase, @ maximum 1200mm c/c for ramp, floor
cutouts)
3. 3 nos minimum 18mm dia SS pipe intermediate
handrails.
Including:
1. Fixing balusters to floor with 4 nos bolts änd 8mm
thick, 100mm dia SS base plate & SS cap/collar.
2. Fixing top handrail to the balusters with 12mm dia SS
bar connector & 6mm thick SS saddle plate.
3. Fixing intermediate handrails to the balusters with
12mm dia SS bar connector.
4. All end caps, decorative caps over
balustrades,necessary bending, welding, polishing of all
welded joints (Length of top handrail shall be measured
for payment).

143 A011.26.00 Providing and fixing in position Steel Entrance Gates Sq M 60


consisting of 40mm x 80mm x 3.2mm M.S. tubular frame,
80mm x 40mm x 3.2mm rectangular M.S. hollow sections
& 32x32x2.6 mm MS rectangular hollow sections, both
horizontal & vertical members welded to the framework
and intermediate curved rectangular hollow section as per
standard design, locking arrangement, 25mm thick,
75mm dia M.S. wheel with ball bearing including fixing the
gate to RCC/ masonry by M.S. hinge arrangement
(fabricated/ machined as per detail) and M.S. hold fast
(25 x 6 x 200mm long) grouted with M-20 grade concrete,
providing and fixing M.S. pivot, 50mm x 50mm x 6mm
M.S. Tee bent to shape and embedded in road surface
for gate opening track, gate stopper, painting the gate
with approved shade and quality synthetic enamel paint
(two coats) and a coat of approved quality primer,
ensuring smooth operation of the gate etc. all complete
as per EIL- STD-No. 7-75-0054.
144 A016.00.00 Fire rated Doors/ Windows and Partitions

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 32 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 526 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
145 A016.01.00 Providing and fixing 2 hours fire rated, fully glazed, single Sq M 6
shutter doors consisting of steel door frame, shutter
including stiles, rails, insulation, transparent glass,
sealant and hardware such as hinges, door closer, motice
lock, handle, door stopper including fixing with masonry,
partition etc. all complete as per specification and
approved Manufacturer's details.

146 A016.02.00 Providing and fixing 2 hours fire rated, fully glazed, double Sq M 12
shutter doors consisting of steel door frame, shutter
including stiles, rails, insulation, transparent glass,
sealant and hardware such as hinges, door closer, motice
lock, handle, door stopper including fixing with masonry,
partition etc. all complete as per specification and
approved
Manufacturer's details.

147 A016.04.00 Providing and fixing 2 hours fire rated, fully glazed, double Sq M 5
shutter doors consisting of steel door frame, shutter
including stiles, rails, insulation, transparent glass,
sealant and hardware such as hinges, panic bar, locks/
trims for panic bar, door closer, door stopper, concealed
flush bolt including fixing with masonry, partition etc. all
complete as per Specification and approved
Manufacturer's details.

148 A016.05.00 Providing and fixing 2 hours fire rated, single shutter steel Sq M 6
doors consisting of steel door frame, shutter, vision panel,
insulation and hardware such as hinges, door closer,
motice lock, handle, door stopper including fixing with
masonry, partition etc. all complete as per specification
and approved Manufacturer's details.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 33 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 527 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
149 A016.06.00 Providing and fixing 2 hours fire rated, double shutter Sq M 12
steel doors consisting of steel door frame, shutter, vision
panel, insulation and hardware such as hinges, door
closer, motice lock, handle, door stopper including fixing
with masonry, partition etc. all complete as per
specification and approved Manufacturer's details.

150 A016.08.00 Providing and fixing 2 hours fire rated, double shutter Sq M 12
steel doors consisting of steel door frame, shutter, vision
panel, insulation and hardware such as hinges hinges,
panic bar, locks/ trims for panic bar, door closer, door
stopper, concealed flush bolt including fixing with
masonry, partition etc. all complete as per specification
and approved Manufacturer's details.

151 A016.09.00 Providing and fixing 2 hours fire rated, glazed partition of Sq M 20
desired design consisting of steel frame, insulation and
transparent glass and glazing beading, matrix mineral
boards, intumescent putty, fire resistant acrylic sealant
etc. all complete including preparing fabrication/
installation drawings including fixing with masonry,
partition etc. all complete as per specification and
approved Manufacturer's details.

152 A999.00.00 Miscellaneous


153 A999.99.00 Miscellaneous
154 A999.99.99V01 Providing & fixing Louvered portion of Aluminium KG 90
windows/ ventilators made of heavy duty louvers of
Aluminium sections (JINDAL or approved equivalent) with
similar finishing of windows/ ventilators. (Refer ITEM no.
A004.04.13 & A004.04.14 for other details)
155 GC GENERAL CIVIL

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 34 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 528 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
156 C025.00.00 MISC. CIVIL AND STRUCTURAL WORKS FOR U/G
PIPING AND OTHER CIVIL WORKS
157 C025.15.00 Providing and laying brick masonry with locally available
bricks of specified class (Brick of class lower than
specified shall not be accepted) in cement mortar 1:4 (1
cement : 4 Coarse sand) in one or more brick thickness
and in any shape in foundation and plinth for valve pits,
drains, circular/square maholes, wing walls, etc. including
providing recesses, openings, etc. including curing,
finishing the joints flush below ground level and raking out
joints in plinth with all labour and material, etc. complete
as per drawings, specifications and direction of Engineer-
in-Charge. For following Brick Class.
158 C025.15.02V03 All materials including cement supplied by the Contractor CU.M. 2
and.
( Brick Class - 5 )

159 C025.16.00 Providing 13mm thick average cement plaster in cement


mortar 1:3 (1 cement: 3 sand) on brick walls/stone
masonry/pitching or on concrete surfaces for manholes,
valves pits, culverts, wing walls, etc. including cleaning
and preparation of the surface, scaffolding, curing etc. for
all depths and heights complete as per drawings
specifications and direction of Engineer-in-Charge.
160 C025.16.02 All materials including cement supplied by the Contractor. SQ.M. 25

161 C025.25.00 Providing cement mortar grouting on brick masonry wall


for filling free space between pipe body and masonry
wall/concrete wall with 1:2 (1 cement: 2 sand) mortar
including packing, consolidating, curing, finishing, etc.
complete as per drawings specifications and directions of
Engineer-in-Charge.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 35 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 529 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
162 C025.25.02 All materials including cement supplied by the Contractor. CU.M. 35

163 C025.39.00 Supply and laying of gravel/ crush stone ofsize ranging SQM 5
between 27mm to 37mm in compacted thickness of
100mm in valve pit, open area within the unit battery limit
or at any other place as directed, etc. complete as per
drawings, specifications and direction of Engineer-in-
Charge.
164 C025.53.00 Supplying, construction , testing & commissioning of RCC
Neutralisation pit of M-30 grade concrete , providing lean
concrete 1:5:10 (1 cement : 5 sand : 10 aggregate) at
bottom of Neutralisation pit and PCC 1:2:4 at Finished
Grade Level, rungs, lime fill, acid proof lining, chequered
plate with lifting hooks, grouting in 1:2 cement mortar(1
cement :2 sand ), painting with bitumen primer and Epoxy
paint, grouting between pipe and pit wall in 1:2 cement
mortar (1 cement : 2 sand), reinforcement steel including
straightening, cleaning, cutting, bending, keeping in
proper position, centering, shuttering etc. including earth
work in excavation in all type of soil except soft rock and
hard rock, backfilling & disposal of surplus earth for all
leads within the complex limit etc. complete as per
standards, drawings, specifications and directions of
Engineer-in-charge.
165 C025.53.02 All material including cement supplied by the Contractor EACH 1

166 C027.00.00 UNDERGROUND SEWER SYSTEM - RCC PIPES


(Spec. No. 6-65-0042)
167 C027.06.00 Supplying and laying underground R.C.C. pipes sewers
with socket and spigot ends conforming to IS:458 of
approved make, to proper grade and alignment, including
earthwork in excavation in all types of soil except soft and
hard rock for pipe trenches, etc. including dewatering,
shoring and shuttering if necessary, dressing of sides,

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 36 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 530 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
leveling, grading and ramming of bottoms, cutting the
R.C.C. pipes to required lengths, lowering the pipes,
jointing, including connecting the pipes to manholes and
grouting the pipe body with manhole wall using cement
mortar 1:2 (1 cement : 2 sand), testing, draining of water
and cleaning of pipe after testing, backfilling the trenches
with select material from available excavated soil
including re excavating the deposited soil excavated
earlier breaking clods and laying in layers of 15cm
compacted thickness , watering and compacting with
mechanical means like vibro rammers etc. to 90%
standard proctor density as per IS:2720 Part-VII, making
good the surface, including cutting of roads wherever
required and making good the same, disposal of surplus
earth/ unserviceable material to demarcated area
anywhere within the complex limit etc. complete for all
depths as per drawings, specifications and instructions of
Engineer-in-Charge.(All material shall be supplied by
contractor) For following Pipe size (mm) and Class(The
following pipe sizes are all internal diameter of the pipes)
168 C027.06.01V35 M 15

( Dia (Internal) - 100 mm, Piping Material Class - np2 )

169 C029.00.00 UNDERGROUND SEWER SYSTEM-HDPE PIPES


(Spec. No. 6-65-0044)
170 C029.03.00 UNDERGROUND SEWER SYSTEM-HDPE PIPES
(Spec. No. 6-65-0044) :- Supplying and laying HDPE
pipes conforming to IS:4984 of approved make to proper
grade and alignment, including earthwork in excavation
for trenches etc. in all types of soil except soft and hard
rock including dewatering till completion of subsequent
works, shoring and strutting, if necessary, dressing the
sides, leveling, grading and ramming the bottom, jointing
the pipes using hot plates as per manufacturer's

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 37 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 531 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
recommendation, lowering, providing and laying 1:5:10 (1
cement : 5 sand : 10 aggregate) plain cement concrete of
minimum 100mm thickness on bottom and side of pipe
as directed, connecting the pipes to manholes and
grouting the pipes to manhole/valve chamber walls,
including supplying and fixing the specials and fittings,
such as bends, reducers, tees, elbows, caps etc.
conforming to IS:8008 or fabricated from pipes as per
specification, supplying and fixing of flanges, fixing of on-
line valves, including fixing of bolts, nuts and gaskets etc.
as per specifications, testing, draining of water and
cleaning of pipes after testing, backfilling the trenches
with select material from available excavated soil
including re excavating the deposited soil excavated
earlier breaking clods and laying in layers of 15cm
compacted thickness, watering and compacting with
mechanical means like vibro rammers etc. to 90%
standard proctor density as per IS:2720 Part-VII, making
good the surface, disposal of surplus earth/ unserviceable
material to demarcated area anywhere within the complex
limit, cutting of road wherever required, making good the
same etc. complete for all depths as per drawings,
specification and instruction of Engineer-in- Charge. For
the following nominal diameter (mm) Pressure
Rating(Kg/Cm2)
171 C029.03.01V07 M 15

( Dia (Internal) - 100 mm, Pressure Rating - 2.5 Kg/sqcm


)
172 C034.00.00 PLUMBING AND BUILDING DRAINAGE (Spec. No. 6-
65-0053)
173 C034.07.00 Supplying and fixing gun metal globe valve conforming to
IS:778, complete as per specifications and directions of
Engineer-in-Charge.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 38 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 532 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
174 C034.07.01V01 EACH 3

( Dia - 40 mm )

175 C034.07.01V03 EACH 6

( Dia - 25 mm )

176 C034.07.01V05 EACH 3

( Dia - 32 mm )

177 C034.07.01V09 EACH 6

( Dia - 20 mm )

178 C034.14.00 Construction of soak pit conforming to IS:2470 Part-I and


as per EIL drg. No. 7-65-0217, masonry, filling and hand
packing brick bats of size ranging between 40mm to 50,
connecting with septic tank with necessary fittings, piping
etc.including excavation, back filling and disposal of
surplus earth for all leads, complete as per drawings,
specifications and directions of Engineer-in-Charge. for
following users
179 C034.14.01V03 EACH 1

( Users - 20 NOS )

180 C034.21.00 Providing and fixing approved stone ware


100mmx100mm dia. gully trap as per EIL Std. no.7-65-
0214 including grating with CI frame and cover
300mmx300mm including brick masonry (brick class
shall be as mentioned below) chamber in 1:4 cement
mortar( 1 cement: 4 sand) on M-20 grade cement
concrete foundation, plastered inside and outside
surfaces with 1:3 cement mortar (1 cement: 3 sand) with
13mm average thickness including providing and fixing
light duty CI frame and cover, painting CI frame and cover

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 39 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 533 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
with two coats of chlorinated rubber zinc phosphate
primer @ 40µ DFT per coat and finish painting consists of
two coats of chlorinated rubber paint @40µ DFT per
coat, earth work in excavation, backfilling, removal of
surplus earth, benching with M-20 grade cement concrete
and rendering smooth with a neat coat of cement slurry
etc. all complete as per drawings, specifications and
directions of Engineer-in-Charge.
181 C034.21.02V01 All materials including cement supplied by contractor and EACH 6

( Brick Class - 5 )

182 C034.22.00 Construction as per EIL Std.7-65-0215 of brick masonry


(brick class shall be as mentioned below) inspection
chambers/manholes of 750mmx750mm internal size
1000mm deep(Max.) in cement mortar 1:4 (1 cement: 4
sand) with CI frame and cover 500mm clear dia, (circular
Medium duty of grade MD-10) conforming to IS:1726
fixed on RCC slab of M-30 grade, necessary excavation,
supplying, fixing 4 Nos. 16mm dia M.S. rungs, M-20
grade foundation concrete 1:3 cement mortar(1 cement:
3 sand) plastering of 13mm average thickness for inside
& 16mm avg. thickness for outside exposed surfaces,
backfilling, disposal of surplus earth upto a lead of 100M,
benching with M-20 grade cement concrete and rendering
smooth with a neat coat of cement slurry, painting the C.I.
frame and cover with two coats of chlorinated rubber zinc
phosphate primer @ 40µ DFT per coat and finish painting
consists of two coats of chlorinated rubber paint @40µ
DFT per coat etc. all complete as per drawings,
specifications and directions of Engineer-in-Charge.
183 C034.22.02V01 All materials including cement supplied by contractor and EACH 6

( Brick Class - 5 )

184 C034.23.00 Construction, supplying, installation, testing and

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 40 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 534 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
commissioning of septic tank as per standards and
IS:2470 Part-I , with all necessary accessories like inlet,
outlet vent pipes, manhole covers, rungs etc. including
earthwork in excavation in all type of soil except soft and
hard rock, backfilling and disposal of surplus earth for all
leads etc. complete as per standards, drawings,
specifications and directions of Engineer-in-Charge.
185 C034.23.02V03 All material including cement supplied by contractor for EACH 1

( Users - 20 NOS )

186 C034.25.00 Supplying, laying and fixing 3 layer PP-R (Poly Propylene
Random copolymer) pipes above ground. Pipes shall
conform to IS:15801; SDR 7.4 U V stabilized &
antimicrobial fusion welded, having thermal stability for
hot & cold water supply, including supply and fixing of all
PP-R plain & brass threaded polypropylene random
fittings, PP-R Male adopters, including fixing in floors,
walls, supporting on columns, sleepers, embedding,
jointing, including bends, elbows, tees, reducers, sockets,
unions and other specials, supplying and fixing with
hooks/clamps in wooden plugs, cutting pipes to required
lengths, making connections, cutting chases or holes in
walls & making good the same, testing etc all complete
as per drawings, manufacturer specifications and
directions of Engineer-in-Charge. For the following
Nominal Bore (NB) pipe:
187 C034.25.01V04 M 25

( Nominal Dia - 20 mm )

188 C034.25.01V05 M 50

( Nominal Dia - 25 mm )

189 C034.25.01V06 M 20

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 41 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 535 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
( Nominal Dia - 32 mm )

190 C034.25.01V07 M 15

( Nominal Dia - 40 mm )

191 C034.27.00 Supplying, laying and jointing of above ground approved


quality UPVC pipes to be used for soil and waste
discharge application inside buildings confirming to
IS:13592 (Type-B) and fittings confirming to IS: 14735
with all necessary specials such as bends, Y junction, T
junction (both single and double) plugs, coupler, adapter,
shoes etc. including solvent welded jointing and testing as
per IS: 7634 (Part-3), cutting floors/walls and making
good the same after fixing including supply and fixing
hooks/ clamps etc. complete as per drawings,
specifications and directions of Engineer-in-Charge. For
the following Nominal Bore (NB) pipe:
192 C034.27.02V05 (All material including cement supplied by contractor) M 15

( Nominal Dia - 75 mm )

193 C034.27.02V06 (All material including cement supplied by contractor) M 15

( Nominal Dia - 90 mm )

194 C034.28.00 Supplying, laying and jointing of underground approved


quality UPVC pipes to be used for soil and waste
discharge application inside buildings confirming to
IS:13592 (Type-B) and fittings confirming to IS: 14735
with all necessary specials such as bends, Y junction, T
junction (both single and double), plugs, coupler, adapter
etc. including solvent welded jointing and testing as per
IS: 7634 (Part-3), cutting in floors, earth work in
excavation, encasing the pipe in 50mm thick PCC M20,
backfilling and disposal of surplus earth / debris to
demarcated area anywhere within plant complex limit etc.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 42 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 536 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
complete as per drawings, specifications and directions of
Engineer-in-Complete. For the following Nominal Bore
(NB) pipe:
195 C034.28.02V03 (All materials including cement supplied by contractor) M 45

( Nominal Dia - 75 mm )

196 C034.28.02V04 (All materials including cement supplied by contractor) M 35

( Nominal Dia - 90 mm )

197 C034.34.00 Supply and installation on terrace, circular drinking water


tank, of polyethylene with PUF insulation for temprature
control, material conforming to BIS codes including
supply and installation of all fittings, cover with suitable
locking arrangement, float valve, making necessary holes
for inlet, outlet and overflow connection and vent pipe etc.
and the base supports for tank including supply of all
necessary material all complete as per specifications and
directions of Engineer-in-charge. For following capacities
198 C034.34.01V02 EACH 5

( Capacity - 1000 Litres )

199 C034.35.00 Supplying and fixing approved quality UPVC Floor Trap Each 25
with CP pressed steel grating as per IS: 14735 including
cutting floors and making good the same, etc., making
inlet and outlet connections, etc. complete for 100mm
inlet and 75mm outlet as per drawings, specifications and
directions of Engineer-in-Charge.
200 C034.36.00 Supplying and fixing approved quality UPVC Floor Trap Each 15
with CP pressed steel grating as per IS: 14735 including
cutting floors and making good the same, etc., making
inlet and outlet connections, etc. complete for 100mm
inlet and 90mm outlet as per drawings, specifications and
directions of Engineer-in-Charge.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 43 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 537 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
201 C175.00.00 Design, engineering, supply of all materials, fabrication,
performance guaranteeing of total flooding centralized
clean agent fire extinguishing system for the Instrument
Control Room, Rack Room, UPS Room, & Battery Room
of buildings mentioned below, including supply of any one
of the following Clean Agents:
a) IG-01 (ARGON)
b) IG-55 (ARGONITE)
c) IG-100 (NITROGEN)
d) IG-541 (INERGEN)
Clean Agent Storage Cylinders (filled with any one of the
above selected Inert Gas filled with 100% filled up
standby cylinders), piping, valves, Clean Agent discharge
nozzles, instruments, Clean Agent panels, piping
supports, release system, directional valves, cables etc.
System supplied and design calculations shall be
approved by UL/FM/Vds/LPC. All equipments shall be
approved by UL/FM/Vds/LPC and cylinder along with
cylinder valve assemblies shall be seamless and PESO
approved. The entire clean agent system shall be as per
NFPA-2001 (latest) complete as per scope of work,
specification and Arch./Strl. drawings. Handling,
transportation from vendor's workshop to site, storage at
site, assembly at site, installation, erection, testing,
precommissioning, painting, commissioning, puff test,
performance guarantee run, handing over to client and
other field works including civil structural work and supply
of commissioning spares as per the enclosed EIL
standard specifications, instructions to vendors, and data
sheets etc. Supply of mandatory spares as per enclosed
list/ instructions to vendor as per scope of work and
specification, drawings and documents as per attached
vendor Data requirement for all supplies and services etc.
complete. Total flooding centralised clean agent fire
extinguishing system for following buildings

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 44 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 538 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
202 C175.01.00V36 Building - LS 1

( Building name - CONTROL ROOM )

203 C201.00.00 Supply and Laying of U/G PPR pipe for Water Services
204 C201.01.00 Supplying, laying and fixing 3 layer PP-R (Poly Propylene
Random copolymer) pipes underground. Pipes shall
conform to IS:15801; SDR 7.4 U V stabilized &
antimicrobial fusion welded, having thermal stability for
hot & cold water supply, including supply and fixing of all
PP-R plain & brass threaded polypropylene random
fittings, PP-R Male adopters, bends, elbows, tees,
reducers, sockets, unions and other specials, cutting
pipes to required lengths, making connections, jointing
earthwork in excavation for trenches, valve pits, etc. in all
types of soil including laying of pipes in trenches,
hydrostatic testing of the piping, backfilling the trenches
with selected/approved earth fill material, cutting of roads
wherever required, making good the road surface after
laying, disposal of surplus earth at a designated area
anywhere within complex limit etc all complete as per
drawings, manufacturer specifications and directions of
Engineer-in-Charge. For the following Nominal Bore (NB)
pipe:
205 C201.01.01V01 M 15

( Nominal Dia - 25 mm )

206 C201.01.01V02 M 10

( Nominal Dia - 40 mm )

207 C201.01.01V05 M 10

( Nominal Dia - 32 mm )

208 C202.00.00 Under Ground Sewer System - UPVC Pipe

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 45 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 539 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
209 C202.01.00 Supplying, laying and jointing of underground approved
quality UPVC pipes to be used for soil and waste
discharge or rain water application outside buildings
confirming to IS: 15328 and fittings confirming to IS:
14735 with all necessary specials such as bends, Y
junction, T junction (both single and double), plugs,
coupler, adapter etc. including solvent welded jointing and
testing as per IS: 7634 (Part-3), including earthwork in
excavation in all types of soil for pipe trenches, etc.
including dewatering, shoring and strutting if necessary,
dressing of sides, leveling, grading and ramming of
bottoms, cutting the pipes to required lengths, lowering
the pipes to proper grade and alignment, jointing,
including connecting the pipes to manholes by using
concrete manhole adapters and grouting the pipe body
with manhole wall using cement mortar 1:2 (1cement : 2
sand), testing, draining of water and cleaning of pipe after
testing, backfilling the trenches with select material from
available excavated soil including re excavating the
deposited soil excavated earlier breaking clods and laying
in layers of 15cm compacted thickness , watering and
compacting with mechanical means like vibro rammers
etc. to 90% standard proctor density as per IS:2720 Part-
VII, making good the surface, including cutting of roads
wherever required and making good the same, disposal
of surplus earth/ unserviceable material to demarcated
area anywhere within the complex limit etc. complete for
all depths as per drawings, specifications and instructions
of Engineer-in-Charge. For the following Nominal Bore
(NB) pipe:
210 C202.01.02V11 (All materials including cement supplied by contractor) M 5

( Nominal Dia - 75 mm )

211 C202.01.02V12 (All materials including cement supplied by contractor) M 5

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 46 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 540 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
( Nominal Dia - 90 mm )

212 G000.00.00 GEOTECHNICAL


213 G300.00.00 GROUND IMPROVEMENT
214 G300.01.00 SAND GRAVEL MIX
215 G300.01.01 Supplying and filling sand gravel mix (1:1) with approved CUM 150
aggregate below road, RCC pavement, manholes, pits,
foundations, bedding of UG piping etc. in layers of 150
mm loose thickness (maximum) including watering,
ramming, rolling, compacting to achieve 85% relative
density as per IS 2720 Part-XIV, quarrying, royalties,
transportation, handling, etc. all complete as per
drawings, specifications and directions of Engineer-in-
Charge.
(The rate shall be inclusive of the cost of all labour,
material, equipment etc. all complete)

216 G300.02.00 GEOGRID


217 G300.02.01 Supplying and laying of Tensar Geogrid SS-40 or SQ.M. 250
equivalent below roads, RCC pavements, manholes, in
pipe trenches, culverts, foundations, hard stand etc.
including overlap length, royalties, taxes, handling,
transportation, unloading, storage, etc. all complete as
per drawings, manufacturers specification and direction of
Engineer-in-Charge.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 47 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 541 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the
limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Schedule of Rates
for
Structural Works

Tender No. A872-030-83-41-CI-T-9514 Part A 1 RE ISSUED FOR BIDS DS DH CS

Tender 0 ISSUED FOR BIDS DS DH CS


BALANCE CIVIL WORKS FOR PLANT AND
Name NON PLANT BUILDINGS-PART-A

REV DATE PURPOSE BY CHECKED APPROVED


Client : Bharat Petroleum SCHEDULE OF RATES Rev
ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A 1
Bidder's Bidder's
Stamp Date Div.: Dept.: PROJECT - B SHEET 1 OF 29
Signature

Page 542 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 S000.00.00 CIVIL & STRUCTURAL
2 S001.00.00 EARTH WORK (REFER SPECIFICATION NO. 6-68-
0003)
3 S001.01.00 Earthwork excavation in soil
4 S001.01.01 Earth work in EXCAVATION below ground level for all Cu.m. 175
kinds of works in ALL TYPES OF SOILS EXCEPT SOFT
ROCK AND HARD ROCK as classified in specification for
a depth upto 1.5m including removal of vegetation,
shrubs and debris, cutting and dressing of sides in
slopes, levelling, grading and ramming of bottoms,
dewatering of accumulated water from any source and
keeping the surface dry for subsequent works and
disposal or stacking of excavated material within a lead of
100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all
complete, but excluding shoring and strutting.
5 S001.01.02 Earth work in EXCAVATION below ground level for all Cu.m. 5
kinds of works in ALL TYPES OF SOILS EXCEPT SOFT
ROCK AND HARD ROCK as classified in specification for
a depth beyond 1.5m and upto and inclusive of 3.0m
including removal of vegetation, shrubs and debris,
cutting and dressing of sides in slopes, levelling, grading
and ramming of bottoms, dewatering of accumulated
water from any source and keeping the surface dry for
subsequent works and disposal or stacking of excavated
material within a lead of 100m, as directed including
providing temporary supports to existing service lines like
water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding
shoring and strutting.
6 S001.06.00 SHORING AND STRUTTING

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 2 OF 29
Signature

Page 543 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
7 S001.06.01 Providing and installing approved type of "SHORING AND Sq.m. 5
STRUTTING" by open timbering method for all depths to
retain earth including dismantling and removal of the
same etc. from site after completion of work etc. all
complete as directed.
8 S001.07.00 Backfilling after exceution of work
9 S001.07.01 BACKFILLING after execution of the WORK to proper Cu.m. 125
grade and level with selected materials from available
excavated soil from spoil heaps within a LEAD OF 100M,
including re- excavating the deposited soil excavated
earlier, breaking clods, laying at all depths and heights in
layers of thickness not exceeding 15 Cms. watering,
rolling and ramming by manual methods/ mechanical
compactors to achieve 90% laboratory maximum dry
density, dressing, trimming etc. in foundations, plinths,
trenches, pits etc. all complete.
10 S001.09.00 Earthwork Filling by excavation
11 S001.09.04 EARTHWORK IN FILLING by excavating the earth from Cu.m. 1
BORROW AREAS arranged by CONTRACTOR for all
leads, transporting the earth from borrow area including
cleaning & stripping the earth at borrow areas, breaking
clods, loading, unloading and laying at all depths and
heights in layers of thickness not exceeding 15 cms.,
watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% of the
maximum laboratory dry density, dressing, trimming,
levelling the top surface etc. in foundations, plinths,
trenches etc. all complete.
12 S002.00.00 PLAIN & REINFORCED CEMENT CONCRETE: (REFER
SPECIFICATION NO. 6-68-0004)
13 S002.17.00 PCC - Non FIM Items

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 3 OF 29
Signature

Page 544 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
14 S002.17.01 Providing and laying PLAIN CEMENT CONCRETE for all Cu.m. 100
depths below and upto plinth level in foundations,drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing etc. all as specified in any shape,
position, thickness and finishing the top surface rough or
smooth as specified and directed all complete for
concrete of nominal mix 1:5:10 by mass (1 Cement: 5
Coarse Sand: 10 Crushed Stone Aggregates/Gravels)
with 40mm and down size graded crushed stone
aggaregates/Gravels.ALL MATERIALS INCLUDING
CEMENT SUPPLIED BY THE CONTRACTOR.
15 S002.17.05 Providing and laying PLAIN CEMENT CONCRETE of Cu.m. 0.1
nominal mix 1:3:6 by mass (1 Cement : 3 Sand : 6
Crushed Stone Aggregates) with 10mm and down size
graded crushed stone aggregates below and upto plinth
level as SCREED in trenches, floor slabs, sumps,
channels, drains etc. for all depths including shuttering,
tamping, curing etc. as specified in any shape, level,
thickness, position and finishing the top surface smooth
etc. all complete as directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
16 S002.17.06 Providing and laying PLAIN CEMENT CONCRETE of Cu.m. 0.1
nominal mix 1:3:6 by mass (1 Cement : 3 Sand : 6
Crushed Stone Aggregates) with 10mm and down size
graded crushed stone aggregates above plinth level as
SCREED in floor slabs, roofs, chajjas, canopies, gutters
etc. for all heights including shuttering, tamping, curing
etc. as specified in any shape, level, thickness, position
and finishing the top surface smooth etc. all complete as
directed.ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
17 S002.17.08 Providing and laying PLAIN CEMENT CONCRETE for all Cu.m. 1

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 4 OF 29
Signature

Page 545 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
depths below and upto plinth level in foundations,drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing, etc. all as specified in any shape,
position, thickness and finishing the top surface rough or
smooth as specified and directed all complete for
concrete grade M20 with 20mm and down size graded
crushed stone aggaregates/Gravels.ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
18 S002.20.00 RCC Flooring - Non FIM Items
19 S002.20.02 Providing and laying REINFORCED CEMENT Cu.m. 300
CONCRETE OF M-20 GRADE with 20mm and down size
graded crushed stone aggregates / gravel in NON-
SUSPENDED slabs / pavement slabs including
pedestals, ramps etc. leaving pockets, laying in alternate
panels to required slopes, all necessary form work and
finishing the top surface rough or smooth, including cost
of admixtures if used, providing pockets, openings,
recesses, chamfering etc., wherever required, vibrating,
tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST
OF REINFORCEMENT AND SHUTTERING) for all
depths below and upto plinth level in any shape, position
and thickness etc. all complete as specified, shown and
directed. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
20 S002.22.00 Precast Elements - Non FIM Items
21 S002.22.07 Manufacturing, transporting, supplying and erecting in CUM 5
position Reinforced Cement Concrete PRECAST
ELEMENTS such as columns, beams, cover slabs,
lintels, louvers, fins, shelves etc. of M-30 grade with
20mm and down size graded crushed stone

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 5 OF 29
Signature

Page 546 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
aggregates/gravel, each unit upto and inclusive of 500 kg.
for all leads, levels, shapes and thickness including all
moulds, shuttering and centering, vibrating, tamping,
curing, chamfering wherever required, finishing the top
surface with cement mortar 1:3 ( 1 Cement : 3 Sand) to
give a smooth and even surface, or non skid finish as
specified, providing lifting hooks, metal inserts, making
holes pockets, (only M.S. inserts to be measured & paid
separately) transporting to site, erecting, levelling,
aligning and fixing in position with cement mortar 1:3 (
Cement : 3 Coarse Sand), breaking bricks and/or
concrete surfaces and making good the same etc. all
complete (excluding the Cost of Reinforcement ) and as
directed. All materials including cement supplied by the
contractor.
22 S002.22.08 Manufacturing, transporting, supplying and erecting in CUM 2
position Reinforced Cement Concrete PRECAST
ELEMENTS such as columns, beams, cover slabs,
lintels, louvers, fins, shelves etc. of M-30 grade with
20mm and down size graded crushed stone
aggregates/gravel, each unit beyond 500 kg and upto and
inclusive of 1000 kg. for all leads, levels, shapes and
thickness including all moulds, shuttering and centering,
vibrating, tamping, curing, chamfering wherever required,
finishing the top surface with cement mortar 1:3 ( 1
Cement : 3 Sand) to give a smooth and even surface, or
non skid finish as specified, providing lifting hooks, metal
inserts, making holes pockets, (only M.S. inserts to be
measured & paid separately) transporting to site,
erecting, levelling, aligning and fixing in position with
cement mortar 1:3 ( Cement : 3 Coarse Sand), breaking
bricks and/or concrete surfaces and making good the
same etc. all complete (excluding the Cost of
Reinforcement ) and as directed. All materials including
cement supplied by the contractor.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 6 OF 29
Signature

Page 547 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
23 S002.25.00 Centering and Shuttering - Non FIM Items
24 S002.25.01 Providing and fixing CENTERING AND SHUTTERING in Sq.m. 225
foundations, footings,raft beams, slabs, pile caps,
retaining walls, jambs, counter-forts, buttresses, trenches,
equipment/machine foundations, pedestals, abutments,
pipe sleepers, columns, plinth beams, lintels, suspended
slabs, beams, staircases, landings, steps, non-circular
tunnels/bunkers/ silos/ shafts/ hoppers/liquid storage
structures etc. for all depths below and upto & inclusive of
plinth level including shuttering for single pour concreting,
strutting, bracing, propping etc., keeping the same in
position during concreting and removal of the same after
specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting
dowels, anchor bolts or any other fixture etc. all complete
and as specified and directed.
25 S002.25.02 Providing and fixing CENTERING AND SHUTTERING in Sq.m. 9200
superstrctures in retaining walls, jambs, counter-forts,
buttresses, equipment/ machine foundations,
abutments,columns, lintels, suspended slabs, beams,
staircases, landings, steps, non-circular tunnels/ bunkers/
silos/ shafts/ hoppers/ liquid storage structures etc. for all
heights above plinth level including shuttering for single
pour concreting, strutting, bracing, propping etc., keeping
the same in position during concreting and removal of the
same after specified period etc. for Straight/ Inclined
Shuttering, keeping necessary provision for inserts,
projecting dowels, anchor bolts or any other fixture etc. all
complete and as specified and directed.
26 S002.25.07 Providing and fixing CENTERING AND SHUTTERING for Sq.m. 1
CURVED SHUTTERING in foundations in all types for
Columns, Beams, Slabs, Walls, etc. of Buildings for all
depths below and upto & inclusive of plinth level,
including strutting, bracing, propping etc., keeping the

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 7 OF 29
Signature

Page 548 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
same in position during concreting and removal of the
same after specified period etc. for Straight/ Inclined
Shuttering, keeping necessary provision for inserts,
projecting dowels, anchor bolts or any other fixture etc. all
complete and as specified and directed.
27 S002.25.08 Providing and fixing CENTERING AND SHUTTERING for Sq.m. 5
CURVED SHUTTERING in superstructures in all types
for Columns, Beams, Slabs, Walls, etc. of Buildings for all
heights above plinth level, including strutting, bracing,
propping etc., keeping the same in position during
concreting and removal of the same after specified period
etc. for Straight/ Inclined Shuttering, keeping necessary
provision for inserts, projecting dowels, anchor bolts or
any other fixture etc. all complete and as specified and
directed.
28 S002.26.00 Expansion joints - Non FIM Items
29 S002.26.01 Providing 20mm wide EXPANSION JOINTS in flooring m 50
and pavement slabs and ISOLATION JOINTS around
equipment foundations/columns/pedestal/trenches etc.
including cleaning the joints of all loose material, filling
clean sand for the full depth of slab (upto and inclusive of
300 mm) except for 12mm depth from top and sealing the
top 12mm with approved two part liquid polysulphide
Sealing Compound as per IS:12118 etc. all complete as
shown, specified and directed.
30 S002.26.02 Supplying and fixing in position 25mm thick BITUMEN Sq.m. 5
IMPREGNATED FIBRE BOARD conforming to IS:1838 of
approved quality in expansion joints at all locations and
levels in concrete structures etc. all complete as shown,
specified and directed.
31 S002.26.03 Supplying and fixing in position 50 mm (2X25 mm) thick Sq.m. 5
BITUMEN IMPREGNATED FIBRE BOARD conforming to
IS:1838 of approved quality in expansion joints at all

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 8 OF 29
Signature

Page 549 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
locations and levels in concrete structures etc. all
complete as shown, specified and directed.
32 S004.00.00 STRUCTURAL STEEL WORKS (REFER
SPECIFICATION NO. 6-68-0006)
33 S004.04.00 Painting - Non FIM Items
34 S004.04.10 Supplying and applying FIELD PAINT SYSTEM of MT 33
approved quality and shade as per Sl. No. 10.2 of Table
10.0 of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) over the coat of shop
primer already applied, including storage, surface
preparation, degreasing, cleaning, drying, providing
necessary arrangement for access, testing etc. including
touching up of shop primer coat as per Sl. No. 7.2.1 of
Table 7.2 of EIL Specification No. 6-79-0020 (or as per
Job Specifications, wherever applicable), for steel
structures (excluding ladders, spiral stairways & hand
rails) at all location & levels, all complete as specified, in
OFFISTE (COASTAL) areas as well as UNIT (COSTAL)
areas considering environmental classification as
INDUSTRIAL MARINE. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE. (Unit rate based on Structural
steel weight).

35 S005.00.00 STRUCTURAL STEEL WORKS (TUBULAR/HOLLOW


SECTION) (REFER SPECIFICATION NO.6-68-0007)
36 S005.04.00 Yst 240 IS1161 - Non FIM

37 S005.04.01 Supplying, transporting, storing, fabricating, erecting in MT 0.1


position and testing / examining at all locations and levels
bolted and/or welded TUBULAR STEEL WORKS of all
types using STEEL TUBES OF YST 240 GRADE
CONFORMING TO IS:1161 in all types of trusses,

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 9 OF 29
Signature

Page 550 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
girders, purlins, siderails, columns, runners, beams, ties,
portals, frame work, bracings, brackets, sagrods etc.
including all handling, straightening/bending if required,
cutting to required size & shape, edge preparation,
welding & bolting of joints, providing and fixing end caps
and plugging holes, fixing in line and level with necessary
temporary staging and removal of the same after
erection, grouting with Ordinary Grout/premix free flow
Non Shrink Grout as specified, preparation & submission
of detailed fabrication drawings, preparing the exposed
surfaces for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron
DFT) as per EIL Specification No. 6-79-0020 (or as per
Job Specification, wherever applicable), etc. all complete
as specified & directed. SUPPLY OF ALL MATERIALS
INCLUDING PLATES IN CONTRACTOR'S SCOPE.

38 S005.06.00 Yst 240 IS 4923


39 S005.06.03 Supplying, transporting, storing, fabricating, erecting in MT 0.1
position & testing/examining at all locations and levels,
bolted and/or welded STRUCTURAL STEEL WORKS of
all types using "COLD FORMED
(RECTANGULAR/SQUARE) HOLLOW SECTIONS
conforming to IS: 4923, Grade Yst-240 of approved
make" in all type of trusses, purlins, girders, side rails,
columns, runners, beams, ties, portals,
framework,bracing, brackets, sagrods etc. including all
handling straightening/bending if required, cutting to
required size & shape, edge preparation, welding &
bolting of joints, providing and fixing end caps and
plugging holes, fixing in line and level with necessary
temporary staging and removal of the same after
erection, grouting with Ordinary/ premix free flow Non-
Shrink Grout as specified, preparation and submission of
detailed fabrication drawings, preparing the exposed

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 10 OF 29
Signature

Page 551 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
surfaces for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron
DFT) as per EIL Specification No. 6-79-0020 (or as per
Job Specification, wherever applicable) etc. all complete
as specified and directed (SUPPLY OF ALL MATERIALS
INCLUDING PLATES IN CONTRACTOR'S SCOPE).

40 S006.00.00 MISCELLANEOUS STEEL WORKS (REFER


SPECIFICATIONS NO. 6-68-0008)
41 S006.15.00 Anchor Bolts - Non FIM Items
42 S006.15.01 Supplying, fabricating, fixing and keeping in position at all MT 1.5
levels and locations THREADED ANCHOR BOLTS of all
diameters and nomenclature including nuts, washers,
anchor plates, pipe sleeves etc. in foundations, columns,
pedestals, slabs, beams, walls etc. or any other place as
directed including handling & transporting, straightening if
required, turning from relevant size M.S. rounds to
required diameter, threading, welding, providing
necessary templates and auxilliary dummy structures, if
any, necessary tying and welding with reinforcement,
adjustment of shuttering & reinforcement/any other
fixture, greasing exposed metal surfaces, covering bolts
and packing the sleeves with jute cloth etc. all complete
as specified and directed.(SUPPLY OF ALL MATERIALS
IN CONTRACTOR'S SCOPE).
43 S006.16.00 MS Metal Inserts - Non FIM Items
44 S006.16.01 Supplying, transporting, storing, fabricating and fixing in MT 3
position M.S. METAL INSERT (with lugs) of any shape
made out of flats, plates, rolled sections, pipes etc.
providing necessary templates, staging, cutting,
straightening, if required, bolting, welding as required and
embedding in position on both Plain and Reinforced
Cement concrete members inclusive of adjusting

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 11 OF 29
Signature

Page 552 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
shuttering & reinforcement/ any other fixture, welding
where necessary, tying and holding to correct level, line
and position, any auxiliary dummy structures to support
the heavy inserts, painting exposed surfaces with a coat
of primer as per EIL Specification No. 6-79-0020 (or as
per Job Specification wherever applicable), etc. all
complete for all depths and heights as specified and
directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).
45 S006.18.00 MS Chequered Plates - Non FIM Items
46 S006.18.01 Supplying, fabricating and erecting in position at all levels MT 0.1
and locations bolted, screwed and/or welded M.S.
CHEQUERED PLATES of any thickness in walkways,
platforms, stair treads, any other place as directed etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening
if required, making the edges smooth, removing the
burrs, fixing, welding, preparation and submission of
fabrication drawings and preparing the surfaces for
painting and applying shop primer as per EIL
Specification No. 6-79-0020 (or Job Specification,
wherever applicable) after fabrication etc. all complete as
specified and directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).
47 S006.19.00 MS Grating Cat. A,B - Non FIM Items
48 S006.19.05 Supplying, fabricating and erecting in position at all levels MT 0.1
and locations ELECTROFORGED GRATING purchased
from approved manufacturer conforming to EIL Standard
No. 7-68-0697 in walkways, platforms, stair treads etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening
if required, making the edges smooth, removing the
burrs, fabricating clamps, fixing, tack welding, preparation

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 12 OF 29
Signature

Page 553 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
and submission of fabrication drawings and preparing the
surfaces for painting and applying pre-erection/ shop
primer as per Job Specification after fabrication etc. all
complete as specified and directed (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE).

49 S006.22.00 MS Rungs - Non FIM Items


50 S006.22.01 Supplying, fabricating, fixing and keeping in position M.S. Kg. 1
RUNGS in R.C.C. works at all depths and heights
including handling, transporting the steel to site workshop
and site of work, straightening, if required, cutting,
bending to shape, necessary tying and welding with
reinforcement, adjustment of shuttering, cleaning, surface
preparation, shop primer as per EIL Spec. 6-79-0020 (or
Job Specification, wherever applicable) and two coats of
anticorrosive paint of approved quality on the exposed
portion of rungs etc. all complete as specified and
directed (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).
51 S006.25.00 Mechanical Anchor fastners - Non FIM Items
52 S006.25.02 Supplying, handling, transporting to site of work and fixing Each 10
approved MECHANICAL ANCHOR FASTENERS M.S.
bolts of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 16mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns
etc. according to manufacturer's specifications including
all accessories like nuts, washers etc. of required size,
testing, necessary scaffolding, drilling of the holes in
concrete surface with electric drill, cleaning of holes with
air blowout & wire-brush, and making good any damage
done to the structure etc. all complete for all heights,
depths and locations as specified and directed.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 13 OF 29
Signature

Page 554 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
53 S006.25.03 Supplying, handling, transporting to site of work and fixing Each 10
approved MECHANICAL ANCHOR FASTENERS M.S.
bolts of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 20mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns
etc. according to manufacturer's specifications including
all accessories like nuts, washers etc. of required size,
testing, necessary scaffolding, drilling of the holes in
concrete surface with electric drill, cleaning of holes with
air blowout & wire-brush, and making good any damage
done to the structure etc. all complete for all heights,
depths and locations as specified and directed.

54 S006.25.04 Supplying, handling, transporting to site of work and fixing Each 10


approved MECHANICAL ANCHOR FASTENERS M.S.
bolts of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 24mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns
etc. according to manufacturer's specifications including
all accessories like nuts, washers etc. of required size,
testing, necessary scaffolding, drilling of the holes in
concrete surface with electric drill, cleaning of holes with
air blowout & wire-brush, and making good any damage
done to the structure etc. all complete for all heights,
depths and locations as specified and directed.

55 S006.26.00 Chemical Anchor Fastner


56 S006.26.02 Supplying, handling, transporting to site of work and fixing Each 10
approved CHEMICAL ANCHOR FASTENERS consisting
of M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved
for use in cracked concrete), packed in flexible chemical

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 14 OF 29
Signature

Page 555 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
foil or dual foil type, to be used with the help of
dispenser, of 16mm dia. at specified positions on
concrete floors, roofs, beams (sides and bottom), walls,
columns etc. according to manufacturer's specifications
including all accessories like nuts, washers etc. of
required size., testing, necessary scaffolding, drilling of
the holes in concrete surface with electric drill, cleaning of
holes with air blowout & wire-brush and making good any
damage done to the structure etc. all complete for all
heights, depths and locations as specified and directed.

57 S006.26.03 Supplying, handling, transporting to site of work and fixing Each 10


approved CHEMICAL ANCHOR FASTENERS consisting
of M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved
for use in cracked concrete), packed in flexible chemical
foil or dual foil type, to be used with the help of
dispenser, of 20mm dia. at specified positions on
concrete floors, roofs, beams (sides and bottom), walls,
columns etc. according to manufacturer's specifications
including all accessories like nuts, washers etc. of
required size., testing, necessary scaffolding, drilling of
the holes in concrete surface with electric drill, cleaning of
holes with air blowout & wire-brush and making good any
damage done to the structure etc. all complete for all
heights, depths and locations as specified and directed.

58 S006.26.04 Supplying, handling, transporting to site of work and fixing Each 10


approved CHEMICAL ANCHOR FASTENERS consisting
of M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved
for use in cracked concrete), packed in flexible chemical
foil or dual foil type, to be used with the help of
dispenser, of 24mm dia. at specified positions on
concrete floors, roofs, beams (sides and bottom), walls,

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 15 OF 29
Signature

Page 556 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
columns etc. according to manufacturer's specifications
including all accessories like nuts, washers etc. of
required size., testing, necessary scaffolding, drilling of
the holes in concrete surface with electric drill, cleaning of
holes with air blowout & wire-brush and making good any
damage done to the structure etc. all complete for all
heights, depths and locations as specified and directed.

59 S010.00.00 DEMOLISHING AND DISMANTLING (REFER


SPECIFICATION NO. 6-68-0012)
60 S010.01.00 Brickwork - Non FIM Items
61 S010.01.01 Demolishing BRICKWORK (taking all necessary safety Cu.m. 2
precautions) for all depths below plinth level including
supply of all tools and tackles, necessary scaffolding,
propping, underpinning, cleaning and stacking of
serviceable material, disposal of unserviceable material
to spoil heaps anywhere within the plant boundary, all
complete as specified and directed. (Excavation &
backfilling shall be paid separately under relevant
items).
62 S010.01.02 Demolishing BRICKWORK (taking all necessary safety Cu.m. 2
precautions) for all heights above plinth level including
supply of all tools and tackles, necessary scaffolding,
propping, underpinning, cleaning and stacking of
serviceable material, disposal of unserviceable material
to spoil heaps anywhere within the plant boundary, all
complete as specified and directed.
63 S010.02.00 RCC - Non FIM Items
64 S010.02.01 Demolishing RCC WORK (taking all necessary safety Cu.m. 25
precautions) for all depths below plinth level including
supply of all tools & tackles, necessary scaffolding,
propping, underpinning etc., cutting, straightening,

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 16 OF 29
Signature

Page 557 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
scraping and cleaning of reinforcement bars, stacking of
serviceable materials, disposal of unserviceable material
to spoil heaps anywhere within the plant boundary, all
complete as specified and directed. (Excavation &
backfilling shall be paid separately under relevant
items).
65 S010.02.02 Demolishing RCC WORK (taking all necessary safety Cu.m. 25
precautions) for all heights above plinth level including
supply of all tools & tackles, necessary scaffolding,
propping, underpinning etc., cutting, straightening,
scraping and cleaning of reinforcement bars, stacking of
serviceable materials, disposal of unserviceable material
to spoil heaps anywhere within the plant boundary, all
complete as specified and directed.
66 S010.02.03 Chipping of RCC WORK (taking all necessary safety Sq.m. 2
precautions) by CHISELLING, upto & inclusive of 25mm
thickness including supply of all tools & tackles,
necessary scaffolding, propping, underpinning etc.,
cutting, lapping/welding of reinforcement bars as per
drawings, disposal of the unserviceable material to spoil
heaps anywhere within the plant boundary, all complete at
all heights and depths, as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items).
67 S010.02.04 Chipping of RCC WORK (taking all necessary safety Sq.m. 2
precautions) by CHISELLING, beyond 25mm and upto &
inclusive of 50mm thickness including supply of all tools &
tackles, necessary scaffolding, propping, underpinning
etc., cutting, lapping/welding of reinforcement bars as per
drawings, disposal of the unserviceable material to spoil
heaps anywhere within the plant boundary, all complete at
all heights and depths, as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items).

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 17 OF 29
Signature

Page 558 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
68 S010.02.11 Making cut-outs in RCC slab/ wall upto a thickness of Cu.m. 0.5
400mm (taking all necessary safety precautions) by
vibration-less spark-free mechanical means like core-
cutting, wet cutting by diamond wall saw system at all
depths & heights including supply of all tools & tackles,
necessary scaffolding etc. cutting of reinforcement bars,
disposal of unserviceable material, plastering & finishing
the cut surfaces, all complete as specified and directed
by the Engineer-in- Charge (Measurement on Plan/
Elevation Area basis).
69 S010.04.00 PCC _ Non FIM Items
70 S010.04.01 Demolishing PLAIN CEMENT CONCRETE work (taking Cu.m. 1
all necessary safety precautions) for all depths below
plinth level including supply of all tools & tackles,
necessary scaffolding, propping, underpinning etc.
disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed. (Excavation and backfilling shall
be paid separately under relevant items)
71 S010.06.00 Steelwork - Non FIM Items
72 S010.06.01 Dismantling bolted/rivetted/welded STRUCTURAL MT 2
STEEL WORK of all descriptions (taking all necessary
safety precautions), including supply of all tools and
tackles, consumables, necessary scaffolding etc.,
providing temporary bracings as required, cutting (by
flame or saw) gusset plates, bolts, nuts, weldings etc.,
transporting and stacking of the serviceable materials,
cleaning the site of work of all unserviceable materials for
disposal to spoil heaps anywhere within the plant
boundary, all complete at all depths and heights, as
specified and directed.
73 S011.00.00 MISCELLANEOUS ITEMS (REFER SPECIFICATION
NO. 6-68-0013)

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 18 OF 29
Signature

Page 559 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
74 S011.01.00 Antitermite - Non FIM Items
75 S011.01.01 Providing and injecting approved chemical emulsions as Sq.m. 2200
specified for pre-constructional ANTI-TERMITE
TREATMENT and creating a chemical barrier under and
around column pits, wall trenches, basement
excavations, top surfaces of plinth filling, junction of wall
and floor, along the external perimeter of building,
expansion joints, surrrounding of pipes and conduits etc.
all complete as specified and directed. (Plinth area of the
building at ground floor only shall be measured).
76 S011.03.00 Cutting RCC Piles - Non FIM Items
77 S011.03.01 Cutting the heads of R.C.C. piles of diameter upto Each 1
600mm and a length not exceeding 1500mm including
exposing/ cleaning, bending of the reinforcement, making
site clean for casting of pile cap and removal of debris to
the spoil heaps within the plant boundary etc. all complete
as specified & directed. (Excavation; if any, to be
measured separately under respective item).
78 S011.04.00 Building pile heads - Non FIM Items
79 S011.04.05 Providing and building up pile heads of diameter upto Cu.m. 0.1
600mm in RCC of grade M30 with 20mm and down size
graded crushed stone aggregates/ gravel including all
shuttering but excluding the cost of reinforcement (to be
measured under respective item) all complete as
directed.
80 S011.05.00 Hard core - Non FIM Items
81 S011.05.01 Supplying and laying to proper level and slopes, HARD Cu.m. 0.1
CORE in any thickness with broken/crushed stones (of
150mm and down size) as sub base in pavements, floor
slabs etc. including hand packing wedging, blinding with
murrum/sand, watering, ramming, rolling with a roller or

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 19 OF 29
Signature

Page 560 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
hand rammer where roller is inaccessible, compacting,
dressing etc. all complete as specified and directed.
82 S011.06.00 Sand Filling - Non FIM Items
83 S011.06.01 Supplying and filling approved SAND of specified quality Cu.m. 400
under floors, in foundations, plinths, tank foundations etc.
for all depths and heights including cost of sand,royalties,
transportation to site for all leads and lifts,including
loading, unloading, spreading in layers of loose thickness
not exceeding 150 mm,watering,ramming,compacting
with mechanical compactors and/or other equipment to
the specified levels to achive 85% relative density as per
IS:2720 Part XIV,including preparation of subgrade to the
required slope,providing testing apparatus and testing the
degree of consolidation all complete as per drawings,
specifications and direction of Engineer-in-charge.The
rates shall be inclusive of the cost of all
labour,material,equipments etc. all complete .
84 S011.07.00 DPC - Non FIM Items
85 S011.07.01 Providing and laying 40mm thick DAMP PROOF Sq.m. 110
COURSE with plain cement concrete of nominal mix of
1:1.5:3 with 10mm & down size graded crushed stone
aggregates in two layers of 20mm thick with two coats of
hot bitumen (Grade A90/S90 conforming to IS:73) applied
@ 1.7 Kg/sq.m. over each layer as per specifications
including cleaning, watering the top surface of walls,
centering, shuttering, placing, tamping, curing, sprinkling
an even layer of dry & sharp sand over the hot bitumen
etc. all complete as specified and directed.
86 S011.09.00 Dressing - Non FIM Items
87 S011.09.01 Dressing and trimming all around the completed Cu.m. 35
buildings/structures including cleaning, providing and
spreading earth, making specified slopes, watering,

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 20 OF 29
Signature

Page 561 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
ramming & consolidation for an average 75mm thickness
etc. all complete as directed.
88 S011.10.00 BI-POLAR CONCRETE PENETRATING CORROSION
INHIBITING ADMIXTURE
89 S011.10.01 Supplying and mixing of approved brand of BI-POLAR KG 3400
CONCRETE PENETRATING CORROSION INHIBITING
ADMIXTURE in concrete as per manufacturer's
specification for protection of reinforcement against
corrosion. Supply of admixture in Contractor's scope.
90 S014.00.00 BONDING FRESH CONCRETE TO OLD CONCRETE
BY EPOXY RESIN BONDING SYSTEM (REFER
SPECIFICATION NO. 6-68-0056)
91 S014.01.00 Epoxy Resin - non FIM Items
92 S014.01.01 Providing and applying approved EPOXY RESIN Kg. 1
(prepared as per manufacturer's recommendation) for
bonding of fresh concrete to old concrete in all types of
structure at all depths and heights including cleaning of
concrete surface, removing of all loose concrete pieces,
making rough by chiselling, taking off the skin of
concrete, application of Epoxy Resin System by spraying,
necessary working platforms, props, scaffolding and other
safety measures, removal of same after completion etc.
all complete as specified and directed. (Excavation,
backfilling, removal of surplus earth, keeping pit dry by
pumping/bailing subsoil water shall be paid separately
under relevant items).
93 L999.00.00 Miscellaneous
94 L999.99.00 Miscellaneous
95 L999.99.99V01 Providing and laying REINFORCED CEMENT CUM 50
CONCRETE OF M-30
GRADE with 20 mm and down size graded crushed stone

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 21 OF 29
Signature

Page 562 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
aggregates/ gravel in SUB-STRUCTURE e.g.
foundations, raft, beams, slabs, pile caps, retaining walls,
dyke walls, jambs, counterforts, buttresses, pedestals,
pipe sleepers, columns, suspended floors, staircases,
landings, steps, brackets etc., including equipment/
machine foundations & pedestals viz. compressors, ID &
FD fans, pumps, generators, crushers, mills, etc.,
(including single pour concreting as specified on the
drawing), applying three coats of cement based water
proof paint as per IS:5410 on concrete surface (wherever
no other surface application is specified), providing
pockets, openings, recesses, chamfering, etc., wherever
required, vibrating, tamping,
curing and rendering if required to give a smooth and
even surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING & SPECIFIED
ADMIXTURES) for all depths below and upto plinth level
in any shape, position and thickness etc., INCLUDING
LOWERING OF WATER TABLE BY WELL POINT
SYSTEM as per direction of engineer-in-charge, all
complete as specified, shown and directed. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
96 L999.99.99V02 Providing and laying REINFORCED CEMENT CUM 1500
CONCRETE OF M-30
GRADE with 20 mm and down size graded crushed stone
aggregates/ gravel in SUPER STRUCTURE in
suspended floors, slabs, beams, columns, walls including
counterforts, staircases, landings, steps, facias, fins,
mouldings, gutters, shelves, window sills, canopies,
lintels, girders, ducts, brackets, chajjas with drip moulds,
pedestals, posts, struts, equipment/ machine foundations,
ramps etc. (including single pour concreting as specified
on the drawing), applying three coats of cement based
water proof paint as per IS:5410 on concrete surface
(wherever no other surface application is specified),

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 22 OF 29
Signature

Page 563 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
providing pockets, openings, recesses, chamfering
wherever required, vibrating, tamping, curing and
rendering if required to give a smooth and even surface
etc. (EXCLUDING THE COST OF REINFORCEMENT,
SHUTTERING AND SPECIFIED ADMIXTURES) FOR
ALL HEIGHTS UPTO & INCLUSIVE OF 20 m ABOVE
PLINTH LEVEL in any shape, position, thickness etc. all
complete as specified, shown and directed. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
97 L999.99.99V04 Transporting and disposing the SURPLUS EARTH AND CUM 55
DEBRIS including shrubs and vegetations from
construction area beyond the initial LEAD OF 100M AND
UPTO "Refinery property limit" i.e. boundary of plot 'A' &
plot 'C', including re-excavating the deposited soil
excavated earlier, transportation, loading, unloading,
laying at all depths and heights, stacking, levelling and
dressing both the area (viz. from where the earth is
transported and where it is deposited) to required levels
and slopes complete with all lifts as directed. For carting
on the basis of truck measurements (volume of truck
reduced by 30% for voids).
98 L999.99.99V06 Supplying, transporting, storing, fabricating & erecting in MT 2
position and testing/ examining bolted and/ or welded
STRUCTURAL STEEL WORKS of Grade E250BR /
E250B0 (confirming to per IS:2062) at all locations and
levels UPTO & INCLUSIVE OF 20 m ABOVE HPP/ FGL,
including all builtup sections/ compound sections made
out of rolled sections and/or plates/ bent plates in all types
of structural frameworks, floor beams, stairs, or any other
structural items or accessories to support equipments,
piping, conveyor galleries, towers, masts, etc., but
excluding silos, bunkers, hoppers, etc., cutting to required
size, straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 23 OF 29
Signature

Page 564 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same
after erection, grouting
with Ordinary Grout or premix free flow Nonshrink Grout
as specified, including preparation and submission of
detailed fabrication drawings, preparing the surface for
painting (SSPC-SP-10) and applying pre-erection/ shop
primer (1 coat of F-9 @ 65-75 micron DFT) as per EIL
Specification No. 6-79-0020 (or as per Job Specification,
wherever applicable) after fabrication etc., all complete.
SUPPLY OF ALL MATERIAL IN CONTRACTOR'S
SCOPE.
99 L999.99.99V10 Providing and laying BRICK MASONRY WITH BRICKS CUM 20
OF CLASS 10.0 in cement mortar 1:6 (1 Cement : 6
Sand) in one or more brick thickness and in any shape
(excluding circular/curved brick masonry) at all depths
below plinth level including the cost of materials, labour,
scaffolding/ staging, sampling & testing, soaking of
bricks, cutting and laying of bricks, providing recesses,
making openings of any shape & size, finishing the joints
flush below ground level and raking out the joints above
ground level, sealing the gap between masonry and soffit
of beam/slab, embedding the fittings & fixtures, curing,
etc. all complete as per specifications. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR
100 L999.99.99V11 Providing and laying BRICK MASONRY WITH BRICKS CUM 1000
OF CLASS 10.0 in cement mortar 1:6 (1 Cement : 6
Sand) in one or more brick thickness and in any shape
(excluding circular/curved brick masonry) at all heights
above plinth level including the cost of materials, labour,
scaffolding/ staging, sampling & testing, soaking of
bricks, cutting and laying of bricks, providing recesses,

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 24 OF 29
Signature

Page 565 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
making openings of any shape & size, finishing the joints
flush below ground level and raking out the joints above
ground level, sealing the gap between masonry and soffit
of beam/slab, embedding the fittings & fixtures, curing,
etc. all complete as per specifications. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
101 L999.99.99V12 Supplying and placing in position HIGH YEILD MT 120
STRENGTH DEFORMED STEEL BARS (TMT)
REINFORCEMENT of Grade Fe500D (CRS) conforming
to IS:1786, , for R.C.C. work including transporting the
Steel, straightening, cleaning, decoiling, cutting, bending
to required shapes and lengths as per details, binding
with contractor's own 18 SWG black soft annealed
binding wire at every intersection, supplying and placing
with proper cover blocks, supports, chairs, overlaps,
welding, spacers, fanhooks etc. for all heights and depths
etc. all complete as directed.(SUPPLY OF ALL
MATERIAL IN CONTRACTOR'S SCOPE).
102 L999.99.99V13 Supplying, fabricating and fixing in position at all locations M 5
1000mm high INCLINED HAND RAILING (for staircases,
etc) consisting of top rail, mid rail and vertical posts
(Maximum spacing 1500mm c/c) with 32mm nominal
diameter medium grade M.S. Tubes conforming to
IS:1239 including straightening if required, cutting,
bending, welding, bolting, grouting with ordinary grout,
cleaning, surface preparation, epoxy powder coated as
per EIL SPEC. 6-79-0020 (or as per Job Specification,
wherever applicable), preparation and submission of
fabrication drawings etc. all complete as specified, shown
and directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE). (Complete handrail work
shall be measured as length of top rail only and not length
of each element fixed).

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 25 OF 29
Signature

Page 566 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
103 L999.99.99V14 Supplying, fabricating and fixing in position at all locations M 10
1000mm high HORIZONTAL HAND RAILING (for
platforms, walkways, etc. or any other location as
directed) consisting of top rail, mid rail and vertical posts
(Maximum spacing 1500mm c/c) with 32mm nominal
diameter medium grade MS Tubes conforming to IS:1239
and 100x5 MS Toe Plate confirming to IS:2062 (Grade
A/B), including straightening if required, cutting, bending,
welding, bolting, grouting with ordinary grout, cleaning,
surface preparation, epoxy powder coated as per EIL
SPEC. 6-79-0020 (or as per Job Specification, wherever
applicable), preparation and submission of fabrication
drawings etc. all complete as specified, shown and
directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE). (Complete handrail work
shall be measured as length of top rail only and not length
of each element fixed).
104 L999.99.99V26 Providing and laying HALF BRICK MASONRY with bricks SQM 125
of CLASS 10.0 in cement mortar 1:4 (1 Cement : 4 Sand)
in any shape, including the cost of materials, labour,
scaffolding/staging, sampling and testing, soaking of
bricks, cutting and laying of bricks, providing openings of
any shape & size, raking out the joints, supplying and
placing 2 Nos. 6mm dia. M.S. Bars at every fourth
course, sealing the gap between masonry and soffit of
beam/slab, embedding the fittings and fixtures, curing etc.
all complete as per specification.ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY CONTRACTOR.
105 L999.99.99V27 Providing & embedding 50mm dia PVC conduits of M 5
approved manufacturer in RCC including fixing and
keeping in position, as shown in drawings etc. all
complete as per directions of Engineer-in-charge.
106 L999.99.99V28 Providing & embedding 60mm dia PVC conduits of M 5
approved manufacturer in RCC including fixing and

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 26 OF 29
Signature

Page 567 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
keeping in position, as shown in drawings etc. all
complete as per directions of Engineer-in-charge.
107 L999.99.99V29 Providing & embedding 100mm dia PVC conduits of M 5
approved manufacturer in RCC including fixing and
keeping in position, as shown in drawings etc. all
complete as per directions of Engineer-in-charge.
108 L999.99.99V30 "Transporting, storing, fabricating & erecting in position MT 15
and testing/
examining bolted and/ or welded STRUCTURAL STEEL
WORKS of Grade E250BR / E250B0 (confirming to per
IS:2062) at all locations and levels UPTO & INCLUSIVE
OF 20 m ABOVE HPP/ FGL, including all builtup
sections/ compound sections made out of rolled sections
and/or plates/ bent plates in all types of structural
frameworks, floor beams, stairs, or any other structural
items or accessories to support equipments, piping,
conveyor galleries, towers, masts, etc., but excluding
silos, bunkers, hoppers, etc., cutting to required size,
straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same
after erection, grouting with ordinary Grout or premix
freeflow Nonshrink Grout as specified, including
preparation and submission of detailed fabrication
drawings, preparing the surface for painting (SSPC-SP-
10) and applying pre-erection/ shop primer (1 coat of F-9
@ 65-75 micron DFT) as per EIL Specification No. 6-79-
0020 (or as per Job Specification, wherever applicable)
after fabrication etc., (return of all
unused/ scrapped/ unserviceable steel to OWNER'S
storage point and reconcilliation of material)
STRUCTURAL STEEL SHALL BE PROVIDED TO

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 27 OF 29
Signature

Page 568 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
CONTRACTOR FREE OF COST. SUPPLY OF ALL
OTHER MATERIAL IN CONTRACTOR'S SCOPE.
109 L999.99.99V31 Transporting from storage yard (or any other location as MT 90
specified by
engineer-in-charge), Storing, Assembling and Erecting in
position and testing/ examining, bolted and/ or welded,
already Fabricated STRUCTURAL STEEL (of any Grade)
at all locations and levels UPTO & INCLUSIVE OF 20 m
ABOVE HPP/ FGL, including all builtup sections/
compound sections made out of rolled/ hollow sections
and/or plates/ bent plates in all types of structural
frameworks, fixing in line and level with temporary staging
& bracing and removal of the same after erection,
grouting with Ordinary Grout or premix free flow
Nonshrink Grout as specified including modification
etc.,all complete. ALREADY FABRICATED
STRUCTURAL STEEL SHALL BE PROVIDED TO
CONTRACTOR FREE OF COST. SUPPLY OF ALL
OTHER MATERIAL IN CONTRACTOR'S SCOPE.
110 L999.99.99V34 Placing in position HIGH YEILD STRENGTH MT 100
DEFORMED STEEL BARS (TMT) REINFORCEMENT of
Grade Fe500D (CRS) conforming
to IS:1786 for RCC work including transporting the same
from store/ issue points to site of work, straightening,
cleaning, decoiling, cutting, bending to required shapes
and lengths as per details, binding with contractor's own
18 SWG black soft annealed binding
wire at every intersection, supplying and placing with
proper cover blocks, supports, chairs, overlaps, welding,
spacers, fanhooks etc. (return of all unused/ scrapped/
unserviceable steel to OWNER'S storage point and
reconcilliation of material) for all heights and depths etc.
all complete as directed. HYSD STEEL
REINFORCEMENT SUPPLIED FREE OF COST BY THE
OWNER.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 28 OF 29
Signature

Page 569 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 29 OF 29
Signature

Page 570 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the
limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Schedule of Rates
for
Instrumentation Works

Tender No. A872-030-83-41-CI-T-9514 Part A 0 Issued with Tender SK SR PKS

Tender
BALANCE CIVIL WORKS FOR PLANT AND
Name NON PLANT BUILDINGS-PART-A

REV DATE PURPOSE BY CHECKED APPROVED


Client : Bharat Petroleum SCHEDULE OF RATES Rev
ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-51-CI-SOR-9514-A 0
Bidder's Bidder's
NEW DELHI Date Div.: ENGINEERING Dept.: Instrumentation
Stamp Signature SHEET 1 OF 2

Page 571 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 II INSTRUMENTATION
2 I900.00.00 GENERAL SITE WORK
3 I900.30.00 Supply and installation of electronic rodent repellers to
repel breeding of rats in main control room.
4 I900.30.01 Rodent repellers NOS 2

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-16-51-CI-SOR-9514-A
Bidder's Bidder's 0
NEW DELHI Date SHEET 2 OF 2
Stamp Signature Div.: ENGINEERING Dept.: Instrumentation

Page 572 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the
limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Schedule of Rates
for
Mechanical Eqpt Works

Tender No. A872-030-83-41-CI-T-9514 Part A 1 Issued for Tender MB NK

Tender 0 ISSUED FOR TENDER MB NK


BALANCE CIVIL WORKS FOR PLANT AND
Name NON PLANT BUILDINGS-PART-A

REV DATE PURPOSE BY CHECKED APPROVED


Client : Bharat Petroleum SCHEDULE OF RATES Rev
ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-80-43-CI-SOR-9514-A 1
Bidder's Bidder's
NEW DELHI Date Div.: STATIC EQUIPMEDept.: STATIC & MACHIN
Stamp Signature SHEET 1 OF 6

Page 573 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 QQ MECHANICAL EQUIPMENT
2 Q998.00.00 Miscellaneous
3 Q998.99.00 Miscellaneous
4 Q998.99.99V10 Water Cooled Central AC System for Control Room LOT 1
building

Design, engineering, procurement of raw materials and


bought out components, manufacturing, assembly at
shop, inspection, testing at manufacturer's works,
painting (primer + finish coat), packing and delivery
including supply of all commissioning spares, special
tools and tackles, first fill of refrigerant & lubricants for
Water Cooled Central AC System including all associated
piping, valves/instruments, ducting, diffusers/grilles etc.,
transportation from vendor's works to site, unloading at
site, handling, transportation to contractor's store and
from contractor's store to work site, storage at site,
fabrication/assembly at site, installation, hook up, testing,
painting, insulation, pre-commissioning, commissioning,
performance guarantee test run at site, handing over to
client and other field works including civil-structural work
complete in all respect, on-site training at project site to
Owner's personnel for operation and maintenance,
preparation and submission of drawings and documents
as per Scope of Supply and Work (Static & Machinery
equipment) (Doc. No. A872-030-80-43-SOW-9514), Job
specification (Static & Machinery equipment) (Doc. No.
A872-030-80-43-SP-9514), and other documents referred
therein for air-conditioning System:

Air-conditioning system consisting of following major


items:

a) Water cooled Condensing Unit: 2 Nos. (1W+1S) of

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-80-43-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 2 OF 6
Stamp Signature Div.: STATIC EQUIPME Dept.: STATIC & MACHIN

Page 574 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
actual capacity 60 TR each
b) AHU of 22000 CFM (1Working)
c) Ducting and it's Accessories for Air Distribution (1 Lot)

5 Q998.99.99V11 Air Cooled package AC System for Sub Station building LOT 1

Design, engineering, procurement of raw materials and


bought out components, manufacturing, assembly at
shop, inspection, testing at manufacturer's works,
painting (primer + finish coat), packing and delivery
including supply of all commissioning spares, special
tools and tackles, first fill of refrigerant & lubricants for Air
Cooled Central AC System including all associated
piping, valves/instruments, ducting, diffusers/grilles etc.,
transportation from vendor's works to site, unloading at
site, handling, transportation to contractor's store and
from contractor's store to work site, storage at site,
fabrication/assembly at site, installation, hook up, testing,
painting, insulation, pre-commissioning, commissioning,
performance guarantee test run at site, handing over to
client and other field works including civil-structural work
complete in all respect, on-site training at project site to
Owner's personnel for operation and maintenance,
preparation and submission of drawings and as per
Scope of Supply and Work (Static & Machinery
equipment) (Doc. No. A872-030-80-43-SOW-9514), Job
specification (Static & Machinery equipment) (Doc. No.
A872-030-80-43-SP-9514), and other documents referred
therein for air-conditioning System:
Air-conditioning system consisting of following major
items:

a) Package Unit: 3 Nos. (2W+1S) of actual capacity 14


TR each with blower capacity of minimum 7500 CFM
each.
b)Ducting and it's Accessories for Air Distribution (1 Lot)

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-80-43-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 3 OF 6
Stamp Signature Div.: STATIC EQUIPME Dept.: STATIC & MACHIN

Page 575 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words

6 Q998.99.99V13 Comprehensive AMC for HVAC system for first year LOT 1

Comprehensive Annual Maintenance Contract (AMC) for


first year for HVAC system of all building after completion
of defect liability period/guarantee warranty period as per
enclosed Scope of Supply and Work (Static & Machinery
equipment ) (Doc. No. A872-030-80-43- SOW-9514), Job
specification (Static &Machinery equipment) (Doc. No.
A872-030-80-43-SP-9514), and other documents referred
therein for air-conditioning System

7 Q998.99.99V14 Comprehensive AMC for HVAC system for second year LOT 1

Comprehensive Annual Maintenance Contract (AMC) for


second year for HVAC system of all building after
completion of defect liability period/guarantee warranty
period as per enclosed Scope of Supply and Work (Static
& Machinery equipment ) (Doc. No. A872-030-80-43-
SOW-9514), Job specification (Static & Machinery
equipment) (Doc. No. A872-030-80-43-SP-9514), and
other documents referred therein for air-conditioning
System.

8 Q998.99.99V15 Comprehensive AMC for HVAC system for third year LOT 1

Comprehensive Annual Maintenance Contract (AMC) for


third year for HVAC system of all building after completion
of defect liability period/guarantee warranty period as per
enclosed Scope of Supply and Work (Static & Machinery
equipment) (Doc. No. A872-030-80-43-SOW-9514), Job
specification (Static & Machinery equipment) (Doc. No.
A872-030-80-43-SP-9514), and other documents referred

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-80-43-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 4 OF 6
Stamp Signature Div.: STATIC EQUIPME Dept.: STATIC & MACHIN

Page 576 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
therein for air-conditioning System.

9 Q998.99.99V16 Split Air-Conditioners for various buildings: LOT 1

Supply of Split Air Conditioner (latest BEE 5 Star rating)


of capacity 2 TR each with compatible stabilizer (copper
winding) complete with all accessories and fittings,
including supply of first fill of refrigerants (non-CFC and
eco-friendly), transportation from vendor's works to site,
unloading at site, handling, transportation to contractor's
store and from contractor's store to work site, storage at
site, assembly at site, installation, testing, painting,
insulation, commissioning, handing over to client and
other field works including civil-structural works complete
in all respect for AC areas as marked in respective
architecture drawing. Split unit shall have wall mounted
indoor unit and outside located air cooled condenser
(outdoor unit) with insulated refrigerant piping, controls
and line accessories, electrical and civil works (e.g. civil
work related to concealing of refrigerant piping, drain
piping to the nearest drain, cablingof AC units) as
required including the structural steel framework,
pedestal/bracket to mount the indoor and outdoor units,
supports & clamps for refrigerant piping/cables, stabilizer,
hold down nuts & bolts, spares for commissioning and
start up etc. as per Scope of Supply and Work (Static &
Machinery equipment) (Doc. No. A872-030-80-43- SOW-
9514), Job specification (Static & Machinery equipment)
(Doc. No. A872-030-80-43-SP-9514), and other
documents referred therein for air-conditioning System:

Quantity and Installation location are listed below:

a) Maintenance Room of Substation Building (2 Nos. Split


AC)
b) Cabin of Engineer Store Building (1 No. Split AC)

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-80-43-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 5 OF 6
Stamp Signature Div.: STATIC EQUIPME Dept.: STATIC & MACHIN

Page 577 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-80-43-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 6 OF 6
Stamp Signature Div.: STATIC EQUIPME Dept.: STATIC & MACHIN

Page 578 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the
limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Schedule of Rates
for
Civil-Structural and Architectural Works

Tender No. A872-030-83-41-CI-T-9514 Part A 1 Issued for Tender NK S VKP

Tender 0 ISSUED FOR TENDER NK S VKP


BALANCE CIVIL WORKS FOR PLANT AND
Name NON PLANT BUILDINGS-PART-A

REV DATE PURPOSE BY CHECKED APPROVED


Client : Bharat Petroleum SCHEDULE OF RATES Rev
ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A 1
Bidder's Bidder's
NEW DELHI Date Div.: STRUCTURAL Dept.: STRUCTURAL
Stamp Signature SHEET 1 OF 47

Page 579 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 A000.00.00 ARCHITECTURE
2 A002.00.00 FLOOR FINISHING
3 A002.01.00 Providing and laying average 25mm cement concrete
flooring in panels consisting of base course of 1:2:4 grade
cement concrete (6mm down size stone aggregate) laid
over sub-base of cement concrete and finishing with a
layer of floating coat of neat cement slurry @ 2.75kg. of
cement per Sq. M. of area including cleaning the sub-
base surface, applying neat cement slurry @ 2.75 kg of
cement per Sq. M. of area over the sub- base to receive
the base course, compacting, tamping, trowelling,
finishing, curing, providing, shuttering to the edges etc. all
complete
4 A002.01.01 CEMENT SUPPLIED BY THE CONTRACTOR AT THEIR Sq.M. 340
COST
5 A002.02.00 Providing and laying cement concrete granolithic flooring
in panels consisting of base course (under layer of 1:2:4
grade cement concrete, 6mm down size stone
aggregates) laid over sub-base, wearing top- layer of
cement mortar (1 cement: 3 coarse sand by volume)
finished smooth by tamping, trowelling, and with a
finishing floating coat of neat cement slurry @ 2.75kg. of
cement per Sq. M. of area including cleaning the sub-
base surface, applying neat cement slurry over the sub-
base @ 2.75Kg of cement per Sq. M of area to receive
the base course, compacting, tamping, trowelling,
finishing, curing, providing, shuttering to the edges etc. all
complete.
6 A002.02.01 With average 25mm thick under-layer and 15mm thick Sq.M. 950
top layer. CEMENT SUPPLIED BY THE CONTRACTOR
AT THEIR COST.
7 A002.03.00 Providing and laying average 50mm thick heavy duty

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 2 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 580 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
flooring in panels consisting of base course of 35mm
thick cement concrete (1 cement : 1.5 coarse sand : 3.5
stone aggregates of 10mm to 6mm size by volume) laid
over sub-base and 15mm thick finishing layer consisting
of cement and integral hardening compound mixed in
ratio of 4 cement :1 hardenar (by weight) :2 stone
agrgregates of 6mm and down size laid integral with base
course and finished smooth including cleaning the sub-
base surface, applying neat cement slurry @2.75 Kg of
cement per Sq.M of area over sub-base to receive the
base course, levelling, tamping, trowelling, finishing,
curing, providing shuttering to the edges etc. all complete.

8 A002.03.01 CEMENT SUPPLIED BY THE CONTRACTOR AT THEIR Sq.M. 1800


COST.
9 A002.04.00 Providing and laying 125mm high cement plaster skirting
with 1:3 cement mortar (1 cement : 3 coarse sand by
volume) finished with a floating coat of neat cement slurry
@ 2.75kg. of cement per Sq.M of area including rounding
of junctions with floor, preparing the wall surface, making
recess in the wall, finishing, curing etc. all complete.
10 A002.04.01 18mm thick. CEMENT SUPPLIED BY THE RM 520
CONTRACTOR AT THEIR COST.
11 A002.04.03 12mm thick. CEMENT SUPPLIED BY THE RM 130
CONTACTOR AT THEIR COST.
12 A002.06.00 Providing and fixing panel dividers in flooring/dado
including maintaining slope, line, chipping of the uneven
base, grinding etc. all complete.
13 A002.06.04 P.V.C. panel dividers ( 3mm x 20mm size.) RM 450

14 A002.06.05 P.V.C. panel dividers ( 3mm x 35mm size.) RM 1425

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 3 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 581 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
15 A002.06.06 P.V.C. panel dividers ( 3mm x 40mm size.) RM 3000

16 A002.10.00 Providing and laying machine cut chissel dressed kota


stone slab of approved shade in floor tread, landing, riser,
skirting, dado over and including a bed of cement mortar
including preparing the base surface, applying neat
cement slurry @ 2.75 Kg of cement per Sq.M of area to
receive the mortar, providing neat cement slurry @ 4.4kg.
of cement /Sq.M of area over the mortar bed, jointing
each slab with neat cement paste/ grouting white cement
and pigment ( conforming to IS : 2114, Table-1, matching
the shade of slabs), machine cutting of the slab edges
square, true & plumb finishing, grinding, polishing,
finishing etc. all complete.
17 A002.10.01 25mm thick kota stone slab (with tolerance +_2mm for Sq.M. 230
thickness, +_2mm for length/ breadth) in floor, landing
tread over average 15mm thick cement mortar 1:4(1
Cement : 4 coarse sand by volume). CEMENT
SUPPLIED BY THE CONTRACTOR AT THEIR COST.
18 A002.10.03 18mm thick kota stone slab in riser, dado, skirting over Sq.M. 60
average12mm thick cement mortar1:3(1 cement:3 coarse
sand by volume). CEMENT SUPPLIED BY THE
CONTRACTOR AT THEIR COST.
19 A002.10.05 Extra for providing round nosing by machine cutting of the RM 140
slab.
20 A002.11.00 Providing and laying tiles in flooring , dado, skirting etc. in
approved colour, design and pattern, laid over and
including a coating of approved adhesive as per
manufacturers specifications, flush pointing of joints of
tiles with cement paste/ grouting with white cement and
pigment (conforming to IS:2114, Table-1, matching the
shade of tiles) finishing, cleaning etc. all complete.
21 A002.11.03 Glazed/ Ceramic/ Mat finish tiles conforming to IS:777, Sq.M. 200

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 4 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 582 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
200mm x 300mm x 6.5mm (Minimum) thick.
22 A002.11.05 Ceramic, matt finished non-slip type tiles of approved Sq.M. 45
make and shade(s) in approved design/ pattern including
cleaning the finished surface with oxalic acid, wax
polishing etc. for size 300mm x 300mm x 8mm (+5%)
thick tiles for flooring.
23 A002.11.07 Decorative, matt/ mirror finish homogeneous double Sq.M. 575
charge Vitrified porcelain tiles of minimum size 600mm x
600mm x 10mm thick in approved quality, colour, make,
design/ pattern
24 A002.15.00 Providing and applying pigmented (approved shade) Sq.M. 110
chemical and abrasion resistant, solvent based self
levelling floor coating based on epoxy resin with amine
curing agents, in 2 coats @ 125 gms/sq.m. (min.)per coat
by brush or spraying over a levelling screed (min. 3mm
thick) of a 3 part solvent free combination of epoxy resin,
amine hardeners and graded chemically inert aggregate
filler, laid over a coat of 2-part epoxy resin primer applied
over existing flooring etc. all as per manufacturer's
specifications.
25 A002.16.00 Providing and applying pigmented (approved shade) Sq.M. 160
chemical and abrasion resistant, solvent based coating
(on dado/wall) of epoxy resin with amine curing agents, in
2 coats @ 125 gms/sq.m. (min.) per coat by brush over
plastering/ concrete surfaces including surface
preparation, curing etc. all as per manufacturer's
specification.
26 A002.17.00 Providing and laying minimum 18mm thick approved
premium quality and shade polished granite stone slabs
in flooring, counters, treads, risers, skirting, dado etc.
over and including a bed of cement mortar including
preparing the base surface, applying neat cement slurry
@ 2.75 kg. of cement per sq. mtr. of area to receive the

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 5 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 583 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
mortar bed, jointing each slab with neat cement paste/
grout with white cement maixed with pigment (conforming
to IS:2114, Table-1) to match the colour of the granite
stone slabs, finishing etc. all complete.
27 A002.17.01 Granite stone slabs in flooring, counters, treads Sq.M 310
etc.(perfectly levelled) over and including a bed of cement
mortar 1:4 (1 cement: 4 coarse sand by volume)
CEMENT SUPPLIED BY THE CONTRACTOR AT THEIR
COST.
28 A002.17.03 Granite stone slabs in risers, skirting, dado etc. over and Sq.M 200
including a bed of cement mortar 1:3 (1cement: 3 coarse
sand by volume) CEMENT SUPPLIED BY THE
CONTRACTOR AT THEIR COST.
29 A002.17.05 Extra for round nosing/ moulded edges (as per approved RM 65
design) to Granite stone slabs.
30 A002.21.00 Providing and laying anti slip (rough)Granite stone slabs,
of thickness minimum 25mm, in flooring, landing, tread,
ramps over minimum 20mm thick cement mortor1:4 (1
cement :4 course sand by volume) over and including a
bed of cement mortar including preparing the base
surface, applying neat cement slurry @ 2.75 kg. of
cement per sq. mtr. of area to receive the mortar bed,
jointing each slab with neat cement paste/ grout with
white cement mixed with pigment (conforming to IS:2114,
Table-1) to match the colour of the granite stone slabs,
finishing etc. all complete.

31 A002.21.01 Cement supplied by the Contractor at there cost SQM 150

32 A002.23.00 Providing 3 nos. of 3mm grooves at spacing of 30mm in RM 190


Kota/ Marble/ granite stone laid in stairs¿ treads/ landings
all complete as per the direction of Engineer-In-Charge.
(Single measurement shall be considered for 3 parallel

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 6 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 584 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
grooves)
33 A003.00.00 WOOD WORK
34 A003.01.00 Providing and fixing wooden frames of doors, windows,
ventilators including cutting, shaping, jointing, applying a
coat of bituminous paint on concealed surface, wood
primer on exposed surface, fixing in masonry/RCC by
means of 300mm x 25mm x 6mm thick M.S. hold fasts
screwed to frame @ 600mm max vertically and grouted
with M-15 grade concrete in min. 350mm x 100mm x
100mm sized hole made in masonry/96mm long, 12mm
dia M.S. dash fastener, painting with two coats of
approved shade and make (ICI or equivalent) synthetic
enamel paint over approved quality primer coat, finishing
etc. all complete.
35 A003.01.01 Wooden frames with second class teak wood conforming Cu.M. 0.5
to IS : 4021.
36 A003.02.00 Providing and fixing Factory made, overall 35mm thick
block board flush shutter consisting of solid core block
board bonded with phenol phormaldehyde synthetic resin
conforming to IS : 848 and faced on both faces with
commercial type plywood/teakwood veneering/ lamination
bonded with phenol formaldehyde synthetic resin
conforming to IS : 848, including providing and fixing
second class teakwood perimeter beading fixed by
means of approved quality neoprene based adhesive and
nailing @ 300 mm max.. painting exposed surface with
two coats of approved shade and make synthetic enamel
paint over approved quality primer coat, providing and
fixing 125mm long M.S. butt hinges [for each shutter
(vertical spacing not exceeding 600mm)] including fixing
with door frame, finishing etc. all conforming to IS : 2202.

37 A003.02.03 Door shutter faced with 1mm thick approved quality Sq.M. 30

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 7 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 585 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
lamination of approved shade/brand.
38 A003.06.00 Extra for providing and fixing square or rectangular vision Sq.M. 1
panels in door shutters of 4mm thick plain glass (wt.
7.2kg/Sq.M) and conforming to IS : 2835 with 20mm x
10mm Teakwood beading fixed by approved quality
neoprene based rubber adhesive and nailing @ max.
300mm c/c, including all cutting, fixing, providing 2 coats
of approved quality Polyurithane transparent coating with
stainer mix to achieve the desired shade on the teak
wood etc. all complete. (Measurement for payment to be
made only for the glazed area of vision panel).
39 A003.07.00 Providing and fixing in position following items including
all necessary fixtures, fittings, finishing etc. all complete.

40 A003.07.01 Approved make heavy duty overhead hydraulic door Unit 36


closer with adjustable spanners, metal screws etc.
conforming to IS : 3564
41 A003.07.02 Approved make Chromium plated metallic (brass body) Unit 17
mortice lock, 6 levers conforming to IS : 2209 (inclusive of
pair of handles of pressure die cast zinc alloy,satin
finished).
42 A003.07.03 Approved make heavy duty hydraulically operated, Unit 5
adjustable floor mounted door closer conforming to
IS:6315, Single actuion type.
43 A003.07.04 Approved make heavy duty hydraulically operated, Unit 5
adjustable floor mounted door closer conforming to IS
:6315, Double action type.
44 A003.07.05 Approved make pressure die cast zinc alloy, chromium Unit 15
plated door handle. 150mm long
45 A003.07.06 Approved make pressure die cast zinc alloy, chromium Unit 45
plated door handle. 300 mm long.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 8 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 586 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
46 A003.07.08 Approved quality 3mm thick plastic kick/push plate fixed Sq.M. 3
with brass screws.
47 A003.07.09 Approved quality anodized aluminium aldrop 300mm Unit 15
long, 19.05mm dia in bronze colour.
48 A003.07.10 Approved quality anodized aluminium tower bolts Unit 45
conforming to IS-204 in Bronze colour, 250 x 10mm.
49 A003.07.11 Approved quality anodized aluminium tower bolts Unit 45
conforming to IS-204 in Bronze colour, 150 x 10mm.
50 A003.07.12 Approved quality zinc alloy pressure die cast, chromium Unit 40
plated spring loaded round door stopper with double
heavy duty rubber shoes.
51 A003.07.13 Approved quality 75mm long aluminium toilet door latch Unit 8
with vacant/occupied indicator.
52 A003.07.14 Approved quality chromium plated brass coat and hat Unit 8
hook fixed with chromium plated brass screws.
53 A004.00.00 STEEL/ ALUMINIUM/ GLAZED/ FULLY GLASS/ PVC
ETC. DOORS, WINDOWS AND VENTILATORS

54 A004.05.00 Supplying and fixing M.S. rolling shutters, conforming to


IS : 6248 including providing all accessories like shutter
(constructed with inter locking lath sections formed out of
cold rolled steel strips 0.9mm thick, 80mm wide and
1.25mm thick, 80mm wide respectively for shutter width
upto 3.5M and above 3.5M), jointless M.S. channel
section for guide (min. 3.15mm thick), M.S. girders,
pressed bottom rails, shutter suspension stud shaft with
pully and cage, top rolling springs, locking arrangement
etc. as per approved manufacturers drawings including
painting with two coats approved make & shade and
synthetic enamel paint over a coat of approved quality red
oxide zinc chromate primer, making good of all damaged

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 9 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 587 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
surfaces etc. all complete.
55 A004.05.09 Motor operated rolling shutter as per approved Sq.M. 30
Manufacturer's design & drawing for rolling shutters for
width upto 3.5 metre with all necessary electricals like
motor, switching panels, switches, cables, wires etc. as
required for smooth functioning of the shutter
56 A004.11.00 Providing and fixing in position plastic doors (with door Sq.M. 2.1
frames), of UV stabilized compounds of PVC ('Sintex' or
approved equivalent), consisting of 53x 60mm L-shaped
door frame (BLR53 of 'sintex' or equivalent), 33x47mm
shutter frame (DWUF 306 of 'sintex' or equivalent),
30mm thick infill panel slats, complete as per
manufacturer's specifications and recommendations,
including all fittings, fasteners, fixtures, sealing periphery
with polymeric sealant etc all complete.

57 A004.12.00 Providing and fixing pressed steel sheet door shutter


made of 18 SWG galvanized pressed steel sheet bent to
form hollow box of 40 mm overall thickness; and
consisting of/ including:
(i) 3 mm thick MS flat all along perimeter
(ii) Packing the shutter with mineral wool (48 kg/cum)
without gap
(iii) Strengthening with 18 SWG GI vertical stiffeners
@200 c/c
(iv) 3 mm thick MS pad plates welded inside at required
locations for fixing of hardware etc.
(v) Fixing to door frame by 100 mm long SS 304 grade
heavy duty ball bearing hinge @600 c/c maximum
(vi) Hardware and vision panel as required.
(vii) Grinding and smoothening of welding, cleaning,
finishing (synthetic enamel painting/ polyurethane (PU)
coating/ electrostatic powder coating), making true
alignments and surfaces etc. all complete.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 10 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 588 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
Notes:
1. Reference shall be made to EIL standard nos. 7-75-
0070, 7-75-0071
Only the net shutter(s) area shall be measured for
payment

58 A004.12.03 Single shutter painted with Electrostatic powder coating Sq M 10


with following hardware:

(i) Over head hydraulic door closer (heavy duty).


(ii) SS 304 grade 16 mm dia 250mm long aldrop on both
sides of shutter.
(iii) Spring loaded heavy duty door stopper
(iv) SS 304 grade 19 mm dia.200 mm long handle on
both side of shutter.
(v) 10 mm dia SS 304 tower bolt (250mm long for
2100mm height & 600mm long for 2500mm height)

59 A004.12.06 Double shutter painted with Electrostatic powder coating Sq M 4


with following hardware:

(i) Over head hydraulic door closer (heavy duty).


(ii) SS 304 grade 16 mm dia 300mm long aldrop on both
sides of shutter.
(iii) Spring loaded heavy duty door stopper.
(iv) SS 304 grade 19 mm dia.200 mm long handle on
both side of shutter.
(v) 10 mm dia SS 304 tower bolt ( 250mm long for
2100mm height & 600mm long for 2500mm height)
(vi) 2mm thick 25mmx 25mm GI angles (vertical) welded
to each shutter at the meeting point of double shutter.

60 A004.14.00 Providing and fixing aluminium work for doors, windows,


ventilators and partitions with extruded built up standard

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 11 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 589 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
tubular sections/ appropriate Z sections and other
sections of approved make conforming to IS: 733 and IS:
1285, fixing with dash fasteners of required dia and size,
including necessary filling up the gaps at junctions, i.e. at
top, bottom and sides with required EPDM rubber/
neoprene gasket etc. Aluminium sections shall be
smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat angle,
Aluminium snap beading for glazing / paneling, C.P.
brass / stainless steel screws, all complete as per
architectural drawings and the directions of Engineer-in-
charge. (Glazing, paneling and dash fasteners to be paid
for separately) :

61 A004.14.02 For fixed portion of aluminium doors, windows, ventilators Kg 1060


and partitions made from Powder coated aluminium
(minimum thickness of powder coating 50 micron)
62 A004.14.05 For shutters of doors, windows & ventilators made from Kg 1330
Powder coated aluminium (minimum thickness of powder
coating 50 micron) including providing and fixing hinges/
pivots and making provision for fixing of fittings wherever
required including the cost of EPDM rubber / neoprene
gasket required (Fittings shall be paid for separately)
63 A004.14.10 Providing and fixing float glass panes of 5.50 mm Sq M 390
thickness in aluminium door, window, ventilator shutters
and partitions etc. with EPDM rubber / neoprene gasket
etc. complete as per the architectural drawings and the
directions of engineer-in-charge. (Cost of aluminium snap
beading shall be paid in basic item)
64 A004.14.16 Filling gaps of size upto 5mm depth and 5 mm width in RM 1000
between aluminium frame & adjacent RCC/ Brick/ Stone
work by providing weather silicon sealant over backer rod
of approved quality as per architectural drawings and

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 12 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 590 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
direction of Engineer-in-charge complete
65 A004.14.17 Providing and fixing 205 X 19 mm adjustable friction Each 40
window stays of approved quality made from Stainless
Steel (SS 304 grade) with necessary stainless steel
screws etc. to the side hung windows as per direction of
Engineer-charge complete.
66 A004.14.19 Providing and fixing 355 X 19 mm adjustable friction Each 30
window stays of approved quality made from Stainless
Steel (SS 304 grade) with necessary stainless steel
screws etc. to the side hung windows as per direction of
Engineer-charge complete.
67 A004.14.25 Providing and fixing 100mm brass locks (best make of Each 35
approved quality) for aluminium doors including
necessary cutting and making good etc. complete.
68 A004.14.29 Providing and fixing 100 mm long aluminium handles, ISI Nos 64
marked, anodised (anodic coating not less than grade AC
10 as per IS : 1868) transparent or dyed to required
colour or shade, with necessary screws etc. complete
69 A004.14.30 Providing and fixing aluminium tower bolts of size 100mm Nos 64
x 10mm , ISI marked, anodised (anodic coating not less
than grade AC 10 as per IS : 1868 ) transparent or dyed
to required colour or shade, with necessary screws etc.
complete
70 A004.15.00 Providing and fixing pressed steel door and window
frames of size (assorted size out of) Overall 125mm x
60mm section, of required profile conforming to IS: 4351,
made of 16 SWG pressed steel including/ consisting of:
i)3 mm thick MS flat spacers welded to frame @ 500mm
c/c and at holdfast locations.
ii)Filling the hollow frame section with concrete. iii)MS
angle (20mmx20mmx3mm) horizontal tie member below
floor finish.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 13 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 591 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
iv)MS holdfasts (200mmx25mmx6mm) welded to
spacers.
v)Fixing to masonry (by grouting the holdfasts with M-15
grade concrete in minimum 250mm x 100mm x 100mm
sized hole)/ fixing to RCC (by minimum 100mm long, 12
mm dia metallic counter sunk anchor fasteners)
vi)MS pad plates (40mm x 150mm x 3mm) & GI mortar
guard welded to frame at hinge and other hardware
locations.
vii)Metering of joints between horizontal and vertical
members, grinding and smoothening of welding, cleaning
of frame surface, finishing (synthetic enamel painting/
electrostatic powder coating/ polyurethane (PU) coating),
making true alignments and surfaces etc. all complete.
Notes:
1)Reference shall be made to EIL standard nos. 7-75-
0070, 7-75-0071
2)Cumulative length of all horizontal and vertical frame
members shall be measured for payment.
71 A004.15.05 Frames painted with Electrostatic Powder coating. RM 100

72 A005.00.00 PLASTERING & POINTING


73 A005.01.00 Providing plain cement plaster in cement mortar (1
cement:4/6 fine sand by volume) on masonry, PCC/ RCC
including preperation of base, finishing, curing etc; also
including providing 20 gauge chicken wire mesh stretched
tight at all RCC/ PCC and masonry meeting points in
300mm wide strips (150mm on on each surface) fixed
with G.I. "U" type nails before plastering.
74 A005.01.05 Ordinary plain cement plaster Average 15mm thick 1:4 (1 Sq.M 3000
cement : 4 sand). Cement supplied by the Contractor at
their cost.
75 A005.01.07 Ordinary plain cement plaster Average 12mm thick 1:4 (1 Sq.M 5500
cement : 4 sand). Cement supplied by the Contractor at

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 14 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 592 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
their cost.
76 A005.01.09 Ordinary plain cement plaster Average 6 mm thick 1:4 (1 Sq.M 6800
cement : 4 sand). Cement supplied by the Contractor at
their cost.
77 A005.01.13 Plain cement plaster with waterproofing compound Sq.M 2700
conforming to IS-2645 (CICO/ approved equivalent)
mixed to cement mortar @ 3% by weight, Average 18mm
thick 1:6 (1 cement : 6 sand) Cement supplied by the
Contractor at their cost.
78 A005.01.19 Plain cement plaster with waterproofing compound Sq.M 400
conforming to IS-2645 (CICO/ approved equivalent)
mixed to cement mortar @ 3% by weight. Average 6mm
thick 1:4 (1 cement : 4 sand) Average 6mm thick 1:4 (1
cement : 4 sand). Cement supplied by the Contractor at
their cost.
79 A005.04.00 Providing 20mm x 10mm Grooves in plastering in perfect RM 2000
straight line, plumb and uniform size throughout including
finishing etc. all complete.
80 A006.00.00 ROOFING TREATMENT
81 A006.02.00 Providing and laying cement concrete (1 cement : 2
coarse sand : 4 aggregate) over concrete surfaces, laid to
slope at all heights including, finishing, curing, tamping
etc. all
82 A006.02.01 Cement supplied by the Contractor at their cost. Cu.M 300

83 A006.12.00 Providing and laying 4mm thick A.P.P (atactic


polypropelene) modified reinforced bituminous
waterproofing membrane over terrace and parapet
including cleaning and preperation of the surface
consisting of making good all the cracks and damages,
filling potholes/ depressions, removing weak foam
concrete/ plaster and refilling with same wherever

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 15 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 593 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
required thus preparing smooth surface of the terrace;
providing and applying one coat of cold applied bitumen
based primer @ 0.2 to 0.4 litre per sq. mtr.; laying the
membrane by torch welding over primer, providing
100mm overlaps and appropriately pressing the
membrane to remove any entrapped air, including fixing
on parapet after providing 10mm x 20mm continuous
groove in parapet for terminating the membrane and
filling the groove with polyurethane sealant and continuing
this treatment at rain water outlet points; providing
finishing protective layer of 35 mm thk. P.C.C. (1:2:4) in
panels of maximum size 1200mm x 1200mm chequered
finish with 24 SWG chicken wiremesh interposed in
between finished smooth with joints between panels
sealed with suitable polyurethane sealant; providing fillets
of 75 mm radius with P.C.C. (1:2:4) at junctions of
horizontal and vertical surfaces finished smooth;
providing 450mm x 450mm khuras (rain water collecting
pits) in 1:2:4 cement concrete at all outlets, levelled down
by min. 25mm, finishing, curing etc. all complete as per
approved manufacturer's standard specifications and
recommendations. .

84 A006.12.01 Cement supplied by the contractor at their cost Sq.M 4700

85 A007.00.00 WHITEWASHING, PAINTING & POLISHING


86 A007.03.00 Providing and applying two or more coats (to give a Sq.M 3700
smooth and even shade) of premium plastic emulsion
paint conforming to IS:5411 of approved make and shade
including cleaning and preperation of surface consisting
of application of Plaster of Paris punning over entire
surface, filling all holes and depressions with plaster of
Paris, applying a coat of cement primer, two or more
coats of oil based putty (as per manufacturer's
recommendations to give a paste like putty),

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 16 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 594 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
sandpapering etc. all complete.
87 A007.04.00 Providing and applying two coats of distempering of
approved quality and shade including cleaning and
preparation of surfaces etc. all complete.
88 A007.04.02 Oil bound distempering conforming to IS : 428 including Sq.M 6660
preparation of surfaces (making good of uneven plaster
with plaster of paris mixed with water, sand papering),
providing a priming coat of alkali resistant/ distemper
primer.
89 A007.09.00 Providing and applying textured wall coating system
consisting of twin pack fine grade silica granules/ dry
flakes made of special grade of china clay/ granite type
flakes of `Heritage' or equivalent in approved shade and
texture; mixed in-situ with 100% acrylic polymer bonding
agent; applied over plastered surfaces; the granules/
flakes etc., bonding material, mixing, method of
application surface preperation etc. all shall be as per
manufacturer's recommendations and specifications.
90 A007.09.01 Providing and applying textured granular type wall Sq.M 380
coating.
91 A007.11.00 Providing and applying/ finishing the walls/ RCC surfaces SQM 4000
with Premium Acrylic smooth exterior paint with silicon
additives with low VOC (Volatile Organic Compound)
content (Snowcryl-XT of 'Snowcem India Ltd. or approved
equivalent) of required shades on new work applied in
two or more coats at the rate of 1.43 ltr/ 10 sq.m over and
including base coat of waterproof cement paint (of
Snowcem Plus or approved equivalent) including
cleaning, preparation of surfaces, curing etc. all complete.

92 A008.00.00 ROOFING

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 17 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 595 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
93 A008.10.00 Providing and fixing 40mm x 6mm M.S. flat wind ties over RM 25
sheeting with anticorrosive polymer coated G.I. nuts,
bolts, polymer cap, seal and thrust washers of approved
make iincluding painting with two coats of synthetic
enamel paint of approved make over a coat of approved
quality red oxide zinc chromate primer etc.all complete.
94 A008.12.00 Providing and fixing rain water pipes with M.S. holder
clamps including fixing/embedding into
masonry/concrete, providing connections like shoes,
vents, specials, bends etc. fixing in perfect plumb etc. all
complete.
95 A008.12.05 110mm dia O.D. Size. exposed PVC rain water pipe RM 10
jointed with bonding solution of approved quality and
make with pressure rating of 4kg/cm2 including clamps,
connections etc. all as per approved manufacturer's
details.
96 A008.12.07 110mm dia O.D. Size. embedded PVC rain water pipe RM 25
jointed with bonding solution of approved quality and
make with pressure rating of 4kg/cm2 including clamps,
connections etc. all as per approved manufacturer's
details.
97 A008.12.08 160mm dia O.D. Size. embedded PVC rain water pipe RM 250
jointed with bonding solution of approved quality and
make with pressure rating of 4kg/cm2 including clamps,
connections etc. all as per approved manufacturer's
details
98 A008.17.00 Providing and laying in position approved quality profiled, Sq.M 2000
precoated, steel sheets (for roofing, cladding etc.) made
from cold rolled high tensile Zincalume/ Galvalume Steel
of 550 MPA yield stress conforming to IS:513, IS:15961
and ASTM AS: 1397; the substrate shall be hot dip
metallic coating of aluminium- zinc alloy (150 grams per
sq. mtr. Total on both sides, coating class AZ150); the

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 18 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 596 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
bottom unexposed surface shall be provided with alkyd
backer of minimum 5 microns over a 5 micron coat of
primer; top exposed surface shall have SDP (Super
Durable Polyester) paint system MINIMUM 20 microns in
approved shade applied over 5 microns primer; overall
coated thickness of sheets not less than 0.52 mm having
base metal thickness of minimum 0.45mm (negative
tolerance not acceptable), profile depth not less than
28mm and pitch of 195 to 255mm; including cutting,
mitering, laps, providing cutouts for fixing accessories,
necessary fastners (approved quality anti corrosive
polyester polymer coated, rivets, nuts, bolts, self drilling
screws/ fasteners with integral washers and EPDM seals,
and nylon colour caps and natural cure type joint sealants
etc.) All complete as per approved manufacturer's
specifications.
Note: The steel sheet shall have brand marking of coated
steel manufacturer (product details, date, mfg name, etc)
on back side at regular interval confirming genuinity of the
material.
99 A008.18.00 Providing and laying in position roofing and cladding Sq.M 400
accessories like ridge piece, corner piece, north light
curve piece, apron piece, gutter, flashing etc. fabricated
out of 0.5mm precoated Zincalume/ Galvalume Steel
steel sheets of same material/ quality etc. as that of
sheeting; bent and profiled to match with the roofing and
cladding, including all cutting, fabrication, rivetting,
fastners etc. all complete.
100 A008.20.00 Providing and fixing in position (for roofing and cladding) Sq.M 190
machine made 2mm thick corrugated polycarbonate
sheets (conforming to IS :14434, 14443) of approved
manufacturer (in approved shade) extruded from
polycarbonate resin, having profiles as approved/
matching exactly with the surrounding pre-coated roofing/
cladding sheets and having following properties:

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 19 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 597 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
(a) Specific gravity 1.2 g/ cm3
(b) Hardness 119 M Scale
(c) Tensile Strength 64 Mpa
(d) Compressive strength 66Mpa
(e) Impact Strength 900 J/m
The item includes fixing to steel structure members
(truss/ purlins)/ brick masonry walls by means of polymer
coated 'J' or 'L' hooks, bolts, nuts 8mm dia G.I. bitumen
washers etc. all complete as per approved
manufacturer's recommendations and specifications.

101 A009.00.00 SANITARY FITTINGS & FIXTURES


102 A009.01.00 Providing and fixing white glazed Earthenware Orissa pan Unit 1
type water closet with integral footrest of 550mmx440mm
size conforming to IS : 2556, Part - III including glazed
earthenware flushing cistern supported on MS brackets
conforming to IS:774 of 10 litre capacity with CP brass
handles,32mm dia telescopic flush pipe with fittings &
clamps,15 mm dia overflow pipe with mosquitoproof
net,15mm dia PVC connection pipe 450mm long,painting
of all exposed metalic surfaces with 2 coats of approved
shade and quality synthetic enamel paint (ICI or approved
equivalent) over a priming coat of approved qualityred
oxide zinc chromate, cutting walls, floors and making
good of same,finishing, soldered joints, making inlet/
outlet connections,providing min. 150mm thick sand
cushion, finishing etc. all complete.
103 A009.02.00 Providing and fixing white glazed Earthen ware double Unit 5
trap, syphonic pattern wash down water closet
conforming to IS : 2556 Part II including white plastic solid
seat and cover conforming to IS : 2548, CP brass hinges
and rubber buffers,10 litres capacity glazed Earthenware
low level cistern conforming to IS:774 with internal
overflow system & fittings,CP brass 40mm dia flush

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 20 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 598 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
pipe,15 mm dia ,450mm long PVC connection pipe,ball
valve, painting of all exposed matalic surfaces with 2
coats of approved shade and quality synthetic enamel
paint (ICI or approved equivalent) over a priming coat of
approved quality red oxide zinc chromate, cutting walls,
floors and making good of same, making inlet and outlet
connections, finishing etc. all complete.
104 A009.03.00 Providing and fixing white glazed ceramic, flat back half
stall type Urinals of 610mm x 400mm x 380mm size
conforming to IS:2556 Part-VI including automatic glazed
Earthenware cistern for every one 15mm dia CP brass
cistern outlet 750mm long,32mm dia GI waste pipe with
brass union,CP brass bottle trap,CP brass
spreader,tee,distribution pipe etc.,MS brackets for cistern,
painting of all exposed mettalic surface with 2 coats of
approved shade and quality synthetic enamel paint (ICI or
approved equivalent) over a priming coat of approved
quality red oxide zinc chromate, making inlet and outlet
connections, fixing with C.P. brass screws, finishing etc.
all complete.
105 A009.03.01 One urinal.(with 5 litre capacity cistern) Unit 5

106 A009.05.00 Providing and fixing glazed Earthenware Hand Wash


Basin with antisplash rims on 3 sides, of 550mm x
400mm size conforming to IS : 2556 Part-IV, including
approved M.S./C.I. brackets conforming to IS : 775, one
15mm dia CP brass pillar cock, rubber plug with CP brass
chain,32mm CP Waste fitting of standard pattern pipe
with 32mm dia GI pipe, C.P. brass bottle trap, cutting
walls, floors and making good the same, painting all
exposed metallic surfaces with 2 coats of approved
shade and quality synthetic enamel paint (ICI or approved
equivalent) over an approved quality priming coat of red
oxide zinc chromate making all connections, finishing etc.
all complete.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 21 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 599 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
107 A009.05.02 Providing Hand wash basin of approved colour Unit 5
earthenware of approved shape ( Oval etc. ) with
pedestal.
108 A009.08.00 Providing and fixing 600mm x 120mm x 4mm thick Glass Unit 5
shelf of approved quality with CP brass bracket and guard
rails including fixing to wall with wooden cleats and CP
brass screws, cutting walls and making good the same,
finishing etc.all complete.
109 A009.09.00 Providing and fixing approved quality chromium plated Unit 8
brass towel rail of 20mm dia, 600mm length and 1.25mm
thickness including fixing to wall with wooden cleats and
CP brass screws, cutting walls and making good the
same, finishing etc. all complete.
110 A009.10.00 Providing and fixing approved quality chromium plated Unit 8
liquid soap container including fixing to wall with wooden
cleats and CP brass screws, cutting walls and making
good the same,finishing etc. all complete.
111 A009.11.00 Providing and fixing Heavy grade Bib cocks/ stop cocks
of spring loaded self closing type conforming to IS : 781
including making connections, cutting walls and making
good the same etc. all complete.
112 A009.11.01 15mm dia CP Brass stop cock. Unit 29

113 A009.11.02 15mm dia CP Brass bib cock. Unit 8

114 A009.14.00 Providing and fixing CP Brass Toilet paper holder of Unit 8
approved make with CP brass brackets including fixing to
wall with wooden cleats, CP brass screws,cutting walls
and making good the same, finishing etc. all complete.
115 A009.15.00 Providing and fixing in position round/ oval shaped
counter Hand Wash Basin with anti-splash rims,
conforming to IS:2556 Part IV, to fit in exactly and neatly
in the cutout in the marble/ granite stone finished R.C.C

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 22 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 600 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
counter; one 15mm dia CP brass pillar cock, rubber plug
with C.P. brass chain, 32mm C.P. waste fitting of
standard pattern type with 32mm dia G.I. pipe, C.P. brass
bottle trap, cutting walls, counter etc. and making good
the same, also including providing cut out in marble/
granite slab counter top (and R.C.C underneath) of exact
size and shape for wash basin to fit in neatly and
perfectly; making all connections, finishing etc. all
complete. (Marble/ Granite counter top shall be paid
seperately under relevant item of `Floor Finishing')
116 A009.15.02 Providing round/ oval shaped counter Wash Basin of Nos. 3
glazed chinaware in approved colour.
117 A009.16.00 Providing and fixing stainless steel Kitchen/ Laboratory Nos. 2
sink of approx. Size 610mm x 450mm x 200mm made of
min. 1mm thick stainless steel sheet of `Salem Steel' or
equivalent supported on and including M.S. brackets
conforming to IS: 775; one 15mm dia C.P brass long
body bib cock (if fixed to wall) or swivel type pillar cock (if
fixed to counter), 15mm dia PVC/ G.I. connections to floor
trap with unions etc.; painting all exposed metallic
surfaces with min. 2 coats of synthetic enamel paint of
approved make and shade over acoat of red oxide zinc
chromate primer; cutting floor, walls, counter etc. and
making good the same, making all connections, finishing
etc. all complete.
118 A009.17.00 Providing and fixing minimum 17mm thick polished Sq.M 3
granite stone partitions (in approved quality, shade and
design/ shape) with round edges for urinals including
cutting walls, inserting (up to 100mm depth) and fixing the
slab with Cement Mortar (1 cement : 3 coarse sand by
volume), making good of all damaged work, finishing etc.
all complete
119 A009.18.00 Providing and fixing round edged mirror of 6mm thick Sq.M 8

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 23 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 601 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
float glass with 6mm thick waterproof marine ply backing
and rounded/ beveled edging, fixed on wall with wooden
cleats and CP brass screws including cutting walls/ tiles,
making good the same, finishing etc. all complete.
120 A009.19.00 Providing and fixing CP Brass hand shower (health NOS 8
Faucet, of Jaquar or approved equivalent ) with 8 mm
Dia, 1 metre long PVC Tube and Wall hook in approved
colour and finish with all necessary fittings etc. all
complete.

121 A009.20.00 Providing and fixing approved quality chromium plated NOS 8
brass towel ring of 150mm dia including fixing to wall with
wooden cleats and CP brass screws, cutting walls and
making good the same, finishing etc. all complete.

122 A009.21.00 Providing and fixing approved quality chromium plated NOS 8
brass towel rack with towel rail, of 250mm width and
600mm length including fixing to wall with wooden cleats
and CP brass screws, cutting walls and making good the
same, finishing etc. all complete.

123 A009.22.00 Providing and fixing approved quality chromium plated NOS 8
brass Soap dish of 100mm width and 130mm length
including fixing to wall with wooden cleats and CP brass
screws, cutting walls and making good the same,
finishing etc. all complete.

124 A009.23.00 Providing and fixing white glazed Earthen ware double Unit 3
trap, syphonic pattern wall mounted (European type)
water closet conforming to IS: 2556 Part II including white
plastic solid seat and cover conforming to IS : 2548, CP
brass hinges and rubber buffers, CP brass 40mm dia
flush pipe,15 mm dia, ball valve, painting of all exposed

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 24 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 602 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
metalic surfaces with 2 coats of approved shade and
quality synthetic enamel paint (ICI or approved
equivalent) over a priming coat of approved quality red
oxide zinc chromate, cutting walls, floors and making
good of same, making inlet and outlet connections,
finishing etc. all complete.

125 A009.24.00 Providing and fixing white glazed ceramic, flat back half Unit 2
stall type Urinals of 610mm x 400mm x 380mm size
conforming to IS:2556 Part-VI, having electronic, battery
operated sensor based flushing system of approved
make and model including 32mm dia GI waste pipe with
brass union, CP brass bottle trap, CP brass spreader,
tee, distribution pipe etc., painting of all exposed metallic
surface with 2 coats of approved shade and quality
synthetic enamel paint (ICI or approved equivalent) over a
priming coat of approved quality red oxide zinc chromate,
making inlet and outlet connections, fixing with C.P. brass
screws, finishing etc. all complete.

126 A009.25.00 Providing, fixing, testing and commissioning C.P. brass 2 NOS 3
way bib cock quarter turn type for health faucet of
following make or approved equivalent 15 mm nominal
bore, all complete as per standard design, specifications
and direction of Engineer-in-charge.
127 A009.26.00 Providing, fixing, testing and commissioning C.P. brass NOS 3
wall mount Lavatory faucet mixer for wash basin of
following make or approved equivalent 15 mm nominal
bore, all complete as per standard design, specifications
and direction of Engineer-in-charge.
128 A010.00.00 FALSE CEILING, FALSE FLOORING, UNDERDECK
INSULATION, PARTITIONING
129 A010.03.00 Providing and fixing Mineral Fibre Tile false ceiling

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 25 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 603 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
consisting of A. 600mm x 600mm x 15mm thick Mineral
Fibre Acoustical tiles with durable tegular edging having
noise reduction coefficient (NRC) value of min. 0.50, light
reflectance value of min. 80%,thermal conductivity (K)
value of 0.052-0.057 w/m deg.C and fire performance
conforming to class-I as per BS-476,back of the tiles
being provided with one coat of protective coating. B.
Suspension system consisting of hot dipped galvanised
steel main runners @ max. 1200mm c/c ( 0.33mm
thk.,"T"shaped, 24mm x 38mm size with single rotary
stiching), cross runners ( 0.25mm thk.,"T" shaped with
double rotary stiching, 24mm x 30mm size, 1200mm long
and 24mm x 25mm size, 600mm long ), perimeter
sections ( 0.45mm thick,22mm x 22mm size) including
suspending the system by means of 4mm dia MS
wire,6mm thk. MS cleat of 25mm x 25mm size, dash
fasteners and level adjustors, providing 30 micron powder
coating to exposed metallic members, providing slit
openings for fixing supply/return air grill, lighting fixtures,
AC ducts etc. all complete.
130 A010.03.01 With fine fissured tiles (Acoustical punchers (10mm Sq.M 300
deep) = 24000sm, No. Of fissures (3 to 4mm deep) =
28800sm)
131 A010.09.00 Providing and fixing Tray type Aluminium plank false Sq.M 650
ceiling consisting of 254/305mm x 1264mm or 600mm x
600mm size Aluminium planks (profiled for positive
engagement into clip-in profiles and demounting of
individual planks) manufactured out of 0.7mm thk.
Aluminium alloy 3105/3005/5052 (as per ASTM 209M)
with stove enamelled (coil coated) finish in approved
colour and suspension system consisting of 0.5mm thk.
40mm x 20mm galvanised steel clip-in main runner
profiles (@ 1264mm or 600mm as per plank size)
supported by and including 0.5mm thk. 25mm x 16mm GI
suspension angle,1mm thk. 25mm x 34mm x 76mm

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 26 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 604 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
CRCA zinc plated steel ceiling brackets (@ max.
1264mm c/c or 600mm as per profile) fixed to roof
slab/beam,0.5mm thk. 40mm wide, 105mm high G.I. hold
on clamps slotted for level adjustment, perimeter angles
including providing slit openings for fixing supply/return air
grill, lighting fixtures, AC ducts etc. all complete. .

132 A010.12.00 Providing and fixing in position underdeck insulation Sq.M 1050
consisting of rigid Polyisocyanurate foam (PIR) slabs of
size 1000 x 500mm and thickness of 30mm (covered on
one side with glass fibre tissue/ Aluminium foil having
50mm overlap) conforming to IS:12436 having density not
less than 32 kg./ Cu. M., thermal conductivity (K- value)
not more than 0.023 w/mk measured at 10 deg. C;
classified as 'Class I' for surface spread of flame as per
BS 476, part 7; fixed to R.C.C. slab by hot blow grade
bitumen of 85/25 grade or cold adhesive CPRX applied
over a coat of bituminous primer @ 0.5 Litres/ Sq.M.
applied to bare R.C.C. surface and to the two surface of
each PIR panel and pressed in position (while the
bitumen is still tacky) with the help of G.I. screws (No. 8 x
75mm long) fixed into rawl plugs (holes in R.C.C. for the
rawl plugs shall be drilled prior to applying coat of
bituminous primer) of size 8 x 25mm inserted (5 nos. for
each slab- One each at 4 corners and one at center) and
G.I washers 25mm dia; including covering the overlaps
with approved quality sealing compound (MAS-94 or
equivalent); chicken wire mesh 24G x 19mm shall then
be fixed to G.I screws and tightened with lacing wire;
including preparation of surface consisting of cleaning
R.C.C surface of all dust, dirt and loose particles by wire
brushing; etc. all complete as per approved
manufacturer's standard specifications and
recommendations.
133 A010.15.00 Providing and installing/ fixing in position 600mm-

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 27 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 605 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1000mm high truly levelled and aligned cavity/ false
flooring system having load bearing capacity of uniformly
distributed load of minimum 2025 kg/ sq.m. and point
load of 675 Kg., the system consisting of:
(i) Sub-structure/ pedestal assembly (designed for
speedy assembly/ removal for relocation/ maintenance)
of zinc electro plated steel comprising of:
a. 90mm x 90mm x 4mm embossed pedestal head
attachment mechanically riveted to a 90mm long,
minimum 19mm dia threaded bright M.S. rod stud with
check nuts for level adjustment (for upto 25mm) and
arresting vertical movement, anti-vibrational PVC cap (for
panel and stringer location),
b. CRCA (Electrical resistant welded) Pedestal of 32mm
dia (OD), 2mm thick pipe mechanically reduced to four
ribs at top to accommodate head assembly, mechanically
locked to maintain true plumb welded to pedestal base
plate.
c. Pedestal Base plate 150mm x 150mm x 4mm thick
(with stiffening folds) fixed/ anchored to main concrete
floor @ 600mm c/c both ways (for installing flooring tiles)
by means of adhesive or fastener as recommended by
Manufacturer.
(ii) Stringers of minimum sectional size 20mm x 32mm x
1.2mm made of hot dip galvanized steel cold rolled
construction with ribs embossed on 3 sides (designed for
strength, lateral stability, rolling loads and to support
panels on all four sides for alignment), having counter
sunk holes at both ends for fixing to pedestal head
assembly with M6 machine screws.
(iii) Removable and re-usable Floor panels of size
600mm x 600mm made of all steel welded construction
(cleaned, degreased and phosphated with 11 tank
process, finished with 40-60 micron epoxy coating (and,
heated to achieve adhesion to the panel surface and
corrosion resistance) with bottom surface consisting of

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 28 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 606 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
multiple hemispherical and reverse cones and top plain
sheet (fuse welded at 129 locations) to form an enclosed
panel of an overall depth 37mm; the inner empty core of
the panel injected with light weight fire retardant, non-
combustible cementitious compound (at high pressure to
fill all crevices of the panel), each panel finished on top
with 2mm thick fire retardant floor grade high pressure
laminate/ 2mm thick anti-static PVC tiles in approved
design/ shade/ texture; fixed to flooring panel by means of
approved adhesive; the edges of the finished panels
provided with conductive PVC edge trim 5mm wide on all
sides (mechanically locked and sealed in place).
The item includes:
i) Providing and fixing all accessories like screws, bolts,
adhesive etc. as per manufacturer's specifications.
ii) Making necessary adjustment in grid dimensions,
stringer lengths, floor panel dimensions etc. at ends or
centre (to cater to specific room sizes) or at panels
locations, as required.
iii) Cutting of floor panels as required at ends.
iv) Treating the underneath cement concrete floor with
one component polyurethane floor coating etc. all
complete.
v) Providing additional steel structural supports/ pedestal
assembly at edges, cut outs etc. as required.
vi) Providing all necessary accessories such as outlet
boxes, grommets, Panel lifters (at least one for each
building) as required etc. all complete.
134 A010.15.01 False flooring panels with 2mm thick fire retardant floor Sq.M 220
grade high pressure laminate conforming to BS : 476 part
- 7 on a semi-automated lamination line in approved
design/ shade/ texture.
135 A010.17.00 Providing and fixing false ceiling at all height including
providing and fixing of frame work made of special
sections, power pressed from M.S. sheets and galvanized

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 29 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 607 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
with zinc coating of 120 gms/sqm (both side inclusive) as
per IS : 277 and consisting of angle cleats of size 25 mm
wide x 1.6 mm thick with flanges of 27 mm and 37mm, at
1200 mm centre to centre, one flange fixed to the ceiling
with dash fastener 12.5 mm dia x 50mm long with 6mm
dia bolts, other flange of cleat fixed to the angle hangers
of 25x10x0.50 mm of required length with nuts & bolts of
required size and other end of angle hanger fixed with
intermediate G.I. channels 45x15x0.9 mm running at the
spacing of 1200 mm centre to centre, to which the ceiling
section 0.5 mm thick bottom wedge of 80 mm with
tapered flanges of 26 mm each having lips of 10.5 mm, at
450 mm centre to centre, shall be fixed in a direction
perpendicular to G.I. intermediate channel with
connecting clips made out of 2.64 mm dia x 230 mm long
G.I. wire at every junction, including fixing perimeter
channels 0.5 mm thick 27 mm high having flanges of 20
mm and 30 mm long, the perimeter of ceiling fixed to
wall/partition with the help of rawl plugs at 450 mm
centre, with 25mm long dry wall screws @ 230 mm
interval, including fixing of gypsum board to ceiling
section and perimeter channel with the help of dry wall
screws of size 3.5 x 25 mm at 230 mm c/c, including
jointing and finishing to a flush finish of tapered and
square edges of the board with recomme-nded jointing
compound , jointing tapes , finishing with jointing
compound in 3 layers covering upto 150 mm on both
sides of joint and two coats of primer suitable for board,
all as per manufacturer¿s specification and also including
the cost of making openings for light fittings, grills,
diffusers, cutouts made with frame of perimeter channels
suitably fixed, all complete as per drawings, specification
and direction of the Engineer in Charge but excluding the
cost of painting with:
136 A010.17.03 12.5 mm thick tapered edge gypsum moisture resistant Sq.M 300
board

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 30 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 608 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
137 A011.00.00 MISCELLANEOUS ITEMS
138 A011.05.00 Providing and laying plinth protection around the building
perimeter consisting of a layer of 150mm thick
compacted sand and 100mm thick M-15 grade concrete
top layer laid to slope including trowel finishing the top
layer, finishing, curing including excavation, disposal of
Earth work, etc. all complete.
139 A011.05.01 Cement supplied by the Contractor at their cost. Sq.M 500

140 A011.07.00 Providing and fixing in position 50mm dia GI pipe spouts RM 5
to slope for drainage of canopy, chajja etc., including
puncturing the masonry /RCC and grouting with M-15
grade concrete, finishing etc. all complete.
141 A011.15.00 Providing and fixing 2000mm high transformer gates Sq.M 120
consisting of 50mm x 50mm x 6mm M.S. angle frame
braced with 50mm x 50mm x 6mm thick M.S. Tee
stiffeners, 50mm x 50mm x 8mm gauge welded mesh
fixed to the frame by 25mm x 3mm M.S. flat beading
including fixing the gate to masonry/RCC by M.S. hinge
arrangement (65mm x 65mmx 6mm M.S. angles, bolt,
washers) and M.S. hold fast grouted with M-15 grade
concrete, providing and fixing M.S. pivot arrangement,
MS aldrop, M.S. tower bolts, double coat of approved
shade and make sythetic enamel paint over a coat of
approved quality red oxide zinc chromate primer, finishing
etc. all complete as per EIL-STD No. 7-75-0051, 0052
ensuring smooth operation of the gate.

142 A011.22.00 Supplying, assembling and installing 1000 mm high satin RM 120
finish stainless steel (SS 304 grade) tubular railing of
approved design in staircases, ramps, around floor cut
outs etc. consisting of:
1. 50mm dia SS pipe top handrail
2. 32 mm dia SS pipe balusters (at every third step for

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 31 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 609 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
staircase, @ maximum 1200mm c/c for ramp, floor
cutouts)
3. 3 nos minimum 18mm dia SS pipe intermediate
handrails.
Including:
1. Fixing balusters to floor with 4 nos bolts änd 8mm
thick, 100mm dia SS base plate & SS cap/collar.
2. Fixing top handrail to the balusters with 12mm dia SS
bar connector & 6mm thick SS saddle plate.
3. Fixing intermediate handrails to the balusters with
12mm dia SS bar connector.
4. All end caps, decorative caps over
balustrades,necessary bending, welding, polishing of all
welded joints (Length of top handrail shall be measured
for payment).

143 A011.26.00 Providing and fixing in position Steel Entrance Gates Sq M 60


consisting of 40mm x 80mm x 3.2mm M.S. tubular frame,
80mm x 40mm x 3.2mm rectangular M.S. hollow sections
& 32x32x2.6 mm MS rectangular hollow sections, both
horizontal & vertical members welded to the framework
and intermediate curved rectangular hollow section as per
standard design, locking arrangement, 25mm thick,
75mm dia M.S. wheel with ball bearing including fixing the
gate to RCC/ masonry by M.S. hinge arrangement
(fabricated/ machined as per detail) and M.S. hold fast
(25 x 6 x 200mm long) grouted with M-20 grade concrete,
providing and fixing M.S. pivot, 50mm x 50mm x 6mm
M.S. Tee bent to shape and embedded in road surface
for gate opening track, gate stopper, painting the gate
with approved shade and quality synthetic enamel paint
(two coats) and a coat of approved quality primer,
ensuring smooth operation of the gate etc. all complete
as per EIL- STD-No. 7-75-0054.
144 A016.00.00 Fire rated Doors/ Windows and Partitions

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 32 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 610 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
145 A016.01.00 Providing and fixing 2 hours fire rated, fully glazed, single Sq M 6
shutter doors consisting of steel door frame, shutter
including stiles, rails, insulation, transparent glass,
sealant and hardware such as hinges, door closer, motice
lock, handle, door stopper including fixing with masonry,
partition etc. all complete as per specification and
approved Manufacturer's details.

146 A016.02.00 Providing and fixing 2 hours fire rated, fully glazed, double Sq M 12
shutter doors consisting of steel door frame, shutter
including stiles, rails, insulation, transparent glass,
sealant and hardware such as hinges, door closer, motice
lock, handle, door stopper including fixing with masonry,
partition etc. all complete as per specification and
approved
Manufacturer's details.

147 A016.04.00 Providing and fixing 2 hours fire rated, fully glazed, double Sq M 5
shutter doors consisting of steel door frame, shutter
including stiles, rails, insulation, transparent glass,
sealant and hardware such as hinges, panic bar, locks/
trims for panic bar, door closer, door stopper, concealed
flush bolt including fixing with masonry, partition etc. all
complete as per Specification and approved
Manufacturer's details.

148 A016.05.00 Providing and fixing 2 hours fire rated, single shutter steel Sq M 6
doors consisting of steel door frame, shutter, vision panel,
insulation and hardware such as hinges, door closer,
motice lock, handle, door stopper including fixing with
masonry, partition etc. all complete as per specification
and approved Manufacturer's details.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 33 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 611 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
149 A016.06.00 Providing and fixing 2 hours fire rated, double shutter Sq M 12
steel doors consisting of steel door frame, shutter, vision
panel, insulation and hardware such as hinges, door
closer, motice lock, handle, door stopper including fixing
with masonry, partition etc. all complete as per
specification and approved Manufacturer's details.

150 A016.08.00 Providing and fixing 2 hours fire rated, double shutter Sq M 12
steel doors consisting of steel door frame, shutter, vision
panel, insulation and hardware such as hinges hinges,
panic bar, locks/ trims for panic bar, door closer, door
stopper, concealed flush bolt including fixing with
masonry, partition etc. all complete as per specification
and approved Manufacturer's details.

151 A016.09.00 Providing and fixing 2 hours fire rated, glazed partition of Sq M 20
desired design consisting of steel frame, insulation and
transparent glass and glazing beading, matrix mineral
boards, intumescent putty, fire resistant acrylic sealant
etc. all complete including preparing fabrication/
installation drawings including fixing with masonry,
partition etc. all complete as per specification and
approved Manufacturer's details.

152 A999.00.00 Miscellaneous


153 A999.99.00 Miscellaneous
154 A999.99.99V01 Providing & fixing Louvered portion of Aluminium KG 90
windows/ ventilators made of heavy duty louvers of
Aluminium sections (JINDAL or approved equivalent) with
similar finishing of windows/ ventilators. (Refer ITEM no.
A004.04.13 & A004.04.14 for other details)
155 GC GENERAL CIVIL

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 34 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 612 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
156 C025.00.00 MISC. CIVIL AND STRUCTURAL WORKS FOR U/G
PIPING AND OTHER CIVIL WORKS
157 C025.15.00 Providing and laying brick masonry with locally available
bricks of specified class (Brick of class lower than
specified shall not be accepted) in cement mortar 1:4 (1
cement : 4 Coarse sand) in one or more brick thickness
and in any shape in foundation and plinth for valve pits,
drains, circular/square maholes, wing walls, etc. including
providing recesses, openings, etc. including curing,
finishing the joints flush below ground level and raking out
joints in plinth with all labour and material, etc. complete
as per drawings, specifications and direction of Engineer-
in-Charge. For following Brick Class.
158 C025.15.02V03 All materials including cement supplied by the Contractor CU.M. 2
and.
( Brick Class - 5 )

159 C025.16.00 Providing 13mm thick average cement plaster in cement


mortar 1:3 (1 cement: 3 sand) on brick walls/stone
masonry/pitching or on concrete surfaces for manholes,
valves pits, culverts, wing walls, etc. including cleaning
and preparation of the surface, scaffolding, curing etc. for
all depths and heights complete as per drawings
specifications and direction of Engineer-in-Charge.
160 C025.16.02 All materials including cement supplied by the Contractor. SQ.M. 25

161 C025.25.00 Providing cement mortar grouting on brick masonry wall


for filling free space between pipe body and masonry
wall/concrete wall with 1:2 (1 cement: 2 sand) mortar
including packing, consolidating, curing, finishing, etc.
complete as per drawings specifications and directions of
Engineer-in-Charge.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 35 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 613 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
162 C025.25.02 All materials including cement supplied by the Contractor. CU.M. 35

163 C025.39.00 Supply and laying of gravel/ crush stone ofsize ranging SQM 5
between 27mm to 37mm in compacted thickness of
100mm in valve pit, open area within the unit battery limit
or at any other place as directed, etc. complete as per
drawings, specifications and direction of Engineer-in-
Charge.
164 C025.53.00 Supplying, construction , testing & commissioning of RCC
Neutralisation pit of M-30 grade concrete , providing lean
concrete 1:5:10 (1 cement : 5 sand : 10 aggregate) at
bottom of Neutralisation pit and PCC 1:2:4 at Finished
Grade Level, rungs, lime fill, acid proof lining, chequered
plate with lifting hooks, grouting in 1:2 cement mortar(1
cement :2 sand ), painting with bitumen primer and Epoxy
paint, grouting between pipe and pit wall in 1:2 cement
mortar (1 cement : 2 sand), reinforcement steel including
straightening, cleaning, cutting, bending, keeping in
proper position, centering, shuttering etc. including earth
work in excavation in all type of soil except soft rock and
hard rock, backfilling & disposal of surplus earth for all
leads within the complex limit etc. complete as per
standards, drawings, specifications and directions of
Engineer-in-charge.
165 C025.53.02 All material including cement supplied by the Contractor EACH 1

166 C027.00.00 UNDERGROUND SEWER SYSTEM - RCC PIPES


(Spec. No. 6-65-0042)
167 C027.06.00 Supplying and laying underground R.C.C. pipes sewers
with socket and spigot ends conforming to IS:458 of
approved make, to proper grade and alignment, including
earthwork in excavation in all types of soil except soft and
hard rock for pipe trenches, etc. including dewatering,
shoring and shuttering if necessary, dressing of sides,

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 36 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 614 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
leveling, grading and ramming of bottoms, cutting the
R.C.C. pipes to required lengths, lowering the pipes,
jointing, including connecting the pipes to manholes and
grouting the pipe body with manhole wall using cement
mortar 1:2 (1 cement : 2 sand), testing, draining of water
and cleaning of pipe after testing, backfilling the trenches
with select material from available excavated soil
including re excavating the deposited soil excavated
earlier breaking clods and laying in layers of 15cm
compacted thickness , watering and compacting with
mechanical means like vibro rammers etc. to 90%
standard proctor density as per IS:2720 Part-VII, making
good the surface, including cutting of roads wherever
required and making good the same, disposal of surplus
earth/ unserviceable material to demarcated area
anywhere within the complex limit etc. complete for all
depths as per drawings, specifications and instructions of
Engineer-in-Charge.(All material shall be supplied by
contractor) For following Pipe size (mm) and Class(The
following pipe sizes are all internal diameter of the pipes)
168 C027.06.01V35 M 15

( Dia (Internal) - 100 mm, Piping Material Class - np2 )

169 C029.00.00 UNDERGROUND SEWER SYSTEM-HDPE PIPES


(Spec. No. 6-65-0044)
170 C029.03.00 UNDERGROUND SEWER SYSTEM-HDPE PIPES
(Spec. No. 6-65-0044) :- Supplying and laying HDPE
pipes conforming to IS:4984 of approved make to proper
grade and alignment, including earthwork in excavation
for trenches etc. in all types of soil except soft and hard
rock including dewatering till completion of subsequent
works, shoring and strutting, if necessary, dressing the
sides, leveling, grading and ramming the bottom, jointing
the pipes using hot plates as per manufacturer's

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 37 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 615 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
recommendation, lowering, providing and laying 1:5:10 (1
cement : 5 sand : 10 aggregate) plain cement concrete of
minimum 100mm thickness on bottom and side of pipe
as directed, connecting the pipes to manholes and
grouting the pipes to manhole/valve chamber walls,
including supplying and fixing the specials and fittings,
such as bends, reducers, tees, elbows, caps etc.
conforming to IS:8008 or fabricated from pipes as per
specification, supplying and fixing of flanges, fixing of on-
line valves, including fixing of bolts, nuts and gaskets etc.
as per specifications, testing, draining of water and
cleaning of pipes after testing, backfilling the trenches
with select material from available excavated soil
including re excavating the deposited soil excavated
earlier breaking clods and laying in layers of 15cm
compacted thickness, watering and compacting with
mechanical means like vibro rammers etc. to 90%
standard proctor density as per IS:2720 Part-VII, making
good the surface, disposal of surplus earth/ unserviceable
material to demarcated area anywhere within the complex
limit, cutting of road wherever required, making good the
same etc. complete for all depths as per drawings,
specification and instruction of Engineer-in- Charge. For
the following nominal diameter (mm) Pressure
Rating(Kg/Cm2)
171 C029.03.01V07 M 15

( Dia (Internal) - 100 mm, Pressure Rating - 2.5 Kg/sqcm


)
172 C034.00.00 PLUMBING AND BUILDING DRAINAGE (Spec. No. 6-
65-0053)
173 C034.07.00 Supplying and fixing gun metal globe valve conforming to
IS:778, complete as per specifications and directions of
Engineer-in-Charge.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 38 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 616 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
174 C034.07.01V01 EACH 3

( Dia - 40 mm )

175 C034.07.01V03 EACH 6

( Dia - 25 mm )

176 C034.07.01V05 EACH 3

( Dia - 32 mm )

177 C034.07.01V09 EACH 6

( Dia - 20 mm )

178 C034.14.00 Construction of soak pit conforming to IS:2470 Part-I and


as per EIL drg. No. 7-65-0217, masonry, filling and hand
packing brick bats of size ranging between 40mm to 50,
connecting with septic tank with necessary fittings, piping
etc.including excavation, back filling and disposal of
surplus earth for all leads, complete as per drawings,
specifications and directions of Engineer-in-Charge. for
following users
179 C034.14.01V03 EACH 1

( Users - 20 NOS )

180 C034.21.00 Providing and fixing approved stone ware


100mmx100mm dia. gully trap as per EIL Std. no.7-65-
0214 including grating with CI frame and cover
300mmx300mm including brick masonry (brick class
shall be as mentioned below) chamber in 1:4 cement
mortar( 1 cement: 4 sand) on M-20 grade cement
concrete foundation, plastered inside and outside
surfaces with 1:3 cement mortar (1 cement: 3 sand) with
13mm average thickness including providing and fixing
light duty CI frame and cover, painting CI frame and cover

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 39 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 617 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
with two coats of chlorinated rubber zinc phosphate
primer @ 40µ DFT per coat and finish painting consists of
two coats of chlorinated rubber paint @40µ DFT per
coat, earth work in excavation, backfilling, removal of
surplus earth, benching with M-20 grade cement concrete
and rendering smooth with a neat coat of cement slurry
etc. all complete as per drawings, specifications and
directions of Engineer-in-Charge.
181 C034.21.02V01 All materials including cement supplied by contractor and EACH 6

( Brick Class - 5 )

182 C034.22.00 Construction as per EIL Std.7-65-0215 of brick masonry


(brick class shall be as mentioned below) inspection
chambers/manholes of 750mmx750mm internal size
1000mm deep(Max.) in cement mortar 1:4 (1 cement: 4
sand) with CI frame and cover 500mm clear dia, (circular
Medium duty of grade MD-10) conforming to IS:1726
fixed on RCC slab of M-30 grade, necessary excavation,
supplying, fixing 4 Nos. 16mm dia M.S. rungs, M-20
grade foundation concrete 1:3 cement mortar(1 cement:
3 sand) plastering of 13mm average thickness for inside
& 16mm avg. thickness for outside exposed surfaces,
backfilling, disposal of surplus earth upto a lead of 100M,
benching with M-20 grade cement concrete and rendering
smooth with a neat coat of cement slurry, painting the C.I.
frame and cover with two coats of chlorinated rubber zinc
phosphate primer @ 40µ DFT per coat and finish painting
consists of two coats of chlorinated rubber paint @40µ
DFT per coat etc. all complete as per drawings,
specifications and directions of Engineer-in-Charge.
183 C034.22.02V01 All materials including cement supplied by contractor and EACH 6

( Brick Class - 5 )

184 C034.23.00 Construction, supplying, installation, testing and

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 40 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 618 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
commissioning of septic tank as per standards and
IS:2470 Part-I , with all necessary accessories like inlet,
outlet vent pipes, manhole covers, rungs etc. including
earthwork in excavation in all type of soil except soft and
hard rock, backfilling and disposal of surplus earth for all
leads etc. complete as per standards, drawings,
specifications and directions of Engineer-in-Charge.
185 C034.23.02V03 All material including cement supplied by contractor for EACH 1

( Users - 20 NOS )

186 C034.25.00 Supplying, laying and fixing 3 layer PP-R (Poly Propylene
Random copolymer) pipes above ground. Pipes shall
conform to IS:15801; SDR 7.4 U V stabilized &
antimicrobial fusion welded, having thermal stability for
hot & cold water supply, including supply and fixing of all
PP-R plain & brass threaded polypropylene random
fittings, PP-R Male adopters, including fixing in floors,
walls, supporting on columns, sleepers, embedding,
jointing, including bends, elbows, tees, reducers, sockets,
unions and other specials, supplying and fixing with
hooks/clamps in wooden plugs, cutting pipes to required
lengths, making connections, cutting chases or holes in
walls & making good the same, testing etc all complete
as per drawings, manufacturer specifications and
directions of Engineer-in-Charge. For the following
Nominal Bore (NB) pipe:
187 C034.25.01V04 M 25

( Nominal Dia - 20 mm )

188 C034.25.01V05 M 50

( Nominal Dia - 25 mm )

189 C034.25.01V06 M 20

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 41 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 619 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
( Nominal Dia - 32 mm )

190 C034.25.01V07 M 15

( Nominal Dia - 40 mm )

191 C034.27.00 Supplying, laying and jointing of above ground approved


quality UPVC pipes to be used for soil and waste
discharge application inside buildings confirming to
IS:13592 (Type-B) and fittings confirming to IS: 14735
with all necessary specials such as bends, Y junction, T
junction (both single and double) plugs, coupler, adapter,
shoes etc. including solvent welded jointing and testing as
per IS: 7634 (Part-3), cutting floors/walls and making
good the same after fixing including supply and fixing
hooks/ clamps etc. complete as per drawings,
specifications and directions of Engineer-in-Charge. For
the following Nominal Bore (NB) pipe:
192 C034.27.02V05 (All material including cement supplied by contractor) M 15

( Nominal Dia - 75 mm )

193 C034.27.02V06 (All material including cement supplied by contractor) M 15

( Nominal Dia - 90 mm )

194 C034.28.00 Supplying, laying and jointing of underground approved


quality UPVC pipes to be used for soil and waste
discharge application inside buildings confirming to
IS:13592 (Type-B) and fittings confirming to IS: 14735
with all necessary specials such as bends, Y junction, T
junction (both single and double), plugs, coupler, adapter
etc. including solvent welded jointing and testing as per
IS: 7634 (Part-3), cutting in floors, earth work in
excavation, encasing the pipe in 50mm thick PCC M20,
backfilling and disposal of surplus earth / debris to
demarcated area anywhere within plant complex limit etc.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 42 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 620 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
complete as per drawings, specifications and directions of
Engineer-in-Complete. For the following Nominal Bore
(NB) pipe:
195 C034.28.02V03 (All materials including cement supplied by contractor) M 45

( Nominal Dia - 75 mm )

196 C034.28.02V04 (All materials including cement supplied by contractor) M 35

( Nominal Dia - 90 mm )

197 C034.34.00 Supply and installation on terrace, circular drinking water


tank, of polyethylene with PUF insulation for temprature
control, material conforming to BIS codes including
supply and installation of all fittings, cover with suitable
locking arrangement, float valve, making necessary holes
for inlet, outlet and overflow connection and vent pipe etc.
and the base supports for tank including supply of all
necessary material all complete as per specifications and
directions of Engineer-in-charge. For following capacities
198 C034.34.01V02 EACH 5

( Capacity - 1000 Litres )

199 C034.35.00 Supplying and fixing approved quality UPVC Floor Trap Each 25
with CP pressed steel grating as per IS: 14735 including
cutting floors and making good the same, etc., making
inlet and outlet connections, etc. complete for 100mm
inlet and 75mm outlet as per drawings, specifications and
directions of Engineer-in-Charge.
200 C034.36.00 Supplying and fixing approved quality UPVC Floor Trap Each 15
with CP pressed steel grating as per IS: 14735 including
cutting floors and making good the same, etc., making
inlet and outlet connections, etc. complete for 100mm
inlet and 90mm outlet as per drawings, specifications and
directions of Engineer-in-Charge.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 43 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 621 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
201 C175.00.00 Design, engineering, supply of all materials, fabrication,
performance guaranteeing of total flooding centralized
clean agent fire extinguishing system for the Instrument
Control Room, Rack Room, UPS Room, & Battery Room
of buildings mentioned below, including supply of any one
of the following Clean Agents:
a) IG-01 (ARGON)
b) IG-55 (ARGONITE)
c) IG-100 (NITROGEN)
d) IG-541 (INERGEN)
Clean Agent Storage Cylinders (filled with any one of the
above selected Inert Gas filled with 100% filled up
standby cylinders), piping, valves, Clean Agent discharge
nozzles, instruments, Clean Agent panels, piping
supports, release system, directional valves, cables etc.
System supplied and design calculations shall be
approved by UL/FM/Vds/LPC. All equipments shall be
approved by UL/FM/Vds/LPC and cylinder along with
cylinder valve assemblies shall be seamless and PESO
approved. The entire clean agent system shall be as per
NFPA-2001 (latest) complete as per scope of work,
specification and Arch./Strl. drawings. Handling,
transportation from vendor's workshop to site, storage at
site, assembly at site, installation, erection, testing,
precommissioning, painting, commissioning, puff test,
performance guarantee run, handing over to client and
other field works including civil structural work and supply
of commissioning spares as per the enclosed EIL
standard specifications, instructions to vendors, and data
sheets etc. Supply of mandatory spares as per enclosed
list/ instructions to vendor as per scope of work and
specification, drawings and documents as per attached
vendor Data requirement for all supplies and services etc.
complete. Total flooding centralised clean agent fire
extinguishing system for following buildings

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 44 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 622 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
202 C175.01.00V36 Building - LS 1

( Building name - CONTROL ROOM )

203 C201.00.00 Supply and Laying of U/G PPR pipe for Water Services
204 C201.01.00 Supplying, laying and fixing 3 layer PP-R (Poly Propylene
Random copolymer) pipes underground. Pipes shall
conform to IS:15801; SDR 7.4 U V stabilized &
antimicrobial fusion welded, having thermal stability for
hot & cold water supply, including supply and fixing of all
PP-R plain & brass threaded polypropylene random
fittings, PP-R Male adopters, bends, elbows, tees,
reducers, sockets, unions and other specials, cutting
pipes to required lengths, making connections, jointing
earthwork in excavation for trenches, valve pits, etc. in all
types of soil including laying of pipes in trenches,
hydrostatic testing of the piping, backfilling the trenches
with selected/approved earth fill material, cutting of roads
wherever required, making good the road surface after
laying, disposal of surplus earth at a designated area
anywhere within complex limit etc all complete as per
drawings, manufacturer specifications and directions of
Engineer-in-Charge. For the following Nominal Bore (NB)
pipe:
205 C201.01.01V01 M 15

( Nominal Dia - 25 mm )

206 C201.01.01V02 M 10

( Nominal Dia - 40 mm )

207 C201.01.01V05 M 10

( Nominal Dia - 32 mm )

208 C202.00.00 Under Ground Sewer System - UPVC Pipe

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 45 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 623 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
209 C202.01.00 Supplying, laying and jointing of underground approved
quality UPVC pipes to be used for soil and waste
discharge or rain water application outside buildings
confirming to IS: 15328 and fittings confirming to IS:
14735 with all necessary specials such as bends, Y
junction, T junction (both single and double), plugs,
coupler, adapter etc. including solvent welded jointing and
testing as per IS: 7634 (Part-3), including earthwork in
excavation in all types of soil for pipe trenches, etc.
including dewatering, shoring and strutting if necessary,
dressing of sides, leveling, grading and ramming of
bottoms, cutting the pipes to required lengths, lowering
the pipes to proper grade and alignment, jointing,
including connecting the pipes to manholes by using
concrete manhole adapters and grouting the pipe body
with manhole wall using cement mortar 1:2 (1cement : 2
sand), testing, draining of water and cleaning of pipe after
testing, backfilling the trenches with select material from
available excavated soil including re excavating the
deposited soil excavated earlier breaking clods and laying
in layers of 15cm compacted thickness , watering and
compacting with mechanical means like vibro rammers
etc. to 90% standard proctor density as per IS:2720 Part-
VII, making good the surface, including cutting of roads
wherever required and making good the same, disposal
of surplus earth/ unserviceable material to demarcated
area anywhere within the complex limit etc. complete for
all depths as per drawings, specifications and instructions
of Engineer-in-Charge. For the following Nominal Bore
(NB) pipe:
210 C202.01.02V11 (All materials including cement supplied by contractor) M 5

( Nominal Dia - 75 mm )

211 C202.01.02V12 (All materials including cement supplied by contractor) M 5

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 46 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 624 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
( Nominal Dia - 90 mm )

212 G000.00.00 GEOTECHNICAL


213 G300.00.00 GROUND IMPROVEMENT
214 G300.01.00 SAND GRAVEL MIX
215 G300.01.01 Supplying and filling sand gravel mix (1:1) with approved CUM 150
aggregate below road, RCC pavement, manholes, pits,
foundations, bedding of UG piping etc. in layers of 150
mm loose thickness (maximum) including watering,
ramming, rolling, compacting to achieve 85% relative
density as per IS 2720 Part-XIV, quarrying, royalties,
transportation, handling, etc. all complete as per
drawings, specifications and directions of Engineer-in-
Charge.
(The rate shall be inclusive of the cost of all labour,
material, equipment etc. all complete)

216 G300.02.00 GEOGRID


217 G300.02.01 Supplying and laying of Tensar Geogrid SS-40 or SQ.M. 250
equivalent below roads, RCC pavements, manholes, in
pipe trenches, culverts, foundations, hard stand etc.
including overlap length, royalties, taxes, handling,
transportation, unloading, storage, etc. all complete as
per drawings, manufacturers specification and direction of
Engineer-in-Charge.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-81-41-CI-SOR-9514-A
Bidder's Bidder's 1
NEW DELHI Date SHEET 47 OF 47
Stamp Signature Div.: STRUCTURAL Dept.: STRUCTURAL

Page 625 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the
limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Schedule of Rates
for
Structural Works

Tender No. A872-030-83-41-CI-T-9514 Part A 1 RE ISSUED FOR BIDS DS DH CS

Tender 0 ISSUED FOR BIDS DS DH CS


BALANCE CIVIL WORKS FOR PLANT AND
Name NON PLANT BUILDINGS-PART-A

REV DATE PURPOSE BY CHECKED APPROVED


Client : Bharat Petroleum SCHEDULE OF RATES Rev
ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A 1
Bidder's Bidder's
Stamp Date Div.: Dept.: PROJECT - B SHEET 1 OF 29
Signature

Page 626 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
1 S000.00.00 CIVIL & STRUCTURAL
2 S001.00.00 EARTH WORK (REFER SPECIFICATION NO. 6-68-
0003)
3 S001.01.00 Earthwork excavation in soil
4 S001.01.01 Earth work in EXCAVATION below ground level for all Cu.m. 175
kinds of works in ALL TYPES OF SOILS EXCEPT SOFT
ROCK AND HARD ROCK as classified in specification for
a depth upto 1.5m including removal of vegetation,
shrubs and debris, cutting and dressing of sides in
slopes, levelling, grading and ramming of bottoms,
dewatering of accumulated water from any source and
keeping the surface dry for subsequent works and
disposal or stacking of excavated material within a lead of
100m, as directed including providing temporary supports
to existing service lines like water pipes, sewage pipes,
electric overhead and underground cables etc. all
complete, but excluding shoring and strutting.
5 S001.01.02 Earth work in EXCAVATION below ground level for all Cu.m. 5
kinds of works in ALL TYPES OF SOILS EXCEPT SOFT
ROCK AND HARD ROCK as classified in specification for
a depth beyond 1.5m and upto and inclusive of 3.0m
including removal of vegetation, shrubs and debris,
cutting and dressing of sides in slopes, levelling, grading
and ramming of bottoms, dewatering of accumulated
water from any source and keeping the surface dry for
subsequent works and disposal or stacking of excavated
material within a lead of 100m, as directed including
providing temporary supports to existing service lines like
water pipes, sewage pipes, electric overhead and
underground cables etc. all complete, but excluding
shoring and strutting.
6 S001.06.00 SHORING AND STRUTTING

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 2 OF 29
Signature

Page 627 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
7 S001.06.01 Providing and installing approved type of "SHORING AND Sq.m. 5
STRUTTING" by open timbering method for all depths to
retain earth including dismantling and removal of the
same etc. from site after completion of work etc. all
complete as directed.
8 S001.07.00 Backfilling after exceution of work
9 S001.07.01 BACKFILLING after execution of the WORK to proper Cu.m. 125
grade and level with selected materials from available
excavated soil from spoil heaps within a LEAD OF 100M,
including re- excavating the deposited soil excavated
earlier, breaking clods, laying at all depths and heights in
layers of thickness not exceeding 15 Cms. watering,
rolling and ramming by manual methods/ mechanical
compactors to achieve 90% laboratory maximum dry
density, dressing, trimming etc. in foundations, plinths,
trenches, pits etc. all complete.
10 S001.09.00 Earthwork Filling by excavation
11 S001.09.04 EARTHWORK IN FILLING by excavating the earth from Cu.m. 1
BORROW AREAS arranged by CONTRACTOR for all
leads, transporting the earth from borrow area including
cleaning & stripping the earth at borrow areas, breaking
clods, loading, unloading and laying at all depths and
heights in layers of thickness not exceeding 15 cms.,
watering, rolling and ramming by manual
methods/mechanical compactors to achieve 90% of the
maximum laboratory dry density, dressing, trimming,
levelling the top surface etc. in foundations, plinths,
trenches etc. all complete.
12 S002.00.00 PLAIN & REINFORCED CEMENT CONCRETE: (REFER
SPECIFICATION NO. 6-68-0004)
13 S002.17.00 PCC - Non FIM Items

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 3 OF 29
Signature

Page 628 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
14 S002.17.01 Providing and laying PLAIN CEMENT CONCRETE for all Cu.m. 100
depths below and upto plinth level in foundations,drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing etc. all as specified in any shape,
position, thickness and finishing the top surface rough or
smooth as specified and directed all complete for
concrete of nominal mix 1:5:10 by mass (1 Cement: 5
Coarse Sand: 10 Crushed Stone Aggregates/Gravels)
with 40mm and down size graded crushed stone
aggaregates/Gravels.ALL MATERIALS INCLUDING
CEMENT SUPPLIED BY THE CONTRACTOR.
15 S002.17.05 Providing and laying PLAIN CEMENT CONCRETE of Cu.m. 0.1
nominal mix 1:3:6 by mass (1 Cement : 3 Sand : 6
Crushed Stone Aggregates) with 10mm and down size
graded crushed stone aggregates below and upto plinth
level as SCREED in trenches, floor slabs, sumps,
channels, drains etc. for all depths including shuttering,
tamping, curing etc. as specified in any shape, level,
thickness, position and finishing the top surface smooth
etc. all complete as directed. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
16 S002.17.06 Providing and laying PLAIN CEMENT CONCRETE of Cu.m. 0.1
nominal mix 1:3:6 by mass (1 Cement : 3 Sand : 6
Crushed Stone Aggregates) with 10mm and down size
graded crushed stone aggregates above plinth level as
SCREED in floor slabs, roofs, chajjas, canopies, gutters
etc. for all heights including shuttering, tamping, curing
etc. as specified in any shape, level, thickness, position
and finishing the top surface smooth etc. all complete as
directed.ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
17 S002.17.08 Providing and laying PLAIN CEMENT CONCRETE for all Cu.m. 1

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 4 OF 29
Signature

Page 629 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
depths below and upto plinth level in foundations,drains,
fillings, non-suspended floors, pavements & ramps or any
other works etc. including shuttering, tamping, ramming,
vibrating, curing, etc. all as specified in any shape,
position, thickness and finishing the top surface rough or
smooth as specified and directed all complete for
concrete grade M20 with 20mm and down size graded
crushed stone aggaregates/Gravels.ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
18 S002.20.00 RCC Flooring - Non FIM Items
19 S002.20.02 Providing and laying REINFORCED CEMENT Cu.m. 300
CONCRETE OF M-20 GRADE with 20mm and down size
graded crushed stone aggregates / gravel in NON-
SUSPENDED slabs / pavement slabs including
pedestals, ramps etc. leaving pockets, laying in alternate
panels to required slopes, all necessary form work and
finishing the top surface rough or smooth, including cost
of admixtures if used, providing pockets, openings,
recesses, chamfering etc., wherever required, vibrating,
tamping, curing and rendering if required to give a
smooth and even surface etc. (EXCLUDING THE COST
OF REINFORCEMENT AND SHUTTERING) for all
depths below and upto plinth level in any shape, position
and thickness etc. all complete as specified, shown and
directed. ALL MATERIALS INCLUDING CEMENT
SUPPLIED BY THE CONTRACTOR.
20 S002.22.00 Precast Elements - Non FIM Items
21 S002.22.07 Manufacturing, transporting, supplying and erecting in CUM 5
position Reinforced Cement Concrete PRECAST
ELEMENTS such as columns, beams, cover slabs,
lintels, louvers, fins, shelves etc. of M-30 grade with
20mm and down size graded crushed stone

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 5 OF 29
Signature

Page 630 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
aggregates/gravel, each unit upto and inclusive of 500 kg.
for all leads, levels, shapes and thickness including all
moulds, shuttering and centering, vibrating, tamping,
curing, chamfering wherever required, finishing the top
surface with cement mortar 1:3 ( 1 Cement : 3 Sand) to
give a smooth and even surface, or non skid finish as
specified, providing lifting hooks, metal inserts, making
holes pockets, (only M.S. inserts to be measured & paid
separately) transporting to site, erecting, levelling,
aligning and fixing in position with cement mortar 1:3 (
Cement : 3 Coarse Sand), breaking bricks and/or
concrete surfaces and making good the same etc. all
complete (excluding the Cost of Reinforcement ) and as
directed. All materials including cement supplied by the
contractor.
22 S002.22.08 Manufacturing, transporting, supplying and erecting in CUM 2
position Reinforced Cement Concrete PRECAST
ELEMENTS such as columns, beams, cover slabs,
lintels, louvers, fins, shelves etc. of M-30 grade with
20mm and down size graded crushed stone
aggregates/gravel, each unit beyond 500 kg and upto and
inclusive of 1000 kg. for all leads, levels, shapes and
thickness including all moulds, shuttering and centering,
vibrating, tamping, curing, chamfering wherever required,
finishing the top surface with cement mortar 1:3 ( 1
Cement : 3 Sand) to give a smooth and even surface, or
non skid finish as specified, providing lifting hooks, metal
inserts, making holes pockets, (only M.S. inserts to be
measured & paid separately) transporting to site,
erecting, levelling, aligning and fixing in position with
cement mortar 1:3 ( Cement : 3 Coarse Sand), breaking
bricks and/or concrete surfaces and making good the
same etc. all complete (excluding the Cost of
Reinforcement ) and as directed. All materials including
cement supplied by the contractor.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 6 OF 29
Signature

Page 631 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
23 S002.25.00 Centering and Shuttering - Non FIM Items
24 S002.25.01 Providing and fixing CENTERING AND SHUTTERING in Sq.m. 225
foundations, footings,raft beams, slabs, pile caps,
retaining walls, jambs, counter-forts, buttresses, trenches,
equipment/machine foundations, pedestals, abutments,
pipe sleepers, columns, plinth beams, lintels, suspended
slabs, beams, staircases, landings, steps, non-circular
tunnels/bunkers/ silos/ shafts/ hoppers/liquid storage
structures etc. for all depths below and upto & inclusive of
plinth level including shuttering for single pour concreting,
strutting, bracing, propping etc., keeping the same in
position during concreting and removal of the same after
specified period etc. for Straight/ Inclined Shuttering,
keeping necessary provision for inserts, projecting
dowels, anchor bolts or any other fixture etc. all complete
and as specified and directed.
25 S002.25.02 Providing and fixing CENTERING AND SHUTTERING in Sq.m. 9200
superstrctures in retaining walls, jambs, counter-forts,
buttresses, equipment/ machine foundations,
abutments,columns, lintels, suspended slabs, beams,
staircases, landings, steps, non-circular tunnels/ bunkers/
silos/ shafts/ hoppers/ liquid storage structures etc. for all
heights above plinth level including shuttering for single
pour concreting, strutting, bracing, propping etc., keeping
the same in position during concreting and removal of the
same after specified period etc. for Straight/ Inclined
Shuttering, keeping necessary provision for inserts,
projecting dowels, anchor bolts or any other fixture etc. all
complete and as specified and directed.
26 S002.25.07 Providing and fixing CENTERING AND SHUTTERING for Sq.m. 1
CURVED SHUTTERING in foundations in all types for
Columns, Beams, Slabs, Walls, etc. of Buildings for all
depths below and upto & inclusive of plinth level,
including strutting, bracing, propping etc., keeping the

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 7 OF 29
Signature

Page 632 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
same in position during concreting and removal of the
same after specified period etc. for Straight/ Inclined
Shuttering, keeping necessary provision for inserts,
projecting dowels, anchor bolts or any other fixture etc. all
complete and as specified and directed.
27 S002.25.08 Providing and fixing CENTERING AND SHUTTERING for Sq.m. 5
CURVED SHUTTERING in superstructures in all types
for Columns, Beams, Slabs, Walls, etc. of Buildings for all
heights above plinth level, including strutting, bracing,
propping etc., keeping the same in position during
concreting and removal of the same after specified period
etc. for Straight/ Inclined Shuttering, keeping necessary
provision for inserts, projecting dowels, anchor bolts or
any other fixture etc. all complete and as specified and
directed.
28 S002.26.00 Expansion joints - Non FIM Items
29 S002.26.01 Providing 20mm wide EXPANSION JOINTS in flooring m 50
and pavement slabs and ISOLATION JOINTS around
equipment foundations/columns/pedestal/trenches etc.
including cleaning the joints of all loose material, filling
clean sand for the full depth of slab (upto and inclusive of
300 mm) except for 12mm depth from top and sealing the
top 12mm with approved two part liquid polysulphide
Sealing Compound as per IS:12118 etc. all complete as
shown, specified and directed.
30 S002.26.02 Supplying and fixing in position 25mm thick BITUMEN Sq.m. 5
IMPREGNATED FIBRE BOARD conforming to IS:1838 of
approved quality in expansion joints at all locations and
levels in concrete structures etc. all complete as shown,
specified and directed.
31 S002.26.03 Supplying and fixing in position 50 mm (2X25 mm) thick Sq.m. 5
BITUMEN IMPREGNATED FIBRE BOARD conforming to
IS:1838 of approved quality in expansion joints at all

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 8 OF 29
Signature

Page 633 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
locations and levels in concrete structures etc. all
complete as shown, specified and directed.
32 S004.00.00 STRUCTURAL STEEL WORKS (REFER
SPECIFICATION NO. 6-68-0006)
33 S004.04.00 Painting - Non FIM Items
34 S004.04.10 Supplying and applying FIELD PAINT SYSTEM of MT 33
approved quality and shade as per Sl. No. 10.2 of Table
10.0 of EIL Specification No. 6-79-0020 (or as per Job
Specifications, wherever applicable) over the coat of shop
primer already applied, including storage, surface
preparation, degreasing, cleaning, drying, providing
necessary arrangement for access, testing etc. including
touching up of shop primer coat as per Sl. No. 7.2.1 of
Table 7.2 of EIL Specification No. 6-79-0020 (or as per
Job Specifications, wherever applicable), for steel
structures (excluding ladders, spiral stairways & hand
rails) at all location & levels, all complete as specified, in
OFFISTE (COASTAL) areas as well as UNIT (COSTAL)
areas considering environmental classification as
INDUSTRIAL MARINE. SUPPLY OF ALL MATERIAL IN
CONTRACTOR'S SCOPE. (Unit rate based on Structural
steel weight).

35 S005.00.00 STRUCTURAL STEEL WORKS (TUBULAR/HOLLOW


SECTION) (REFER SPECIFICATION NO.6-68-0007)
36 S005.04.00 Yst 240 IS1161 - Non FIM

37 S005.04.01 Supplying, transporting, storing, fabricating, erecting in MT 0.1


position and testing / examining at all locations and levels
bolted and/or welded TUBULAR STEEL WORKS of all
types using STEEL TUBES OF YST 240 GRADE
CONFORMING TO IS:1161 in all types of trusses,

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 9 OF 29
Signature

Page 634 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
girders, purlins, siderails, columns, runners, beams, ties,
portals, frame work, bracings, brackets, sagrods etc.
including all handling, straightening/bending if required,
cutting to required size & shape, edge preparation,
welding & bolting of joints, providing and fixing end caps
and plugging holes, fixing in line and level with necessary
temporary staging and removal of the same after
erection, grouting with Ordinary Grout/premix free flow
Non Shrink Grout as specified, preparation & submission
of detailed fabrication drawings, preparing the exposed
surfaces for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron
DFT) as per EIL Specification No. 6-79-0020 (or as per
Job Specification, wherever applicable), etc. all complete
as specified & directed. SUPPLY OF ALL MATERIALS
INCLUDING PLATES IN CONTRACTOR'S SCOPE.

38 S005.06.00 Yst 240 IS 4923


39 S005.06.03 Supplying, transporting, storing, fabricating, erecting in MT 0.1
position & testing/examining at all locations and levels,
bolted and/or welded STRUCTURAL STEEL WORKS of
all types using "COLD FORMED
(RECTANGULAR/SQUARE) HOLLOW SECTIONS
conforming to IS: 4923, Grade Yst-240 of approved
make" in all type of trusses, purlins, girders, side rails,
columns, runners, beams, ties, portals,
framework,bracing, brackets, sagrods etc. including all
handling straightening/bending if required, cutting to
required size & shape, edge preparation, welding &
bolting of joints, providing and fixing end caps and
plugging holes, fixing in line and level with necessary
temporary staging and removal of the same after
erection, grouting with Ordinary/ premix free flow Non-
Shrink Grout as specified, preparation and submission of
detailed fabrication drawings, preparing the exposed

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 10 OF 29
Signature

Page 635 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
surfaces for painting (SSPC-SP-10) and applying pre-
erection/ shop primer (1 coat of F-9 @ 65-75 micron
DFT) as per EIL Specification No. 6-79-0020 (or as per
Job Specification, wherever applicable) etc. all complete
as specified and directed (SUPPLY OF ALL MATERIALS
INCLUDING PLATES IN CONTRACTOR'S SCOPE).

40 S006.00.00 MISCELLANEOUS STEEL WORKS (REFER


SPECIFICATIONS NO. 6-68-0008)
41 S006.15.00 Anchor Bolts - Non FIM Items
42 S006.15.01 Supplying, fabricating, fixing and keeping in position at all MT 1.5
levels and locations THREADED ANCHOR BOLTS of all
diameters and nomenclature including nuts, washers,
anchor plates, pipe sleeves etc. in foundations, columns,
pedestals, slabs, beams, walls etc. or any other place as
directed including handling & transporting, straightening if
required, turning from relevant size M.S. rounds to
required diameter, threading, welding, providing
necessary templates and auxilliary dummy structures, if
any, necessary tying and welding with reinforcement,
adjustment of shuttering & reinforcement/any other
fixture, greasing exposed metal surfaces, covering bolts
and packing the sleeves with jute cloth etc. all complete
as specified and directed.(SUPPLY OF ALL MATERIALS
IN CONTRACTOR'S SCOPE).
43 S006.16.00 MS Metal Inserts - Non FIM Items
44 S006.16.01 Supplying, transporting, storing, fabricating and fixing in MT 3
position M.S. METAL INSERT (with lugs) of any shape
made out of flats, plates, rolled sections, pipes etc.
providing necessary templates, staging, cutting,
straightening, if required, bolting, welding as required and
embedding in position on both Plain and Reinforced
Cement concrete members inclusive of adjusting

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 11 OF 29
Signature

Page 636 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
shuttering & reinforcement/ any other fixture, welding
where necessary, tying and holding to correct level, line
and position, any auxiliary dummy structures to support
the heavy inserts, painting exposed surfaces with a coat
of primer as per EIL Specification No. 6-79-0020 (or as
per Job Specification wherever applicable), etc. all
complete for all depths and heights as specified and
directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).
45 S006.18.00 MS Chequered Plates - Non FIM Items
46 S006.18.01 Supplying, fabricating and erecting in position at all levels MT 0.1
and locations bolted, screwed and/or welded M.S.
CHEQUERED PLATES of any thickness in walkways,
platforms, stair treads, any other place as directed etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening
if required, making the edges smooth, removing the
burrs, fixing, welding, preparation and submission of
fabrication drawings and preparing the surfaces for
painting and applying shop primer as per EIL
Specification No. 6-79-0020 (or Job Specification,
wherever applicable) after fabrication etc. all complete as
specified and directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).
47 S006.19.00 MS Grating Cat. A,B - Non FIM Items
48 S006.19.05 Supplying, fabricating and erecting in position at all levels MT 0.1
and locations ELECTROFORGED GRATING purchased
from approved manufacturer conforming to EIL Standard
No. 7-68-0697 in walkways, platforms, stair treads etc.
including cutting to required size, shape, making holes,
notches, openings of required size, nosing, straightening
if required, making the edges smooth, removing the
burrs, fabricating clamps, fixing, tack welding, preparation

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 12 OF 29
Signature

Page 637 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
and submission of fabrication drawings and preparing the
surfaces for painting and applying pre-erection/ shop
primer as per Job Specification after fabrication etc. all
complete as specified and directed (SUPPLY OF ALL
MATERIALS IN CONTRACTOR'S SCOPE).

49 S006.22.00 MS Rungs - Non FIM Items


50 S006.22.01 Supplying, fabricating, fixing and keeping in position M.S. Kg. 1
RUNGS in R.C.C. works at all depths and heights
including handling, transporting the steel to site workshop
and site of work, straightening, if required, cutting,
bending to shape, necessary tying and welding with
reinforcement, adjustment of shuttering, cleaning, surface
preparation, shop primer as per EIL Spec. 6-79-0020 (or
Job Specification, wherever applicable) and two coats of
anticorrosive paint of approved quality on the exposed
portion of rungs etc. all complete as specified and
directed (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE).
51 S006.25.00 Mechanical Anchor fastners - Non FIM Items
52 S006.25.02 Supplying, handling, transporting to site of work and fixing Each 10
approved MECHANICAL ANCHOR FASTENERS M.S.
bolts of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 16mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns
etc. according to manufacturer's specifications including
all accessories like nuts, washers etc. of required size,
testing, necessary scaffolding, drilling of the holes in
concrete surface with electric drill, cleaning of holes with
air blowout & wire-brush, and making good any damage
done to the structure etc. all complete for all heights,
depths and locations as specified and directed.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 13 OF 29
Signature

Page 638 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
53 S006.25.03 Supplying, handling, transporting to site of work and fixing Each 10
approved MECHANICAL ANCHOR FASTENERS M.S.
bolts of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 20mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns
etc. according to manufacturer's specifications including
all accessories like nuts, washers etc. of required size,
testing, necessary scaffolding, drilling of the holes in
concrete surface with electric drill, cleaning of holes with
air blowout & wire-brush, and making good any damage
done to the structure etc. all complete for all heights,
depths and locations as specified and directed.

54 S006.25.04 Supplying, handling, transporting to site of work and fixing Each 10


approved MECHANICAL ANCHOR FASTENERS M.S.
bolts of Grade 5.8 or more, GALVANIZED with minimum
thickness of 5 microns (approved for use in cracked
concrete), of 24mm dia at specified positions on concrete
floors, roofs, beams (sides and bottom), walls, columns
etc. according to manufacturer's specifications including
all accessories like nuts, washers etc. of required size,
testing, necessary scaffolding, drilling of the holes in
concrete surface with electric drill, cleaning of holes with
air blowout & wire-brush, and making good any damage
done to the structure etc. all complete for all heights,
depths and locations as specified and directed.

55 S006.26.00 Chemical Anchor Fastner


56 S006.26.02 Supplying, handling, transporting to site of work and fixing Each 10
approved CHEMICAL ANCHOR FASTENERS consisting
of M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved
for use in cracked concrete), packed in flexible chemical

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 14 OF 29
Signature

Page 639 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
foil or dual foil type, to be used with the help of
dispenser, of 16mm dia. at specified positions on
concrete floors, roofs, beams (sides and bottom), walls,
columns etc. according to manufacturer's specifications
including all accessories like nuts, washers etc. of
required size., testing, necessary scaffolding, drilling of
the holes in concrete surface with electric drill, cleaning of
holes with air blowout & wire-brush and making good any
damage done to the structure etc. all complete for all
heights, depths and locations as specified and directed.

57 S006.26.03 Supplying, handling, transporting to site of work and fixing Each 10


approved CHEMICAL ANCHOR FASTENERS consisting
of M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved
for use in cracked concrete), packed in flexible chemical
foil or dual foil type, to be used with the help of
dispenser, of 20mm dia. at specified positions on
concrete floors, roofs, beams (sides and bottom), walls,
columns etc. according to manufacturer's specifications
including all accessories like nuts, washers etc. of
required size., testing, necessary scaffolding, drilling of
the holes in concrete surface with electric drill, cleaning of
holes with air blowout & wire-brush and making good any
damage done to the structure etc. all complete for all
heights, depths and locations as specified and directed.

58 S006.26.04 Supplying, handling, transporting to site of work and fixing Each 10


approved CHEMICAL ANCHOR FASTENERS consisting
of M.S. threaded rod of Grade 5.8, GALVANIZED with
minimum thickness of 5 microns and chemical (approved
for use in cracked concrete), packed in flexible chemical
foil or dual foil type, to be used with the help of
dispenser, of 24mm dia. at specified positions on
concrete floors, roofs, beams (sides and bottom), walls,

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 15 OF 29
Signature

Page 640 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
columns etc. according to manufacturer's specifications
including all accessories like nuts, washers etc. of
required size., testing, necessary scaffolding, drilling of
the holes in concrete surface with electric drill, cleaning of
holes with air blowout & wire-brush and making good any
damage done to the structure etc. all complete for all
heights, depths and locations as specified and directed.

59 S010.00.00 DEMOLISHING AND DISMANTLING (REFER


SPECIFICATION NO. 6-68-0012)
60 S010.01.00 Brickwork - Non FIM Items
61 S010.01.01 Demolishing BRICKWORK (taking all necessary safety Cu.m. 2
precautions) for all depths below plinth level including
supply of all tools and tackles, necessary scaffolding,
propping, underpinning, cleaning and stacking of
serviceable material, disposal of unserviceable material
to spoil heaps anywhere within the plant boundary, all
complete as specified and directed. (Excavation &
backfilling shall be paid separately under relevant
items).
62 S010.01.02 Demolishing BRICKWORK (taking all necessary safety Cu.m. 2
precautions) for all heights above plinth level including
supply of all tools and tackles, necessary scaffolding,
propping, underpinning, cleaning and stacking of
serviceable material, disposal of unserviceable material
to spoil heaps anywhere within the plant boundary, all
complete as specified and directed.
63 S010.02.00 RCC - Non FIM Items
64 S010.02.01 Demolishing RCC WORK (taking all necessary safety Cu.m. 25
precautions) for all depths below plinth level including
supply of all tools & tackles, necessary scaffolding,
propping, underpinning etc., cutting, straightening,

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 16 OF 29
Signature

Page 641 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
scraping and cleaning of reinforcement bars, stacking of
serviceable materials, disposal of unserviceable material
to spoil heaps anywhere within the plant boundary, all
complete as specified and directed. (Excavation &
backfilling shall be paid separately under relevant
items).
65 S010.02.02 Demolishing RCC WORK (taking all necessary safety Cu.m. 25
precautions) for all heights above plinth level including
supply of all tools & tackles, necessary scaffolding,
propping, underpinning etc., cutting, straightening,
scraping and cleaning of reinforcement bars, stacking of
serviceable materials, disposal of unserviceable material
to spoil heaps anywhere within the plant boundary, all
complete as specified and directed.
66 S010.02.03 Chipping of RCC WORK (taking all necessary safety Sq.m. 2
precautions) by CHISELLING, upto & inclusive of 25mm
thickness including supply of all tools & tackles,
necessary scaffolding, propping, underpinning etc.,
cutting, lapping/welding of reinforcement bars as per
drawings, disposal of the unserviceable material to spoil
heaps anywhere within the plant boundary, all complete at
all heights and depths, as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items).
67 S010.02.04 Chipping of RCC WORK (taking all necessary safety Sq.m. 2
precautions) by CHISELLING, beyond 25mm and upto &
inclusive of 50mm thickness including supply of all tools &
tackles, necessary scaffolding, propping, underpinning
etc., cutting, lapping/welding of reinforcement bars as per
drawings, disposal of the unserviceable material to spoil
heaps anywhere within the plant boundary, all complete at
all heights and depths, as specified and directed.
(Excavation and backfilling shall be paid separately under
relevant items).

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 17 OF 29
Signature

Page 642 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
68 S010.02.11 Making cut-outs in RCC slab/ wall upto a thickness of Cu.m. 0.5
400mm (taking all necessary safety precautions) by
vibration-less spark-free mechanical means like core-
cutting, wet cutting by diamond wall saw system at all
depths & heights including supply of all tools & tackles,
necessary scaffolding etc. cutting of reinforcement bars,
disposal of unserviceable material, plastering & finishing
the cut surfaces, all complete as specified and directed
by the Engineer-in- Charge (Measurement on Plan/
Elevation Area basis).
69 S010.04.00 PCC _ Non FIM Items
70 S010.04.01 Demolishing PLAIN CEMENT CONCRETE work (taking Cu.m. 1
all necessary safety precautions) for all depths below
plinth level including supply of all tools & tackles,
necessary scaffolding, propping, underpinning etc.
disposal of unserviceable material to spoil heaps
anywhere within the plant boundary, all complete as
specified and directed. (Excavation and backfilling shall
be paid separately under relevant items)
71 S010.06.00 Steelwork - Non FIM Items
72 S010.06.01 Dismantling bolted/rivetted/welded STRUCTURAL MT 2
STEEL WORK of all descriptions (taking all necessary
safety precautions), including supply of all tools and
tackles, consumables, necessary scaffolding etc.,
providing temporary bracings as required, cutting (by
flame or saw) gusset plates, bolts, nuts, weldings etc.,
transporting and stacking of the serviceable materials,
cleaning the site of work of all unserviceable materials for
disposal to spoil heaps anywhere within the plant
boundary, all complete at all depths and heights, as
specified and directed.
73 S011.00.00 MISCELLANEOUS ITEMS (REFER SPECIFICATION
NO. 6-68-0013)

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 18 OF 29
Signature

Page 643 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
74 S011.01.00 Antitermite - Non FIM Items
75 S011.01.01 Providing and injecting approved chemical emulsions as Sq.m. 2200
specified for pre-constructional ANTI-TERMITE
TREATMENT and creating a chemical barrier under and
around column pits, wall trenches, basement
excavations, top surfaces of plinth filling, junction of wall
and floor, along the external perimeter of building,
expansion joints, surrrounding of pipes and conduits etc.
all complete as specified and directed. (Plinth area of the
building at ground floor only shall be measured).
76 S011.03.00 Cutting RCC Piles - Non FIM Items
77 S011.03.01 Cutting the heads of R.C.C. piles of diameter upto Each 1
600mm and a length not exceeding 1500mm including
exposing/ cleaning, bending of the reinforcement, making
site clean for casting of pile cap and removal of debris to
the spoil heaps within the plant boundary etc. all complete
as specified & directed. (Excavation; if any, to be
measured separately under respective item).
78 S011.04.00 Building pile heads - Non FIM Items
79 S011.04.05 Providing and building up pile heads of diameter upto Cu.m. 0.1
600mm in RCC of grade M30 with 20mm and down size
graded crushed stone aggregates/ gravel including all
shuttering but excluding the cost of reinforcement (to be
measured under respective item) all complete as
directed.
80 S011.05.00 Hard core - Non FIM Items
81 S011.05.01 Supplying and laying to proper level and slopes, HARD Cu.m. 0.1
CORE in any thickness with broken/crushed stones (of
150mm and down size) as sub base in pavements, floor
slabs etc. including hand packing wedging, blinding with
murrum/sand, watering, ramming, rolling with a roller or

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 19 OF 29
Signature

Page 644 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
hand rammer where roller is inaccessible, compacting,
dressing etc. all complete as specified and directed.
82 S011.06.00 Sand Filling - Non FIM Items
83 S011.06.01 Supplying and filling approved SAND of specified quality Cu.m. 400
under floors, in foundations, plinths, tank foundations etc.
for all depths and heights including cost of sand,royalties,
transportation to site for all leads and lifts,including
loading, unloading, spreading in layers of loose thickness
not exceeding 150 mm,watering,ramming,compacting
with mechanical compactors and/or other equipment to
the specified levels to achive 85% relative density as per
IS:2720 Part XIV,including preparation of subgrade to the
required slope,providing testing apparatus and testing the
degree of consolidation all complete as per drawings,
specifications and direction of Engineer-in-charge.The
rates shall be inclusive of the cost of all
labour,material,equipments etc. all complete .
84 S011.07.00 DPC - Non FIM Items
85 S011.07.01 Providing and laying 40mm thick DAMP PROOF Sq.m. 110
COURSE with plain cement concrete of nominal mix of
1:1.5:3 with 10mm & down size graded crushed stone
aggregates in two layers of 20mm thick with two coats of
hot bitumen (Grade A90/S90 conforming to IS:73) applied
@ 1.7 Kg/sq.m. over each layer as per specifications
including cleaning, watering the top surface of walls,
centering, shuttering, placing, tamping, curing, sprinkling
an even layer of dry & sharp sand over the hot bitumen
etc. all complete as specified and directed.
86 S011.09.00 Dressing - Non FIM Items
87 S011.09.01 Dressing and trimming all around the completed Cu.m. 35
buildings/structures including cleaning, providing and
spreading earth, making specified slopes, watering,

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 20 OF 29
Signature

Page 645 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
ramming & consolidation for an average 75mm thickness
etc. all complete as directed.
88 S011.10.00 BI-POLAR CONCRETE PENETRATING CORROSION
INHIBITING ADMIXTURE
89 S011.10.01 Supplying and mixing of approved brand of BI-POLAR KG 3400
CONCRETE PENETRATING CORROSION INHIBITING
ADMIXTURE in concrete as per manufacturer's
specification for protection of reinforcement against
corrosion. Supply of admixture in Contractor's scope.
90 S014.00.00 BONDING FRESH CONCRETE TO OLD CONCRETE
BY EPOXY RESIN BONDING SYSTEM (REFER
SPECIFICATION NO. 6-68-0056)
91 S014.01.00 Epoxy Resin - non FIM Items
92 S014.01.01 Providing and applying approved EPOXY RESIN Kg. 1
(prepared as per manufacturer's recommendation) for
bonding of fresh concrete to old concrete in all types of
structure at all depths and heights including cleaning of
concrete surface, removing of all loose concrete pieces,
making rough by chiselling, taking off the skin of
concrete, application of Epoxy Resin System by spraying,
necessary working platforms, props, scaffolding and other
safety measures, removal of same after completion etc.
all complete as specified and directed. (Excavation,
backfilling, removal of surplus earth, keeping pit dry by
pumping/bailing subsoil water shall be paid separately
under relevant items).
93 L999.00.00 Miscellaneous
94 L999.99.00 Miscellaneous
95 L999.99.99V01 Providing and laying REINFORCED CEMENT CUM 50
CONCRETE OF M-30
GRADE with 20 mm and down size graded crushed stone

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 21 OF 29
Signature

Page 646 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
aggregates/ gravel in SUB-STRUCTURE e.g.
foundations, raft, beams, slabs, pile caps, retaining walls,
dyke walls, jambs, counterforts, buttresses, pedestals,
pipe sleepers, columns, suspended floors, staircases,
landings, steps, brackets etc., including equipment/
machine foundations & pedestals viz. compressors, ID &
FD fans, pumps, generators, crushers, mills, etc.,
(including single pour concreting as specified on the
drawing), applying three coats of cement based water
proof paint as per IS:5410 on concrete surface (wherever
no other surface application is specified), providing
pockets, openings, recesses, chamfering, etc., wherever
required, vibrating, tamping,
curing and rendering if required to give a smooth and
even surface etc. (EXCLUDING THE COST OF
REINFORCEMENT, SHUTTERING & SPECIFIED
ADMIXTURES) for all depths below and upto plinth level
in any shape, position and thickness etc., INCLUDING
LOWERING OF WATER TABLE BY WELL POINT
SYSTEM as per direction of engineer-in-charge, all
complete as specified, shown and directed. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
96 L999.99.99V02 Providing and laying REINFORCED CEMENT CUM 1500
CONCRETE OF M-30
GRADE with 20 mm and down size graded crushed stone
aggregates/ gravel in SUPER STRUCTURE in
suspended floors, slabs, beams, columns, walls including
counterforts, staircases, landings, steps, facias, fins,
mouldings, gutters, shelves, window sills, canopies,
lintels, girders, ducts, brackets, chajjas with drip moulds,
pedestals, posts, struts, equipment/ machine foundations,
ramps etc. (including single pour concreting as specified
on the drawing), applying three coats of cement based
water proof paint as per IS:5410 on concrete surface
(wherever no other surface application is specified),

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 22 OF 29
Signature

Page 647 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
providing pockets, openings, recesses, chamfering
wherever required, vibrating, tamping, curing and
rendering if required to give a smooth and even surface
etc. (EXCLUDING THE COST OF REINFORCEMENT,
SHUTTERING AND SPECIFIED ADMIXTURES) FOR
ALL HEIGHTS UPTO & INCLUSIVE OF 20 m ABOVE
PLINTH LEVEL in any shape, position, thickness etc. all
complete as specified, shown and directed. ALL
MATERIALS INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
97 L999.99.99V04 Transporting and disposing the SURPLUS EARTH AND CUM 55
DEBRIS including shrubs and vegetations from
construction area beyond the initial LEAD OF 100M AND
UPTO "Refinery property limit" i.e. boundary of plot 'A' &
plot 'C', including re-excavating the deposited soil
excavated earlier, transportation, loading, unloading,
laying at all depths and heights, stacking, levelling and
dressing both the area (viz. from where the earth is
transported and where it is deposited) to required levels
and slopes complete with all lifts as directed. For carting
on the basis of truck measurements (volume of truck
reduced by 30% for voids).
98 L999.99.99V06 Supplying, transporting, storing, fabricating & erecting in MT 2
position and testing/ examining bolted and/ or welded
STRUCTURAL STEEL WORKS of Grade E250BR /
E250B0 (confirming to per IS:2062) at all locations and
levels UPTO & INCLUSIVE OF 20 m ABOVE HPP/ FGL,
including all builtup sections/ compound sections made
out of rolled sections and/or plates/ bent plates in all types
of structural frameworks, floor beams, stairs, or any other
structural items or accessories to support equipments,
piping, conveyor galleries, towers, masts, etc., but
excluding silos, bunkers, hoppers, etc., cutting to required
size, straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 23 OF 29
Signature

Page 648 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same
after erection, grouting
with Ordinary Grout or premix free flow Nonshrink Grout
as specified, including preparation and submission of
detailed fabrication drawings, preparing the surface for
painting (SSPC-SP-10) and applying pre-erection/ shop
primer (1 coat of F-9 @ 65-75 micron DFT) as per EIL
Specification No. 6-79-0020 (or as per Job Specification,
wherever applicable) after fabrication etc., all complete.
SUPPLY OF ALL MATERIAL IN CONTRACTOR'S
SCOPE.
99 L999.99.99V10 Providing and laying BRICK MASONRY WITH BRICKS CUM 20
OF CLASS 10.0 in cement mortar 1:6 (1 Cement : 6
Sand) in one or more brick thickness and in any shape
(excluding circular/curved brick masonry) at all depths
below plinth level including the cost of materials, labour,
scaffolding/ staging, sampling & testing, soaking of
bricks, cutting and laying of bricks, providing recesses,
making openings of any shape & size, finishing the joints
flush below ground level and raking out the joints above
ground level, sealing the gap between masonry and soffit
of beam/slab, embedding the fittings & fixtures, curing,
etc. all complete as per specifications. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR
100 L999.99.99V11 Providing and laying BRICK MASONRY WITH BRICKS CUM 1000
OF CLASS 10.0 in cement mortar 1:6 (1 Cement : 6
Sand) in one or more brick thickness and in any shape
(excluding circular/curved brick masonry) at all heights
above plinth level including the cost of materials, labour,
scaffolding/ staging, sampling & testing, soaking of
bricks, cutting and laying of bricks, providing recesses,

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 24 OF 29
Signature

Page 649 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
making openings of any shape & size, finishing the joints
flush below ground level and raking out the joints above
ground level, sealing the gap between masonry and soffit
of beam/slab, embedding the fittings & fixtures, curing,
etc. all complete as per specifications. ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY THE
CONTRACTOR.
101 L999.99.99V12 Supplying and placing in position HIGH YEILD MT 120
STRENGTH DEFORMED STEEL BARS (TMT)
REINFORCEMENT of Grade Fe500D (CRS) conforming
to IS:1786, , for R.C.C. work including transporting the
Steel, straightening, cleaning, decoiling, cutting, bending
to required shapes and lengths as per details, binding
with contractor's own 18 SWG black soft annealed
binding wire at every intersection, supplying and placing
with proper cover blocks, supports, chairs, overlaps,
welding, spacers, fanhooks etc. for all heights and depths
etc. all complete as directed.(SUPPLY OF ALL
MATERIAL IN CONTRACTOR'S SCOPE).
102 L999.99.99V13 Supplying, fabricating and fixing in position at all locations M 5
1000mm high INCLINED HAND RAILING (for staircases,
etc) consisting of top rail, mid rail and vertical posts
(Maximum spacing 1500mm c/c) with 32mm nominal
diameter medium grade M.S. Tubes conforming to
IS:1239 including straightening if required, cutting,
bending, welding, bolting, grouting with ordinary grout,
cleaning, surface preparation, epoxy powder coated as
per EIL SPEC. 6-79-0020 (or as per Job Specification,
wherever applicable), preparation and submission of
fabrication drawings etc. all complete as specified, shown
and directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE). (Complete handrail work
shall be measured as length of top rail only and not length
of each element fixed).

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 25 OF 29
Signature

Page 650 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
103 L999.99.99V14 Supplying, fabricating and fixing in position at all locations M 10
1000mm high HORIZONTAL HAND RAILING (for
platforms, walkways, etc. or any other location as
directed) consisting of top rail, mid rail and vertical posts
(Maximum spacing 1500mm c/c) with 32mm nominal
diameter medium grade MS Tubes conforming to IS:1239
and 100x5 MS Toe Plate confirming to IS:2062 (Grade
A/B), including straightening if required, cutting, bending,
welding, bolting, grouting with ordinary grout, cleaning,
surface preparation, epoxy powder coated as per EIL
SPEC. 6-79-0020 (or as per Job Specification, wherever
applicable), preparation and submission of fabrication
drawings etc. all complete as specified, shown and
directed. (SUPPLY OF ALL MATERIALS IN
CONTRACTOR'S SCOPE). (Complete handrail work
shall be measured as length of top rail only and not length
of each element fixed).
104 L999.99.99V26 Providing and laying HALF BRICK MASONRY with bricks SQM 125
of CLASS 10.0 in cement mortar 1:4 (1 Cement : 4 Sand)
in any shape, including the cost of materials, labour,
scaffolding/staging, sampling and testing, soaking of
bricks, cutting and laying of bricks, providing openings of
any shape & size, raking out the joints, supplying and
placing 2 Nos. 6mm dia. M.S. Bars at every fourth
course, sealing the gap between masonry and soffit of
beam/slab, embedding the fittings and fixtures, curing etc.
all complete as per specification.ALL MATERIALS
INCLUDING CEMENT SUPPLIED BY CONTRACTOR.
105 L999.99.99V27 Providing & embedding 50mm dia PVC conduits of M 5
approved manufacturer in RCC including fixing and
keeping in position, as shown in drawings etc. all
complete as per directions of Engineer-in-charge.
106 L999.99.99V28 Providing & embedding 60mm dia PVC conduits of M 5
approved manufacturer in RCC including fixing and

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 26 OF 29
Signature

Page 651 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
keeping in position, as shown in drawings etc. all
complete as per directions of Engineer-in-charge.
107 L999.99.99V29 Providing & embedding 100mm dia PVC conduits of M 5
approved manufacturer in RCC including fixing and
keeping in position, as shown in drawings etc. all
complete as per directions of Engineer-in-charge.
108 L999.99.99V30 "Transporting, storing, fabricating & erecting in position MT 15
and testing/
examining bolted and/ or welded STRUCTURAL STEEL
WORKS of Grade E250BR / E250B0 (confirming to per
IS:2062) at all locations and levels UPTO & INCLUSIVE
OF 20 m ABOVE HPP/ FGL, including all builtup
sections/ compound sections made out of rolled sections
and/or plates/ bent plates in all types of structural
frameworks, floor beams, stairs, or any other structural
items or accessories to support equipments, piping,
conveyor galleries, towers, masts, etc., but excluding
silos, bunkers, hoppers, etc., cutting to required size,
straightening/ bending if required, edge preparation,
cleaning, preheating, bolting/ welding of joints, (including
sealing the joints of box sections with continuous welding
and plugging any open ends & holes of box sections),
finishing edges by grinding, fixing in line and level with
temporary staging & bracing and removal of the same
after erection, grouting with ordinary Grout or premix
freeflow Nonshrink Grout as specified, including
preparation and submission of detailed fabrication
drawings, preparing the surface for painting (SSPC-SP-
10) and applying pre-erection/ shop primer (1 coat of F-9
@ 65-75 micron DFT) as per EIL Specification No. 6-79-
0020 (or as per Job Specification, wherever applicable)
after fabrication etc., (return of all
unused/ scrapped/ unserviceable steel to OWNER'S
storage point and reconcilliation of material)
STRUCTURAL STEEL SHALL BE PROVIDED TO

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 27 OF 29
Signature

Page 652 of 1870


The drawing, design and details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL 1641-1915, Revision 1.A4 297 x 210.

Rate in Rupees
S. No. Item No Description of Items Unit Quantity Amount in Rs.
Figures Words
CONTRACTOR FREE OF COST. SUPPLY OF ALL
OTHER MATERIAL IN CONTRACTOR'S SCOPE.
109 L999.99.99V31 Transporting from storage yard (or any other location as MT 90
specified by
engineer-in-charge), Storing, Assembling and Erecting in
position and testing/ examining, bolted and/ or welded,
already Fabricated STRUCTURAL STEEL (of any Grade)
at all locations and levels UPTO & INCLUSIVE OF 20 m
ABOVE HPP/ FGL, including all builtup sections/
compound sections made out of rolled/ hollow sections
and/or plates/ bent plates in all types of structural
frameworks, fixing in line and level with temporary staging
& bracing and removal of the same after erection,
grouting with Ordinary Grout or premix free flow
Nonshrink Grout as specified including modification
etc.,all complete. ALREADY FABRICATED
STRUCTURAL STEEL SHALL BE PROVIDED TO
CONTRACTOR FREE OF COST. SUPPLY OF ALL
OTHER MATERIAL IN CONTRACTOR'S SCOPE.
110 L999.99.99V34 Placing in position HIGH YEILD STRENGTH MT 100
DEFORMED STEEL BARS (TMT) REINFORCEMENT of
Grade Fe500D (CRS) conforming
to IS:1786 for RCC work including transporting the same
from store/ issue points to site of work, straightening,
cleaning, decoiling, cutting, bending to required shapes
and lengths as per details, binding with contractor's own
18 SWG black soft annealed binding
wire at every intersection, supplying and placing with
proper cover blocks, supports, chairs, overlaps, welding,
spacers, fanhooks etc. (return of all unused/ scrapped/
unserviceable steel to OWNER'S storage point and
reconcilliation of material) for all heights and depths etc.
all complete as directed. HYSD STEEL
REINFORCEMENT SUPPLIED FREE OF COST BY THE
OWNER.

Client : Bharat Petroleum SCHEDULE OF RATES Rev


ENGINEERS INDIA LTD Project : LPG IMPORT FACILITY A872-030-83-41-CI-SOR-9514-A
Bidder's Bidder's 1
Stamp Date Div.: Dept.: PROJECT - B SHEET 28 OF 29
Signature

Page 653 of 1870


Signature Not Verified
Digitally signed by Shyamal Biswas
Date: 2018.11.20 17:05:58 IST
Location: eProcure

S-ar putea să vă placă și