Top Banner
18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57 Delivery Terms - Free to Destination location unless specified otherwise. Validity of offer - 120 days from the initial or extended Due Date for submission of Tender whichever is later unless specified otherwise. Liquidated Damages/Price Reduction clause accepted unless specified otherwise. In case bidder does not deviate from the standard offer validity in on line deviation form, bid’s offer validity shall be considered as mentioned above. In case a Revised priced bid is initiated for this tender, at a later date (eg Technical evaluation stage etc), it shall be incumbent upon the bidder to submit revised bids for the specified items/entire tender. In the absence of revised bids rom the bidder within specified time period, the original bid submitted by the bidder shall not be considered for evaluation. HPCL reserves the right to reveal the contents of the bid documents submitted by the vendor during the witness bid opening process as per prevailing policy of the corporation. Please quote all the taxes, if applicable, only in percentage terms and not in Per unit(Amount) basis. The Per unit option is provided only to quote for extras like Loading charges, packing charges, TPI charges etc. In case, it is found that you have quoted taxes in amount basis, your bid may be liable for rejection. Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP Description Supply and Installation of Car Parking sheds at IPS1, IPS2 and IPS3 Locations Tender Type Public Tender Scope Domestic Bid Type Two Bid Evaluation Criteria Overall L1 for all items Tender Due Date & Time 12-Jul-2018 15:00 Reverse Auction Applicable Yes Pre Bid Conference Start Date & Time Pre Bid Conference End Date & Time Queries Start Date & Time 21-Jun-2018 16:00 Quries End Date & Time 28-Jun-2018 15:00 Un Priced Bid Open Date & Time 12-Jul-2018 15:30 Purchase Deptt. PUR DEPT-MANGALORE BANGALORE LPG PL PROJ Fax No. 22608555 Office Address Hindustan Petroleum Corporation Limited ,No. 332,Darus Salam Building(2nd Floor) ,Queens Road , ,Bangalore ,560052 , ,KA , , TF/EMD Drop Box Address D P Srivatsva,Manager Purchase,HPCL, 2nd floor no. 332, Darus Salam building, queens road,Banglore-560052 Tender Description WorleyParsons on behalf of Ms Hindustan Petroleum Corporation Limited (HPCL)invites bids through e-tendering on Public Domestic Competitive Bidding basisfor Supply and installation of Car Parking sheds for IPS1, IPS2 and IPS3Locations for VVSPL Capacity Augmentation Project, HPCL under single stagetwo envelopes system as detailed given in tender. Bids submitted online shallonly be considered for processing.Digitally signed and sealed (encrypted) e-tender (on line bid only to be submitted at site https:etender.hpcl.co.in are invited under two bid system Tender No. 18000010-HD-11994, Tender submission due date: Upto 12.07.2018 (15:00 Hrs.)Online Unpriced Bid opening : From 15:30 Hours on 12.07.2018.The tender details including EMD, etc. can also be viewed at HPCL website www.hindustanpetroleum.com under tender section: link-Tenders and Contracts.ALL REVISIONS, CLARIFICATIONS,CORRIGENDA,ADDENDA,TIME AND DUE DATE EXTENSIONSETC., TO THE TENDER WILL BE HOSTED ON WEBSITE www.hindustanpetroleum.com along with website mentioned above. BIDDERS SHOULDREGULARLY VISIT THIS WEBSITES TO KEEP THEMSELVES UPDATED Notice Inviting Tender This Public Tender is floated for Supply and installation of Car Parking sheds for IPS1, IPS2 and IPS3 Locations for VVSPL Project. Currency Type Tender Fee EMD INR 0.0 42000.0
487

18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

Sep 29, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57

Delivery Terms - Free to Destination location unless specified otherwise. Validity of offer - 120 days from the initial or extended Due Date for submission

of Tender whichever is later unless specified otherwise. Liquidated Damages/Price Reduction clause accepted unless specified otherwise.

In case bidder does not deviate from the standard offer validity in on line deviation form, bid’s offer validity shall be considered as mentioned above.

In case a Revised priced bid is initiated for this tender, at a later date (eg Technical evaluation stage etc), it shall be incumbent upon the bidder to submit

revised bids for the specified items/entire tender. In the absence of revised bids rom the bidder within specified time period, the original bid submitted by

the bidder shall not be considered for evaluation.

HPCL reserves the right to reveal the contents of the bid documents submitted by the vendor during the witness bid opening process as per prevailing

policy of the corporation.

Please quote all the taxes, if applicable, only in percentage terms and not in Per unit(Amount) basis. The Per unit option is provided only to quote for

extras like Loading charges, packing charges, TPI charges etc. In case, it is found that you have quoted taxes in amount basis, your bid may be liable for

rejection.

Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15

Basic Information Of TenderTitle Solar Car Parking Shed-VREEP

Description Supply and Installation of Car Parking sheds at IPS1, IPS2 and IPS3 Locations

Tender Type Public

Tender Scope Domestic

Bid Type Two Bid

Evaluation Criteria Overall L1 for all items

Tender Due Date & Time 12-Jul-2018 15:00

Reverse Auction Applicable Yes

Pre Bid Conference Start Date & Time

Pre Bid Conference End Date & Time

Queries Start Date & Time 21-Jun-2018 16:00

Quries End Date & Time 28-Jun-2018 15:00

Un Priced Bid Open Date & Time 12-Jul-2018 15:30

Purchase Deptt. PUR DEPT-MANGALORE BANGALORE LPG PL PROJ

Fax No. 22608555

Office Address Hindustan Petroleum Corporation Limited ,No. 332,Darus Salam Building(2nd Floor) ,Queens Road, ,Bangalore ,560052 , ,KA , ,

TF/EMD Drop Box Address D P Srivatsva,Manager Purchase,HPCL, 2nd floor no. 332, Darus Salam building, queens road,Banglore-560052

Tender Description WorleyParsons on behalf of Ms Hindustan Petroleum Corporation Limited (HPCL)invites bids through e-tendering onPublic Domestic Competitive Bidding basisfor Supply and installation of Car Parking sheds for IPS1, IPS2 andIPS3Locations for VVSPL Capacity Augmentation Project, HPCL under single stagetwo envelopes system asdetailed given in tender. Bids submitted online shallonly be considered for processing.Digitally signed and sealed(encrypted) e-tender (on line bid only to be submitted at site https:etender.hpcl.co.in are invited under two bid systemTender No. 18000010-HD-11994, Tender submission due date: Upto 12.07.2018 (15:00 Hrs.)Online Unpriced Bidopening : From 15:30 Hours on 12.07.2018.The tender details including EMD, etc. can also be viewed at HPCLwebsite www.hindustanpetroleum.com under tender section: link-Tenders and Contracts.ALL REVISIONS,CLARIFICATIONS,CORRIGENDA,ADDENDA,TIME AND DUE DATE EXTENSIONSETC., TO THE TENDER WILLBE HOSTED ON WEBSITE www.hindustanpetroleum.com along with website mentioned above. BIDDERSSHOULDREGULARLY VISIT THIS WEBSITES TO KEEP THEMSELVES UPDATED

Notice Inviting Tender This Public Tender is floated for Supply and installation of Car Parking sheds for IPS1, IPS2 and IPS3 Locations forVVSPL Project.

Currency Type Tender Fee EMD

INR 0.0 42000.0

Page 2: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

Business Rules and Terms & Conditions of Reverse Auction

Page 1 of 7

HINDUSTAN PETROLEUM CORPORATION LIMITED

Reverse Auction – Terms & Conditions and Procedure HPCL proposes to conduct Reverse auction for the items or schedules or on overall basis as specified in the tender. Please go through the Terms & Conditions and Procedure given below and submit your acceptance to the same by signing and uploading this document along with unpriced bid. Terms & Conditions

1. HPCL reserves the right to carryout ‘Online Reverse Auction’ with techno-commercially accepted bidders for determining the lowest bidder for the requirements mentioned in this tender enquiry. Reverse auction shall be conducted only when there are at least two or more “Techno-commercially” accepted vendors at Technical evaluation stage.

2. Online reverse auction shall be conducted by HPCL on a specified date and time. The

vendors shall be participating in the reverse auction from their own offices / place of their choice. Internet connectivity shall have to be ensured by the bidders themselves. HPCL shall not be held responsible for local issues, such as loss of connectivity, Internet discontinuity, and discrepancy in browser which may result in non-display of latest bid in client PC.

3. In extreme case of Server outage, network outage or failure of Internet connectivity, (or any

other unforeseen conditions) from HPCL’s end, fax/ E-Mail communication shall have to be made immediately, to concerned purchase officer of HPCL. No such request shall be entertained beyond one hour of the RA closing time. To provide equal opportunity, HPCL may decide to extend the Reverse auction at their discretion, but not as the right of the bidder. The vendors participating in Reverse Auction process shall be kept on standby for 1 Hour after RA closing time.

4. HPCL shall investigate the above matter and decision for extension of Reverse Auction shall be

based on the merit of the issues pointed out and verified by HPCL and same shall be final and binding on the vendor.

5. HPCL shall complete the investigation within two working days of receiving complaint from

any of the vendor.

6. In case of decision to extend Reverse Auction, intimation mail may go out to all vendors within a day of investigation closure. Vendors shall generally be given intimation, a day in advance before extended Reverse Auction is commenced. The Reverse Auction shall

Page 3: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

Business Rules and Terms & Conditions of Reverse Auction

Page 2 of 7

HINDUSTAN PETROLEUM CORPORATION LIMITED

commence from the last saved decrement value and shall be open for period of original duration from commencement.

7. Bidders have to confirm their willingness to participate in ‘Online Reverse Auction’ during their bid submission by ensuring compliance to the Terms & Conditions and Procedure specified herewith. Please note that non acceptance to participate in the Reverse Auction process will lead to rejection of the bid without any further evaluation.

8. HPCL will pre-decide the commercial loading, if any, on the basis of the taxes & duties

quoted by the bidder, and loading on account of commercial deviations, if any. The loading factors shall be displayed in the portal prior to the date scheduled for Reverse Auction Event.

9. Bidders are requested to understand the impact of loading factors applied on their bids at

the earliest, on getting intimation regarding same. In case of any objection to the applied loading factor same shall be brought to the notice of Purchase officer immediately. No further communication on this ground will be entertained after publishing of Reverse auction.

10. As part of Reverse Auction process, the Start Bid price(Benchmark) shall be specified by

HPCL on Reverse Auction Portal, which shall be the lowest of the price bids, as submitted by the bidders on the e-procurement portal i.e. ‘Bids opened for RA event’ and HPCL’s in-house estimate. Please note that such priced bid opening shall be system driven and therefore bidder’s identity vis-à-vis quoted price shall be confidential.

11. In case of overall evaluation tenders or schedule wise evaluation tender, the Reverse

auction shall be conducted on the bottom line, net delivered cost.

12. In case of tenders, which are evaluated on Schedule wise or Overall L1 basis, the individual item rates will get reduced on pro-rated basis as the decrements are effected during reverse auction event.

13. During the Reverse auction event, the taxes which are quoted in percentage basis will get

reduced proportionately as the RA progresses. However, Extras like Loading charges/packing charges/TPI which are quoted in per unit basis (amount terms) remains constant as the decrements are effected.

14. Vendors shall ensure to quote the statutory taxes only in percentage basis and not in

amount terms. In case of non-compliance to this clause, bids shall be liable for rejection.

Page 4: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

Business Rules and Terms & Conditions of Reverse Auction

Page 3 of 7

HINDUSTAN PETROLEUM CORPORATION LIMITED

15. System shall allow to conduct Reverse Auction on multi-currency tender/bidding. The exchange rate for converting the INR value to originally quoted currency (USD, EUR, GBP, JPY only) shall be the one which was prevailing on the date of unpriced bid opening in line with tender condition. In such cases the basic reverse Auction shall be carried out in INR currency only. However bidders having submitted bids in any of the four currencies – USD, EUR, GBP, JPY shall be able to view the basic rates ( in original currency basis conversion on the date of unpriced bid opening ) corresponding to contemplated decrement in the “show” screen. (Vendors may first check impact of decrement on item rates in original currency before submission of decrement during RA).

16. Reverse auction shall be held for a period of 60 minutes and shall be automatically extended by a further period of 5 minutes in case of receipt of any bid during the last 5 minutes of the auction period. This process shall continue until no bids are received in the last 5 minutes of the auction. Hence it may be noted that the reverse auction may continue beyond a period of 60 minutes. Thereafter reverse auction shall get automatically closed. This shall be an automated process.

17. Order may be placed on the lowest bidder, emerging out of the reverse auction process and

HPCL’s decision on award of contract shall be final and binding on all the bidders.

18. HPCL reserves the right to further rationalize the prices with lowest bidder for reducing the price at any time before ordering.

19. HPCL reserves the right to cancel the reverse auction after event is scheduled but before

actual event taking place or after the reverse auction has completed in case of failure or any other reason. The reasons for cancellation shall be conveyed to all vendors.

20. In cases where tender is required to be cancelled after opening of priced bid and

identification of L1 vendor and wherein Reverse Auction was also part of tender, reasons for cancellation shall be conveyed to the L1 vendor.

21. During Reverse Auction Process, if no bids are received within the scheduled/rescheduled

date & specified time of the reverse auction, HPCL at its discretion can scrap the reverse auction and proceed with the opening of the Electronic priced bids submitted by the bidders. In such case HPCL shall display the bidder’s identity and original rates.

22. The bid on the Reverse Auction Portal will be taken as an offer to sell. Bids once made,

cannot be cancelled / withdrawn and the bidder shall be bound to sell the material/services at the final bid price, and as per the specifications mentioned in the tender. Should the bidder back out and not make the supplies as per the rates quoted or in case the material

Page 5: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

Business Rules and Terms & Conditions of Reverse Auction

Page 4 of 7

HINDUSTAN PETROLEUM CORPORATION LIMITED

supplied/services is not as per specifications mentioned in the tender, HPCL shall take appropriate action as per the terms & conditions mentioned in the tender.

23. At the end of the Reverse Auction, HPCL will decide the successful bidder, basis the

evaluation criteria specified in the tender. HPCL’s decision on award of Contract shall be final and binding on all the Bidders.

24. HPCL shall not have any liability to bidders for any interruption or delay in access to the

reverse auction portal irrespective of the cause.

25. The participation of vendors in the tendering process shall be construed as acceptance to the terms & conditions and procedure for the reverse auction. This compliance also shall be deemed as participation in Reverse auction.

26. In case a bidder agrees for reverse auction in the un-priced bid but withdraws acceptance

any time after tender due date & time, the EMD of such bidder may be forfeited along with rejection of offer at the sole discretion of HPCL.

27. Once Auction is started, no communication from vendor shall be entertained unless it is of

the nature of any serious issue in the Reverse Auction portal.

28. The yellow color back ground on RA page of the portal indicates that the due date and time of respective Reverse Auction is over. RA shall be concluded after standby period is over and auto generated mail is received by vendor.

29. The Bidder shall not involve himself or any of his representatives in Price manipulation of

any kind directly or indirectly by communicating with other suppliers / bidders.

30. The Bidder shall not divulge either his Bids or any other exclusive details of HPCL to any other party.

31. HPCL’s decision on award of Contract shall be final and binding on all the Bidders.

32. HPCL can decide to extend, reschedule or cancel any Auction. If any changes are made by

HPCL after the first posting and the Bidder continues to access the site after the changes, it shall be presumed that the bidder has accepted the changes.

33. HPCL will not be held responsible for consequential damages, including but not limited to

systems problems, inability to use the system, loss of electronic information etc.

Page 6: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

Business Rules and Terms & Conditions of Reverse Auction

Page 5 of 7

HINDUSTAN PETROLEUM CORPORATION LIMITED

Reverse Auction Procedure 1. In case HPCL decides to conduct Reverse Auction, the qualified bidders would be

communicated on the same thru E-mails about the date and time of the Reverse Auction event. The Reverse auction event shall be conducted in the HPCL e-tender portal under link “Reverse auction”.

2. Reverse Auction shall be available to Bidder only after two factor authentication. Initially

vendor will login to the site etender.hpcl.co.in with his Login Id and password. Thereafter they shall click on the “Reverse auction” link in the portal to view/participate in ongoing/upcoming reverse auctions.

3. Brief procedure to participate in RA:

I. Bidders may click on “Reverse Auction”, followed by click on 'password' and

Download the encrypted password. II. Save the downloaded password and open Signing Utility, Select action as

"Decrypt Reverse Auction Password". III. Browse the downloaded file. Select appropriate certificate and click on

Decrypt Password. Copy the password and paste in "Password" field and click on Reverse Auction.

4. HPCL will display Start Bid price i.e., Bench Mark price (which shall be the lowest of the

price bids submitted by the bidders on the e-procurement portal i.e. ‘Bids opened for RA event’ and HPCL’s in-house estimate), which shall be visible to all the vendors at the start of the Reverse Auction.

5. Identity of bidders never gets disclosed to anyone, during reverse auction process 6. HPCL shall specify the minimum amount/percentage by which the bidders can reduce

their bids at a time on the Reverse Auction Portal. This amount is referred as the ‘bid decrement factor’ and shall be specified by HPCL.

7. Bidders shall start bidding from this Bench Mark Price. The bidder can bid lower than the prevailing Lowest Bid at any time during the event by one decrement or multiples of the Bid decrement.

8. In case the “SUBMIT QUOTE” button is not enabled after a few seconds of clicking,

vendors are urged to Re-Login to the page for viewing the latest leading bid and submit fresh quotes. The process takes less than a few seconds.

Page 7: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

Business Rules and Terms & Conditions of Reverse Auction

Page 6 of 7

HINDUSTAN PETROLEUM CORPORATION LIMITED

9. The bidder shall be able to view the following values on his screen along with the other necessary fields in the Reverse Auction:

Item-wise Leading Bid in the Auction (Delivered Cost)

Bid Placed by bidder (Delivered Cost)

Bid value contemplated by bidder before submission(Delivered Cost)

33.9.1. Bidder can reduce his bid repeatedly during the auction period

10. Bidders shall be provided information on item wise pro-rated reduction in the rates, for guidance.

11. The confirmed bid submitted by vendor during the RA process shall always reflect in the “Previous Bid” field only (red font). The field “Current bid” shall display the contemplated bid value and “Leading Bid” shall show the current lowest bid value as submitted by any of the vendors.

12. The Closing Price(s) offered by the bidders at the conclusion of the Reverse Auction shall be valid for a minimum period of 30 days or as mentioned in tender, from the date of conclusion of the Reverse Auction.

13. After the Reverse auction is over successfully and closed by purchase officer, vendor can witness the lowest rate submitted by other vendors in “Witness bid opening” link.

14. In case of Item-wise evaluation tenders, any or all items may undergo Reverse Auction

separately at the discretion of HPCL.

15. In case of Schedule-wise evaluation tenders, any or all schedules may undergo Reverse Auction separately at the discretion of HPCL.

16. In case of SOR type tenders, where vendor has quoted a single percentage plus or minus

against the offered rate, the decrement shall be applicable on the bench mark value on base of 100 (i.e. it could be 107 in case of plus 7% or 94 in case of minus 6 percent). This value shall be delivered cost i.e. inclusive of taxes and loading factor.

17. HPCL reserves right to conduct single reverse auction for multiple items with separate

decrement option.

18. Vendor shall have option to participate in multiple reverse auction if it is scheduled at the same time.

Page 8: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

Business Rules and Terms & Conditions of Reverse Auction

Page 7 of 7

HINDUSTAN PETROLEUM CORPORATION LIMITED

19. Successful vendor shall be required to submit the final prices digitally signed and

uploaded as token of acceptance without any new condition other than those already agreed to before start of auction.

20. Vendors may seek telephonic guidance before or during the Reverse auction process

from Helpdesk support at 022-4114666, between 8.00 AM to 8.00 PM on any working day, except Sundays and Public holiday.

Page 9: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

Line Details Of TenderSrl.No.

Line Description Ship To Location UOM Quantity HSN Code HPCLGSTIN

Mandatory

Overall Manadatory: Yes

1 Solar Car parking shed IPS1 11994-VR EXPANSIONEVACUATION PROJ

Each 1 37AAACH1118B1ZB

Yes

DESCRIPTION => Supply and installation of Car Parking shed strcuture with integrated solar panels and rain water harvesting system as per scope of work attached with the tenderdocument at MB Patnam (IPS-1) Booster Station Location.

2 Solar Car parking shed IPS2 11994-VR EXPANSIONEVACUATION PROJ

Each 1 37AAACH1118B1ZB

Yes

DESCRIPTION => Supply and installation of Car Parking shed structure with integrated solar panels and rain water harvesting system as per scope of work attached with the tenderdocument at JK Gudem (IPS-2) Booster Station Location.

3 Solar Car parking shed IPS3 11994-VR EXPANSIONEVACUATION PROJ

Each 1 37AAACH1118B1ZB

Yes

DESCRIPTION => Supply and installation of Car Parking shed structure with integrated solar panels and rain water harvesting system as per scope of work attached with the tenderdocument at Bogaram (IPS-3) Booster Station Location.

Page 10: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15

Online Agreed Terms and ConditionsSl.No. Description HPCL File HPCL Value Supporting

Doc. Req'd

1 WE HEREBY ACKNOWLEDGE RECEIPT OF SUBJECT E - TENDER FOR OURUSE IN PREPARING THE BID.WE UNDERTAKE THAT THE CONTENTS OFTHE BIDDING DOCUMENT SHALL BE KEPT CONFIDENTIAL ANDFURTHER THAT THE DRAWINGS, SPECIFICATIONS AND DOCUMENTSSHALL NOT BE TRANSFERRED AND THAT THE SAID DOCUMENTS ARE TOBE USED ONLY FOR THE PURPOSE FOR WHICH THEY ARE INTENDED.

- No

2 COMPLIANCE TO BID REQUIREMENT. WE HEREBY AGREE TO EACH ANDEVERY WORD ORLINE FORMING PART OF THIS TENDER DOCUMENT ANDADDENDUM OR CORRIGENDUM TO THE BIDDING DOCUMENT. WE HAVEALSO CHECKED e TENDER MESSAGE BOARD AND QUERY REPLIESISSUED BY HPCL AND THE SAMEHAS BEEN CONSIDERED IN OUR OFFER.HOWEVER, IF THERE ARE ANYDEVIATIONS TECHNICAL OR COMMERCIAL in ONLINE DEVIATION SHEETOR GENERAL RAISED BY US AGAINST THIS TENDER, THE SAME SHALL BEMENTIONED UNDER DEVIATION ,IF APPLICABLE . WE ALSO DECLARE THATDEVIATIONS MENTIONED BY US ANYWHERE ELSE SHALL BE NULL ANDVOID. WE FURTHER CONFORM THAT THE PERSONSUBMITTING THIS BID ON LINE IS AUTHORIZRED TO SUBMIT THE BID. sayCONFIRM

- No

3 Please fill Party NAME hereby declare OR clarify that we have not been banned ordelisted OR blacklisted or put on holiday list by any government or quasiGovernment agencies or Public Sector Undertakings. NOTE If a bidder has beenbanned or delisted OR blacklisted or put on holiday list by any Government orquasi Government agencies or PSUs,this fact must be clearly stated with detailsand it may not necessarily be a cause for disqualifying him.If this declaration is notgiven along with the unpriced bid, the tender will be rejected as non - responsive.

- Mandatory

4 We Messers...........confirm that we are not under liquidation, court receivership orsimilar proceedings

- No

5 NAME OF THE COMPANY OR PARTY - No

6 POSTAL ADDRESS - No

7 NAME OF THE AUTHORISED CONTACT PERSON - No

8 Mobile No. and Email id of the Authorized Contact person - No

9 TELEPHONE NO. - No

10 FAX NO. OF THE BIDDER - No

11 WHETHER REGISTERED WITH NSIC . Say YES OR NO - No

12 WHETHER COPY OF NSIC CERTIFICATE ENCLOSED . Say YES OR NOPlease upload NSIC CERTIFICATE HERE, In case applicable

- Allowed

13 NSIC REGISTRATION CERTIFICATE IS VALID UPTO - Allowed

14 MONETARY LIMIT OF NSIC - No

15 WHETHER REGISTERED AS MICRO SMALL ENTERPRISE (MSE). Say YES ORNO

- No

16 If registered as MSE,upload MSE certificate - Allowed

17 If registered as MSE,Whether owner (having more than 50 percentage share),belongs to SC OR STcategory(Yes OR No),If yes ,Please upload supporting documents for same.

- Allowed

18 E -PAYMENT BANK DETAILS. PLEASE SUBMIT AND UPLOAD DETAILS ASPER BANK MANDATE FORMAT PROVIDED WITH THIS TENDER (ANNEXURE-T TO CHAPTER-9).

- Allowed

19 PLEASE UPLOAD YOUR PAN CARD ,IN CASE NOT REGISTERED WITH HPCLFOR E -PAYMENT.

- Allowed

20 ENTITY STATUS. INDICATE YOUR COMPANY ENTITY STATUS. CorporateEntity - Public Limited OR Private Limited OR Non Body Corporate-Individuals ORHindu Undivided Family OR Partnership Firms OR Association of Persons (AOP)and upload proof of entity status.

- Mandatory

21 Whether any of the Directors of Bidder is relative of any Director of Owner or theBidder is a firm inwhich any Director of Owner or his relative is a Partner or the Bidder is PrivateCompany in whichany Director of Owner is a member or Director. (SAY YES or NO)

- No

22 Confirm your offer is in complete compliance with the scope as specified in the biddocument.

- No

23 All correspondence must be in English Language Only. Please Confirm. - No

24 Applicable Income Tax will be deducted at source as per provisions of Income Taxact read with Income Tax Rules at Prevailing Rates. Please confirm.

- No

25 Bidders to confirm that Income tax deduction at source shall be done by HPCL onpayments to be made to successful bidder,at applicable rates. Bidder to confirmhis acceptance to the same.

- No

26 Confirm your acceptance to Payment Terms mentioned in Bidding Document. - No

27 Confirm you have been registered under GST. - Allowed

28 Write your GST Registration no. here and also enclose copy of GST registrationdocuments along with unpriced bid document.

- Allowed

29 Confirm your quoted price are in line with Bidding Document. - No

30 Please confirm submission of Original Power of Attorney and also upload thescanned copy of thesame here.

- Allowed

31 Confirm your Compliance to Reverse Auction Terms and Conditions and itsprocedure

- No

32 Bidders are requested to quote with applicable GST Only. - Allowed

33 UPLOADING ANY OTHER DOCUMENTS ASKED FOR IN TENDER DOCUMENT - Allowed

34 UPLOADING ANY OTHER DOCUMENTS ASKED FOR IN TENDER DOCUMENT - Allowed

Page 11: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

35 UPLOADING ANY OTHER DOCUMENTS ASKED FOR IN TENDER DOCUMENT - Allowed

36 Arbitration Clause: Please confirm your acceptance to our Arbitration Clause,enclosed with this tender.

- No

37 The supplies made against this order shall be fully guaranteed against anymanufacturing defects OR poor workmanship OR inferior quality etc. for aminimum period of 12 months from the date of commissioning or 18 months fromthe date of supply whichever is earlier.

- No

38 Transit Insurance will be arranged by Owner, Hence Bidders are advised not toquote Transit insurance from Ex-works upto FOB Site.

- No

39 Cancellation OR Risk Purchase Clause:Please confirm your acceptance to ourPurchase Order Cancellation clause and the Risk Purchase Clause, enclosed withthis tender.

- No

Page 12: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15

Tips for bid submissionSl.No. Description HPCL File HPCL Value Supporting

Doc. Req'd

1 Tips for bid Submission TipsBidsubmission.PDF - No

Page 13: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

Tips for successful bid submission in the HPCL e-Procurement platform

As you are aware, HPCL has rolled out an improved e-Procurement portal for floating of

tenders and receiving bids. The new application is simpler and more users friendly compared

to the previous system. Further it is designed to ensure security and confidentiality of your bids

till the tender opening and provide transparency after bid opening. However, it has

been observed in few instances that vendors tend to submit their bid only in

the last hour even when they are submitting bid on this platform for the first

time and for some reasons are not able to submit their bids within due time.

The following document is prepared based on such vendor experiences, so that you can

avoid such pitfalls and successfully submit bid in the new system:

1. Please note that in the current system you are NOT required to download the tender,

take a print of the same followed by physically signing on all pages of the tender. You

are also not required to scan the signed tender document and upload the same.

Simply generate the technical bid pdf / priced bid pdf, digitally sign, encrypt and

upload same for bid submission.

2. Please start the process of bid preparation well in advance and do not wait for the

last moment to get DC validated/prepare the technical bid and priced bid. In the

current system the process mimics the manual bidding procedure. You have to enter

all the necessary technical responses in the form provided (i.e., upload necessary pdf

documents like vendor declaration form and answer the questions).You also have to

enter the rates for various items followed by taxes and preferably save the work in

your local machine(Tab-“Work without attaching doc”). Please note that during this

process we are not capturing any data entered by you in the server.

3. You get to save work only if you work in the tab “Work without attaching docs”and

you only generate the bid documents in tab “Attach doc and generate envelope”.

You will not be able to generate the bid from tab“Work w/o attaching doc”. Only

after you submit the digitally signed document, the same is stored in the server in

encrypted format. The main points are:

a. You can go to the forms any number of times and generate any number of

Technical bid pdf and priced bid pdf before you finally submit the same –

(however system will allow only for uploading the latest generated

document).

b. You may generate both the documents, digitally sign and keep it ready, in

case you want to submit the same only on last day. However, it is

recommended, not to wait till the last day as traffic congestion, unforeseen

connectivity issue or other aspects may adversely affect your bid submission

chances.

c. If you have already submitted a bid and you do not want to submit a modified

bid, you also have the option to withdraw the submitted bid. You may select

tender from home screen and go to “Prepare tender”>>”Regret” for same.

4. Please note that the larger your bid size, the lesser are the chances of successful bid

submission in the system. This is not for the fact that server cannot receive big files, but

the fact that traffic congestion, connectivity speed, type of connection and other

aspects adversely affect the time taken for upload of large files. So it may happen

Page 14: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

that the session times out before the entire upload is completed (The current session

out time is 30 minutes). The main points are:

a. Please keep the size of the bid document within 40-45 MB (max). To keep the

size of the bid document low, you must scan all the documents in low

resolution, preferably 150-200 dpi wherein the data should be legible. Further

please scan in grayscale and not color to reduce file size. For large drawings,

please scan the same in jpeg format and later covert same to pdf to reduce

size of pdf document.

b. Whenever there is a requirement to upload supporting documents like old PO

copies, or credential document, please focus on the main requirement. If the

PO copies are meant to arrive at value of jobs executed, you may scan only

the first page(where name of client is given) and last page of the PO(where

value of PO) is mentioned. This way you can avoid unnecessarily inflating the

size of bid document.

c. Pl ensure to upload all such supporting documents in your bid which can have

a financial implication while arriving at the net delivered cost as such

documents cannot be received at the technical evaluation stage.

5. In case of any doubt regarding the tender, you may raise queries to clarify the same

before due date. Please remember that for every tender, the query start date and

query end date is specified in the first page of the tender document. You cannot raise

any query after the query end date is over, so it makes sense to start the bid

preparation process early.

6. And finally, if you have any issue during the bid preparation process, pl get in touch

with e-procurement helpdesk at 022-42100111 and seek help. However, you must

seek help at least two to three days (min) in advance so that if there is really any

issue, we have time to remedy the same. You will realize that, helpdesk can do very

little if you are calling up helpdesk on the last day/last hour.

Supplementary section on saving work

As with any application, the e-procurement application also has multiple options to

generate the bid documents based on requirement of vendors. The two broad

classification to generate bid document, be it “Pre-qualification bid” or “Technical/Priced

bid” are as follows:

1. Low value tender having 20-50 items and limited uploads/questions- Most of the

tenders floated by locations are of this nature. Since the No of items where rate is

to be entered is very limited and there are not too many questions, vendors can

directly click on “Prepare tender”>> “Generate Technical/Priced bid” >> “Attach

document and generate envelope”, enter the item rates, upload documents etc

and directly click on “Generate technical bid”, followed by “Generate Priced

bid”. However, there is no option to save the work. So if the vendor wishes to

resubmit the bid with modified rates, they have to enter rates for all items again

and similarly enter all other responses again. While this method is very fast for

generation of bids, it requires full efforts in redoing same if need arises.

2. Moderate to high value tender having more than 50 items and other

uploads – Though the number of such tenders is lesser, these are more crucial in

nature for obvious reasons. For such tenders, the first method of generating bid

can be very risky as there is no option to save interim work. Further, the session

Page 15: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

out time for application is 30 minutes, which means if you do not click on

“generate bid” button within 30 minutes of landing in the page the work can get

lost. The correct method is as follows:

a. Click on “Prepare tender” >> “Generate Technical/Priced bid” >> “Work

without attaching document”. Here you must enter the rates, enter

responses to question etc, except for uploading the documents. Once you

have made adequate entries and nearing 20 minutes, please click on the

tab “Save work on local computer”, show the path as “Desktop” or “My

document” etc and save your work”. An xml file containing your data will

get saved in your computer.

b. Now click on “Upload values from local computer” and show path of

saved document. The rates and responses will get filled up till the previous

work done and you can fill up rates of balance items from that point. Save

your work when you are approaching 20 minutes. You can do this as

many times required. The main advantage is that your work is always

saved and available for use.

c. Once you are through with all the rates and responses, you may click on

the tab “Generate Technical and Priced bid envelope”>> “Attach doc

and generate envelope”. Now click on the tab at the bottom of screen

“Update value from local computer”. You will see that all the item rates

and responses have got populated against appropriate section. Now you

may show path of documents to be uploaded if any.

d. Once you find that all rates are entered, responses are filled up and

documents are uploaded, you may click on “Generate technical bid

envelope” followed by “Generate Priced bid envelope”. You will get an

option to save document, which can be saved in “desktop” or My

documents”.

e. Please note that in case you want to modify some value in your bid

document simply click on “Update value from local computer” and show

path of xml file. The values will be filled up on screen and will be available

for editing. You may make necessary changes and then again “Generate

technical bid envelope” followed by “Generate Priced bid envelope”.

f. Please remember to upload only the latest generated xml file.

3. The final step requires you to check the pdf document for correctness. If found Ok,

it is required to be digitally signed. The digitally signed document is then required

to be encrypted by using the “Bid encryption utility”, hosted in “utility” tab. This

encrypted document shall be submitted by you.

4. Please ensure that you are uploading only the latest generated “Technical bid

envelope” and “Priced bid envelope”, after digitally signing and encrypting the

same.

5. It is recommended that you use the “Signing cum encryption utility” for signing

and encrypting the document in one step. Alternately you may install and use

“Jsignpdf”, which is license free signing utility only for signing.

6. It is also recommended that you check the hash of the document and match it

with the hash value given on the screen prior to uploading of bid document.

Please refer “Manual for checking hash before and after signing”.

Page 16: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15

Tender DocumenstSl.No. Description HPCL File HPCL Value Supporting

Doc. Req'd

1 Tender Final Tender Document.pdf - No

Page 17: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 1 of 170

HINDUSTAN PETROLEUM CORPORATION LIMITED

VIZAG-VIJAYAWADA-SECUNDERABAD (VVSPL) PIPELINE CAPACITY AUGMENTATION PROJECT

(TENDER NO – 18000010-HD-11994)

(WP Ref No.: 14495-00-PP-ITT-0047)

BIDDING DOCUMENT FOR SUPPLY AND INSTALLATION OF CAR PARKING SHEDS

FOR IPS1, IPS2 & IPS 3 LOCATIONS

Prepared by:

WorleyParsons India Pvt. Ltd, 5TH Floor, B wing, “I Think” Lodha Techno Campus Off Pokhran Road No. 2 Thane (West) 400607, Maharastra Telephone: +91 22 6781 8000 Facsimile: +91 22 6781 8080 www.worleyparsons.com

© Copyright 2018 WorleyParsons

Page 18: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 2 of 170

TABLE OF CONTENTS

I Chapter 1 Notice Inviting Tender - Domestic Competitive Bidding

Invitation For Bids (IFB) / e-tender

II Chapter 2 Instructions to Bidders E-Tender Instructions

III Chapter 3 Special Conditions of Purchase (SCP)

IV Chapter 4 4a General Terms and Conditions for Work Contracts 4b General Terms and Conditions for Supply

V Chapter 5 A Terms and conditions for Erection, Testing and Commissioning

B Terms and conditions for Training C Terms & Conditions for Annual Maintenance Charges

VI Chapter 6 Bid Form and Price Schedule Formats

VII Chapter 7 Delivery Schedules

VIII Chapter 8 Agreed Terms & Conditions – Questionnaire

IX Chapter 9 Proformae / Annexures

A : Bid Security Form

B : Contract Performance Bank Guarantee

C : Letter of Authority for attending Pre-Bid Meeting and Subsequent Negotiations/Conferences

D : Declaration Form

E : Undertaking of Adequate Capacity

F : Bidder’s Queries

G : MSME/ NSIC Certificate Details

H : Certificate of Non-Involvement of Agent

I : Proforma for Details of Indian Agent

J : Composite BG - Mobilization Advance, Security Deposit/ Retention Money/Performance Guarantee

K : Bidder’s General Information

L : Annual Turnover Form M : Integrity Pact

N: Bank Guarantee Format Mobilization advance

P : Technical Check list

Q : Reference list

Page 19: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 3 of 170

R : Compliance Statement

S : Grievance Redressal Mechanism

T : Advice from supplier/contractor for E-payment

U : Reverse Auction Clause

V: Detailed Addresses of sites

X : Bank Guarantee For Security Deposit

Y : Arbitration Clause

Z : P.F. Registration TDS / TAN / ESIC

AA : Plant and Equipment owned by Bidder

AB : Proposed Head Office and Site Organization

AC : List of Technical Staff

AD : Details of Measuring & Testing Equipment

AE: Commercial Questionnaire

AF: Check List for Submission of Bid

X Chapter 10 1. Contractor HSE Management Plan 2. Scope of Work– (SOW No. 14495-00-CI-SOW-0005)

Page 20: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 4 of 170

Chapter – 1

- Notice For Public Domestic Invitation For Bids (IFB) - Invitation For Bids (IFB) / e-tender

Page 21: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 5 of 170

DOMESTIC PUBLIC NOTICE INVITING TENDER

M/s. WorleyParsons India Pvt. Ltd. on behalf of Hindustan Petroleum Corporation Limited (HPCL) invites electronic bids (e-tenders) under Single Stage two bid system for Supply and Installation of Car Parking Sheds For IPS1, IPS2 & IPS 3 Locations from eligible Bidders for Vizag Vijayawada Secunderabad Pipeline (VVSPL) Capacity Augmentation Project, as per details given in the Tender Document :-

TENDER NO : 18000010-HD-11994 JOB : SUPPLY AND INSTALLATION OF CAR PARKING SHEDS FOR IPS1, IPS2 & IPS 3 LOCATIONS

1.0

a) Bidding document on Website From 21/06/2018 to 12/07/2018 (15:00Hrs IST)

b) Last date of Receipt of bidder’s queries

28/06/2018 (15:00 Hrs. IST) Note: Please note all queries are to be uploaded at website : https://etender.hpcl.co.in

c) Pre-bid meeting date & place Not applicable.

d) Bid Due date and time of Online submission of bid

Up to 15:00 Hrs. (IST) on 12/07/2018

e) Online Opening Of Techno- Commercial Unpriced bid date and time

At 15:30 Hrs. (IST) on 12/07/2018

f) Earnest Money Deposit / Bid Security As per Clause No. 04

g) Tender Document Fee Not applicable

h) Online Price Bid Opening/Reverse Auction

Date & time shall be intimated to techno -commercially accepted bidders only at later stage before price bid opening/Reverse Auction.

Page 22: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 6 of 170

DETAILED NOTICE FOR INVITATION FOR BIDS

UNDER PUBLIC-DOMESTIC COMPETITIVE BIDDING FOR

SUPPLY AND INSTALLATION OF CAR PARKING SHEDS FOR IPS1, IPS2 & IPS 3 LOCATIONS FOR VIZAG-VIJAYAWADA-SECUNDERABAD (VVSPL)

PIPELINE CAPACITY AUGMENTATION PROJECT OF M/S HINDUSTAN PETROLEUM CORPORATION LTD.

(BIDDING DOCUMENT NO: 18000010-HD-11994)

(WP REFERENCE NO: 14495-00-PP-ITT-0047)

M/s Hindustan Petroleum Corporation Limited (hereinafter referred to as "HPCL") has appointed WorleyParsons India Pvt. Ltd. (hereinafter referred to as "WorleyParsons") as EPMC for the project. WorleyParsons on behalf of HPCL invites Bids through e-tendering on Domestic Competitive Bidding basis for Supply and Installation of Car Parking Sheds For IPS1, IPS2 & IPS 3 Locations for VVSPL Capacity Augmentation Project (VVSPL) under single stage two-bid system from competent suppliers meeting the Bidder Qualification Criteria (BQC) as detailed herein. Bids submitted online in e-tender portal of HPCL https://etender.hpcl.co.in shall only be considered for processing.

1.0 BRIEF PROJECT DETAILS:

HPCL is currently pursuing to expand Vizag refinery from the current name plate capacity of 8.3 MMPTA to 15 MMTPA with a yield of 11.85 MMTPA for MS, HSD & SKO. In-line with refinery expansion plan, HPCL is also planning to take up capacity augmentation of existing VVSPL (Vizag Vijayawada Secunderabad Pipeline) from 5.38 MMTPA to 7.9 MMTPA simultaneously.

Capacity augmentation is proposed by implementation of new pump stations at existing IPS-1 (Ch. 92.9 km), IPS-2 (Ch. 264.5 km), SV-17 Station and also by upgrading the existing booster pump facilities in Vizag, Rajahmundry, Vijayawada, Suryapet and in Secunderabad. It also covers formulating and integration of new facilities with existing Electrical, Instrumentation, PLC, SCADA, APPS including LDS, OWS system, piping arrangements.

2.0 SCOPE OF SUPPLY:

The scope of work includes (but not limited to) the Design, Engineering, Procurement of material / Components/bought out items, Supply, Manufacturing, Fabrication, Assembly, Painting, Inspection, Testing, Packing & Forwarding, Delivery and Installation, Commissioning for SUPPLY AND INSTALLATION OF CAR PARKING SHEDS FOR IPS1, IPS2 & IPS 3 LOCATIONS, complete with all the associated necessary accessories in compliance with attached Material Requisition for VVSPL Capacity Augmentation Project, (As per Scope of Supply & Works mentioned in e-tender)

Page 23: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 7 of 170

3.0 BIDDER QUALIFICATION CRITERIA (BQC):

3.1 TECHNICAL CRITERIA 3.1.1 Bidder shall meet all the following criteria:

Bidder shall have proven track record of having successfully executed similar work comprising of Supply, installation, testing and commissioning of smart inverted canopies with Solar and Rainwater harvesting component works for covered areas during the last 7 years reckoned from 31/05/2018.

3.1.2 The Bidder, during the last seven years ending 31/05/2018, should have successfully completed *Similar Work Order(s) meeting either of the following criteria:-

Domestic Bidders

Sl. No.

Details

One Similar

(*) order executed &

completed of value not less

than

Or Two Similar (*)

order executed & completed each of value not less than

Or Three Similar (*) order executed &

completed each of value not less than

INR (IN LAKHS)

1 Supply & installation of Car Parking Sheds

17 11 8.5

*Definition of Similar Work: “The similar work mentioned above is works involving “Supply, installation, testing and commissioning of smart inverted canopies with Solar and Rainwater harvesting component works for covered areas”.

Note:

1. Bidder shall quote for all line items and the evaluation criteria will be overall lowest. 2. Bidder shall submit the dealership / manufacturer authorization certificate for supplied items in

case the bidder is an authorized dealer / representative of the manufacturer.

3. Bidder shall furnish necessary documentary evidence by uploading the documents in the e-portal of HPCL, such as notarized copies of purchase order/work order (clearly indicating scope of work), inspection release note, final invoice, and certified bills from client, completion certificates from client.

4. For the Bidders who are submitting Purchase orders against bid qualification criteria in a currency other that INR and USD, purchase order value/Financial statements etc. will be converted into Indian Rupees at the Bill selling rates as on date of issue of Purchase Order, as available in State Bank of India, Mumbai. In case, exchange rate is not available in State Bank of India (Mumbai), alternative sources viz. Economics Times shall be considered for all the currencies.

3.2 COMMERCIAL

3.2.1 FINANCIAL CRITERIA:

Bidder shall meet all the following criteria:

Page 24: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 8 of 170

Bidder shall have achieved minimum average Annual Financial turnover as per audited financial results in the last 3 financial / calendar (2015, 2016, 2017) for companies having financial year ending in December or 2014 -2015, 2015 - 2016, 2016- 2017 for companies having financial year having other than December.

Sr. No.

Schedule Details

Average Annual financial turnover during the last 3 years, ending 31st March 2017, should

be at least Rs. (In Lakh)

1 Supply & Installation of Car Parking Sheds 6.5

3.2.2 NET WORTH: Net worth of the bidder for financial year ending 31st March 2017* should be positive. However it will not be applicable for PSUs approved by HPCL.

Note: (*): 1. In case Bidders’ financial statements are audited in calendar year, bidder’s Average Annual

financial turnover during the last 3 years, ending Dec- 2017 shall be checked against criteria stated at clause no. 3.2.1 above & Net worth ending Dec- 2017 against criteria stated at clause no. 3.2.2 above.

2. Bidder shall furnish necessary documentary evidence by uploading the documents in the e-

portal of HPCL, such as notarized copies of audited Annual Report/Balance Sheet for last

three years as mentioned above, Original Certificate from Chartered Account indicating

Turnover & Net worth.

3.3 GENERAL:

3.3.1 Bidder shall meet the technical as well as commercial qualification criteria as stated above. Support documents pertaining to bidders Qualification criteria have to be uploaded under Bid common forms Tilted “Bidders Qualification Criteria”. Two formats namely BQC –Technical & BQC-Financial are given in tender common forms under the same heads. These documents after duly filled, signed & stamped have to be uploaded under similar heads provided in Bid Common Forms. In absence of requisite documents, HPCL / WorleyParsons reserve the right to reject the Bid without making any reference to the Bidder.

3.3.2 The bid evaluation procedure is specified in bid document. 3.3.3 OTHER INFORMATION

1.0 Parties who are affiliates of one another can decide which affiliate will make a bid. Only one affiliate may submit a bid. Two or more affiliates are not permitted to make separate bids directly or indirectly. If two or more affiliates submit a bid, then any one or all of them are liable for disqualification. However up to 3 affiliates may make a joint bid as a Consortium and in which case the conditions applicable to a Consortium shall apply to them. "Affiliate" of a party shall mean any company or legal entity which:

a) Controls either directly or indirectly a party, or b) Which is controlled directly or indirectly by a Party; or c) Is directly or indirectly controlled by a company, legal entity or partnership which

Page 25: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 9 of 170

directly or indirectly controls a party. "Control" means actual control or ownership of at least a 50% voting or other controlling interest that gives the power to direct, cause the direction of the management and material business of the controlled entity.

2.0 Bids may be submitted by:

a) A single person/entity (called sole bidder); b) A newly formed incorporated joint venture (JV) which has not completed 3 (three)

financial years from the date of commencement of business; c) A consortium (including an unincorporated JV) having a maximum of 3 (three)

members; d) An Indian arm of a foreign company.

3.0 Fulfillment of Eligibility criteria and certain additional conditions in respect of each of

the above four (4) types of bidders are stated below, respectively: a) The sole bidder (including and incorporated JV which has completed three (3)

financial years after date of commencement of business) shall fulfill each eligibility criteria.

b) In case the bidder is a newly formed and incorporated joint venture and which has not completed three (3) financial years from the date of commencement of business, then either the said JV shall fulfill each eligibility criteria or any one constituent member/promoter of such a JV shall fulfill each eligibility criteria. If the bid is received with the proposal that one constituent member/promoter fulfills each eligibility criteria, then this member/promoter shall be clearly identified and he/it shall assume all obligations under the contract and provide such comfort letter/guarantees as may be required by Owner. The guarantees shall over inter alia the commitment of the member/promoter to complete the entire work in all respects and in a timely fashion, being bound by all the obligations under the Contract, an undertaking to provide all necessary technical and financial support to the JV to ensure completion of the work, etc.

c) In case the bidder(s) is/are a consortium (including an unincorporated JV), then the following conditions shall apply:

1) Each member in consortium may only be a entity and not an individual person; 2) The bid shall specifically identify and describe each member of the consortium; 3) The consortium member descriptions shall indicate what type of legal entity the

member is and its jurisdiction of incorporation (or of establishment as a legal entity other than a corporation) and provide evidence by a copy of the articles of corporation (or equivalent documents);

4) One participant member of the consortium shall be identified as the “Prime member” and contracting entity for the consortium;

5) This prime member shall be solely responsible for all aspects of the Bid/proposal including the execution of all tasks and performance of all consortium obligations;

6) The prime member shall fulfill each eligibility criteria; 7) A commitment shall be given from each of the consortium members in the form of a

letter signed by a duly authorized officer clearly identifying the role of the member in the Bid and the member’s commitment to perform all relevant tasks and obligations in support of the Prime/lead member of the Consortium and a commitment not to withdraw from the consortium;

8) No change shall be permitted in the number, nature or share holding pattern of the consortium members after pre-qualification, without the prior written permission of the Owner (HPCL).

9) No change in project plans, timetables or pricing will be permitted as a consequence of any withdrawal or failure to perform by a consortium member;

10) No consortium member shall hold less than 25% stake in a consortium; 11) Entities which are affiliates of one another are allowed to bid either as a sole

Page 26: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 10 of 170

bidder or as a consortium only; 12) Any person or entity can bid either singly or as a member of only one consortium.

d) In case the bidder is an Indian arm (subsidiary, authorized agent, branch office or

affiliate) of a foreign bidder, then the foreign bidder shall have to full fill each eligibility criteria. If such foreign company desires that the contract be entered into with the Indian arm, then a proper back to back continuing (parent company) guarantee shall be provided by the foreign company clearly stating that in case of any failure of any supply or performance of the equipment, machinery material or plant or completion of the work in all respects and as per the warranties/guarantees that may have been given, then the foreign company shall assume all obligations under the contract. Towards this purpose, it shall provide such comfort letter/guarantees as may be required by Owner. The guarantees shall cover inter alia the commitment of the foreign company to complete the entire work in all respects and in a timely fashion being bound by all the obligations under the contract, an undertaking to provide all necessary technical and financial support to the Indian arm or to render the same themselves so as to ensure completion of the contract when awarded, an undertaking not to withdraw from the contract till completion of the work etc.

Page 27: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 11 of 170

4.0 EARNEST MONEY DEPOSIT (EMD) / BID SECURITY: Bid Security / EMD shall be as mentioned below: -

Sr. No.

Schedule Details

EMD - Domestic Bidder

( in INR)

1 Supply & Installation of Car Parking Sheds 42,000.00

Note:

(a) The requirement of bid security shall be as defined in the ‘Note’ under clause 3.1 above.

(b) Public Sector Enterprises and Small scale industries (Registered with NSIC) are exempted

from submission of Bid Security. However to claim the exemption Public Sector Enterprises shall submit a declaration on their letter head and Small Scale Industries shall submit valid copy of NSIC Registration Certificate.

(c) In case of Consortium (including an unincorporated JV), the bid security shall be submitted by

the “Prime Member”. 4.1.1 The bid security/EMD is required to protect the Owner against the risk of Bidder’s conduct, which

would warrant the security’s forfeiture.

In e-tenders, a scanned copy of Bid Security/EMD or MSE Certificate seeking exemption shall also to be uploaded with the offer at e-portal https://etender.hpcl.co.in. EMD shall be accepted in the form of demand draft/ pay order, banker’s cheque (in favour of “ Hindustan Petroleum Corporation Limited ”, payable at Bangalore), issued by any Scheduled bank other than cooperative bank or in the form of Irrevocable Bank Guarantee issued by any Scheduled bank other than cooperative bank in case of Domestic Bidder.

In case EMD is submitted in the form of Bank Guarantee by Domestic Bidder, it should be made on non-judicial stamp paper of appropriate value (denomination) and should be valid for SIX (6) months from due date / extended due date of the tender (as per the proforma attached in the General Terms and Conditions in the format at Annexure-A of Chapter-9), however, demand draft / pay order/ Banker’s Cheque may be valid for three months for Domestic as well as foreign bidders. Cheque / FDR or EMD in any other form shall be treated as offer without EMD and shall not be acceptable. Bid Security received late due to any reasons shall be rejected.

4.1.2 EMD (original instrument: DD/Pay order/ Banker’s Cheque OR Bank Guarantee)/ EMD exemption document should be kept in separate envelope (super-scribed with tender number, job & due date) and should be deposited by tender due date and time, in the tender box provided in the office of :-

Shri. D P SRIVASTAVA

Manager - Purchase Hindustan Petroleum Corporation Limited

VVSPL Capacity Augmentation Project 2nd Floor, No.332, Darus Salam Building Queen's Road

Page 28: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 12 of 170

Bangalore-560052 India. 4.1.3 In case the EMD (original instrument) is not deposited in the tender box (as mentioned above) by

tender due date and time, the offer of bidder shall be rejected. Owner / Consultant shall not be responsible for any postal delays or non-receipt of EMD by tender due date and time, reasons whatsoever.

4.1.4 Bidders are requested to advise their BANKS not to post Bank Guarantee/or any Other EMD/Bid

security document directly to HPCL, as the Bid Security/EMD is to be submitted as mentioned in para 4.1.2.

4.1.5 The EMD shall be held interest free and no bank charges shall be payable by Owner / Consultant

towards the EMD submitted by the bidders. 4.2 EMD FORFEITURE (In case EMD is applicable) AND FURTHER ACTION AS PER

CORPORATION’S (HPCL) POLICY:-

EMD submitted by the bidder for subject tender shall be forfeited in following cases:- (i) Withdrawal of bid in interval between the deadline for submission of bids and

the expiration of the period of bid validity specified by the bidder (To be read in conjunction with clause no. 12.3 of ITB).

(ii) Unsolicited post bid modification (To be read in conjunction with clause no. 15.8 of ITB). (iii) Price changes against technical/commercial clarification, if any, in line with

terms & conditions of enquiry documents are not allowed. (To be read in conjunction with clause no. 15.8 of ITB)

(iv) Conditional Price Bids. (v) Non –Withdrawal (by evaluated lowest bidder) of deviations mentioned elsewhere other

than on-line deviation sheet. (vi) Any new deviation stipulated after tender due date (To be read in conjunction with point

no. 12.4 of ITB) (vii) Unsolicited Post Bid Revision in Taxes & Duties. (viii) Violation of Integrity Pact (If Applicable).

DISCLAIMER:- Besides above, Owner/Consultant reserves the right to forfeit the EMD of bidder (In case

EMD is applicable) and take further action as per corporation’s (HPCL’s) policy in case bidder deviates from his submitted offer / adopt unfair practices.

4.3 REFUND OF BID SECURITY / EARNEST MONEY DEPOSIT

EMD should be refunded to other than lowest evaluated bidder(s), immediately upon completion of price evaluation, by means of A/c Payee cheques or e-payment. The successful Bidder’s bid security will be discharged upon the Bidder’s accepting the Contract/ Purchase Order, and furnishing the requisite bank guarantee / security Deposit in line with the tender terms and conditions.

5.0 DELIVERY PERIOD: Refer Chapter – 7 for completion period. 6.0 PRE-BID MEETING – IF APPLICABLE: 6.1 Pre-Bid Meeting shall be held as mentioned in Clause No.1.0 of NIT.

Page 29: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 13 of 170

6.2 All question/ queries should be referred to Owner/Consultant not later than 3 (three) days before Scheduled date of pre-bid meeting and HPCL/WorleyParsons reserves the right not to entertain any pre-bid query after cut-off date. Reply to Pre-Bid Queries shall be hosted on HPCL Tender website.

6.3 Bidders in their own interest are advised to take part in the pre-bid meeting by deputing their

competent personnel. This will help bidder not only to cut short of the evaluation time leading to requirement of shorter bid validity but also enable them to submit their best prices based on the clear techno-commercial scope.

7.0 GENERAL

7.1 Owner /Consultant reserve the right to carry out capacity & capability assessment of the bidder

using in –house information and past performance.

7.2 Owner/Consultant shall not be responsible for any costs or expenses incurred by Bidder in

connection with the preparation or delivery of Bids, site-visit and other expenses incurred during

bidding process, regardless of the outcome of the bidding process.

7.3 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.

7.4 Canvassing in any form by the bidder or by any other agency on their behalf may lead to

disqualification of their bid.

7.5 Unsolicited clarifications to the offer and / or change in the prices during the validity period would

render the bid liable for rejection.

7.6 Bidder shall not be under liquidation, court receivership or similar proceeding.

7.7 Net Worth of bidder shall be calculated as per the formula below:

Net worth 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 net worth 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 Net worth shall be as follows:

Paid up share capital XXXX Add: Share Application Money pending allotment XXXX Add: Reserves (As defined Above) XXXX Less: Accumulated Losses XX Less: Deferred Revenue Expenditure to the extent not written off

XX

Net worth XXXX

7.8 In case a bidder 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

Page 30: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 14 of 170

auditor/ chartered accountant of the bidder certifying that separate annual report of bidder is not

prepared and audited.

7.9 In the event of submission of any document / certificate/ Audited Annual Financial Results 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.

7.10 Owner /Consultant will follow purchase preference policy as per prevailing guidelines of Govt. of

India.

7.11 Clarification if any, can be obtained (on working days, between 09:00 Hrs to 16:00 Hrs) through

Telephone nos: +91 22 66515701 Ext: 1170 and/or E-mail:

[email protected]; ( Project Manager)

However, It is Mandatory for Bidder to upload all pre-bid queries, if any, only at website

https://etender.hpcl.co.in. Only for those queries, Owner & Consultant would be able to reply

For any technical queries related to operation of the portal please send mail to

[email protected] OR please call us at 022-41146666. The helpdesk support is

available 6 days a week from 8AM to 8 PM (except public holidays).

Sr. Manager- Procurement & Contracts

WorleyParsons India Pvt. Limited

Page 31: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 15 of 170

Chapter – 2

INSTRUCTION TO BIDDERS (ITB)

Page 32: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 16 of 170

INDEX

SR. NO. DESCRIPTION

1.0 COST OF BIDDING

2.0 BID DOCUMENT

3.0 AMENDMENT OF BID DOCUMENT

4.0 LANGUAGE OF BID

5.0 BID PARTS

6.0 DOCUMENTS COMPRISING THE BIDS

7.0 BID FORM AND PRICE SCHEDULE

8.0 PREPARATION & SUBMISSION OF BIDS

9.0 BID DUE DATE & TIME

10.0 PERIOD OF VALIDITY OF BIDS

11.0 LATE BIDS

12.0 MODIFICATION & WITHDRAWAL OF BIDS

13.0 OPENING OF BIDS

14.0 BID PRICES & BIDDING CURRENCY

15.0 EVALUATION OF BIDS

16.0 REJECTION CRITERIA

17.0 COMPARISION OF BIDS

18.0 CONTACTING THE OWNER/ OWNER’S CONSULTANT

19.0 AWARD CRITERIA

20.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

21.0 NOTIFICATION OF AWARD

22.0 ISSUE OF PURCHASE ORDER

23.0 REBATE

24.0 FRAUDULENT PRACTICES

25.0 REVERSE AUCTION 26.0 QUOTED PRICES - PRICE SHALL BE QUOTED CONSIDERING

Page 33: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 17 of 170

CHAPTER-2

INSTRUCTIONS TO BIDDERS (ITB)

1.0 COST OF BIDDING

1.1 The Bidder shall bear all costs associated with the preparation and submission of the bid, and Owner/ Consultant will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

2.0 BID DOCUMENT

2.1 The bidder is expected to examine all instructions, forms, terms and specifications in the bid document. The Notice Inviting Tender ,Invitation for Bids (IFB) together with all its attachments thereto, shall be considered to be read, understood and accepted by the bidder, unless deviations are specifically stated seriatim by the bidder. Failure to furnish all information required by the bid document or submission of a bid not substantially responsive to the bid documents in every respect will be at bidder’s risk and may result in the rejection of his bid.

2.2 The bidder's scope of supplies as specified in the Material Requisition shall be in strict compliance with the scope detailed therein and in the bid document.

3.0 AMENDMENT OF BID DOCUMENT

3.1 At any time prior to the bid due date, the Owner may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bid Document.

3.2 The amendment/corrigendum to tender shall be published at Owner's e-PORTAL

https://etender.hpcl.co.in and HPCL's website www.hindustanpetroleum.com. Bidders are advised to visit these websites regularly to keep themselves updated. In case bidder has submitted the online bid before corrigendum, such bidder shall be required to modify /edit the already submitted bid before tender submission due date/extended due date, whichever is later. In case of bidder submitted the bid without compliance /confirmation /acceptance to corrigendum, he shall not be allowed to revise the bid price /rates on account of compliance/acceptance /confirmation to corrigendum. Such bidder shall be given opportunity during evaluation to accept/confirm compliance to corrigendum without revision in rates and taxes, failing which the bid shall be rejected at the sole discretion of the Owner

3.3 In order to afford prospective Bidder, reasonable time in which to take the amendment into

account in preparing their bids, the Owner may, at its discretion, extend the bid due date.

4.0 LANGUAGE OF BID

4.1 The bid prepared by the Bidder and all correspondence/ drawings and documents relating to the bid exchanged by Bidder and the Owner/Consultant shall be written in ENGLISH language, provided that any printed literature furnished by the Bidder may be written in another language so long as accompanied by an ENGLISH translation, in which case, for the purpose of interpretation of the bid, the English translation shall govern.

4.2 In the event of submission of any document / certificate / Audited financial report 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 certified by local Chamber of Commerce of Bidder’s country.

5.0 BID PARTS

5.1 Bid shall be in two parts. Part-I shall be unpriced bid & Part-II shall be priced bid. Bidder shall

Page 34: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 18 of 170

include Bid Security, Integrity pact duly signed & stamped, unpriced price Schedule duly filled as “quoted” in each cell of price Schedule etc. shall be submitted with Part-I. Duly filled Part-II with price figures shall be submitted in Part-II (in e-portal of HPCL).

6.0 DOCUMENTS COMPRISING THE BIDS

6.1 The bid prepared by the Bidder shall comprise the following components:

6.1.1 UNPRICED BID( PART-I):

a) Physical Documents:

� Bid Security - Original DD / BG.

� NSIC / MSE Registration certificate in lieu of EMD.

� Power of Attorney of bidder’s representative digitally signing the bid document

� Duly signed & stamped Integrity Pact.

Physical documents in seal envelope containing above documents shall be super scribed

with Tender no, Due date and name of the Job to be submitted at the following address on

or before Bid Due date and time :-

Shri D P Srivastava

Manager - Purchase Hindustan Petroleum Corporation Limited VVSPL Capacity Augmentation Project 2nd Floor, No.332, Darus Salam Building Queen's Road Bangalore- 560052. India. In e-tenders, a scanned copy of Bid Security/EMD or MSE Certificate seeking exemption shall also to be uploaded with the offer at e-portal https://etender.hpcl.co.in.

i. In case Bid Security / EMD is not received as per Clause 04 of NIT (Global Notice Inviting Tender) the offer of the bidder shall be rejected.

ii. In case of availing exemption, NSIC / MSE Certificate as per the requirement of Clause 04 of NIT (Global Notice Inviting Tender) shall be submitted, wherever applicable.

iii. Bidders are advised to instruct their banks not to post Bid Security directly to HPCL as the same has to be deposited as explained above.

b) Documentary evidence establishing Bidder's claim for meeting Bidder Qualification Criteria

as stipulated in the Bid Document. Owner/Consultant reserve the right to call the bidder

during evaluation along with originals for verification of the documents submitted by the

bidder in his bid. OWNER / CONSULTANT also reserve the right to get the documents

(purchase orders, completion certificates and other documents submitted by the bidder)

verified/ confirmed by the issuing authority of these documents.

c) 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;

d) Tender document including Corrigendum, if any, and subsequent correspondences duly

stamped and signed on each page as a token of acceptance. Please note no hard copy of

documents shall be taken in case of e-tender except the documents stated in the note at

the end of this clause.

e) All form and format dully filled in.

f) Copies of Purchase Orders, Financial Statement (Audited Balance Sheet including, Profit

& Loss Account, Schedule and Independent Auditor Report) for last three preceding

financial years.

Page 35: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 19 of 170

g) Taxes & Duties Statement – shall be same as filled in Price Schedule & should not be

separately submitted by the bidder.

h) Agreed Terms & Conditions duly filled-in & online.

i) Integrity Pact

j) Any other information/details/documents/data required as per Bid Document.

k) NOTE: The documents sought under clause 6.1.1 a are to be received by OWNER by bid

submission date & time in hard copy. However, scanned copies of documents under

clause 6.1.1 a along with balance documents are to be uploaded at OWNER e-tender

website. 6.1.2 PRICED BID ( PART-II):

a) It shall consist of Price Bid only. It shall be uploaded on the e-portal https://etender.hpcl.co.in

b) Bidders are advised to ensure that the Price Bid is quoted and uploaded in the e-procurement system. Quoted price shall include Basic cost, packing charges, loading charges, Insurance, Freight and any other charges, if any.

c) Bidders have to ensure that Bid Price is not mentioned anywhere in the Techno Commercial bid, failing which the bid is liable to be rejected.

7.0 BID FORM & PRICE SCHEDULE FORMAT

7.1 The bidders shall complete the Bid Form and appropriate Price Schedule Format furnished in the Chapter 6 of Bid Document, indicating the required information.

8.0 PREPARATION & SUBMISSION OF BIDS

8.1 Bids shall be submitted at the address by the due date & time.

8.2 Documents mentioned in the Bid Document shall be submitted along with the bid by the Bidder.

8.3 Addenda/Corrigenda to the Bid Document, if issued, must be signed and submitted along with the bid.

8.4 Bidders are advised to submit bids based strictly on the terms & conditions and specifications contained in the Bid Document and not to stipulate any deviations.

8.5 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 failing which all bids submitted by such bidder directly & indirectly , shall stand rejected and BID SECURITY shall be Forfeited.

9.0 BID DUE DATE AND TIME

9.1 Bid is required to be submitted through OWNER e-PORTAL https://etender.hpcl.co.in only, on or before the Bid submission date and time.

9.2 The Owner may, at its discretion, on giving reasonable notice by letter/fax/e-mail, or any written communication to all prospective Bidders who have been issued the bid documents, extend the bid due date, in which case all rights and obligations of the Owner and the Bidders, previously subject to the bid due date, shall thereafter be subject to the new bid due date as extended.

9.3 Request for extension of tender submission due date, if any, shall be considered at the sole discretion of Owner. However, Owner reserves the right not to entertain any request for extension received within two (2) days of tender submission due date/time.

10.0 PERIOD OF VALIDITY OF BIDS

10.1 Bids shall be kept valid for 120 days from the final bid due date. A bid valid for a shorter period

shall be considered as non-responsive and will be liable for rejection.

Page 36: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 20 of 170

10.2 The Bidder shall not be entitled during the said period of 120 days, without the consent in writing of the Owner to revoke or cancel its bid or to vary the bid given or any term thereof. In case of Bidder revoking or cancelling its bid without the consent of the Owner in writing, the Owner shall forfeit the Bid Security furnished by Bidder.

10.3 Notwithstanding above, the Owner may solicit the Bidder’s consent to an extension of the period

of bid validity. The request and the responses thereto shall be made in writing. The bid security

shall also be accordingly extended.

11.0 LATE BIDS

11.1 E-tendering portal shall close immediately after the deadline for submission of bid.

11.2 Bids must be submitted online in e-tendering portal of OWNER. Bids submitted through any other mode shall not be considered for opening / evaluation / award and shall be rejected.

12.0 MODIFICATION AND WITHDRAWAL OF BIDS

12.1 The Bidder may modify or withdraw his bid after the bid’s submission, provided that the modification/ withdrawal notice is received by the Owners/ Consultant prior to the bid due date & time, but, before the due date and time for submission of Bid following the electronic bid submission procedures.

12.2 No bid shall be modified subsequent to the due date & time or extension, if any, for submission of bids. Bidder(s) to note that unsolicited price changes (including changes in taxes, duties mentioned & their applicability) after submission of bid shall not be allowed. In case any bidder gives unsolicited revised prices/price implication, his bid shall be rejected and EMD/ Bid security submitted by the bidder shall be forfeited, however, any unilateral rebate shall be dealt as per Clause no. 23 of ITB.

12.3 No bid shall be allowed to be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder. Withdrawal of a bid during this interval shall result in the forfeiture of Bidder’s EMD/Bid security and further action as per corporation (OWNER) policy.

12.4 No new deviation will be received/ accepted from bidder after bid due date & time. In case bidder submits new deviation, his bid will be rejected. At the sole discretion of the owner bidder may be given opportunity to withdraw the deviation and in case the same is not withdrawn by the bidder, the offer of the bidder shall be rejected.

13.0 OPENING OF BIDS

13.1 Unpriced bid shall be opened by OWNER/CONSULTANT on the date and time specified in Invitation for Bids (IFB) / e-tender. Date & time for opening of price bids shall be advised later to only techno-commercially accepted bidders.

13.2 In case of e-tender, the bids shall be opened online and bidders shall be able to view details by logging in at their remote location. Physical presence of bidders at WorleyParsons/HPCL‟s office is not required for witnessing bid opening.

14.0 BID PRICES & BIDDING CURRENCY

14.1 Bidder to submit their Prices in Indian Currency only. Payment shall be made in Indian Rupees Only.

14.2 Deleted.

15.0 EVALUATION OF BIDS

15.1 The Owner/Consultant will examine the bids to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly digitally signed and whether the bids are generally in order.

15.2 The bids without requisite Bid Security and/or not in the prescribed proforma will not be

Page 37: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 21 of 170

considered and bids of such Bidder(s) shall be rejected at the sole discretion of Owner/Consultant.

15.3 Qualification of Bidder: The experience details and financial, technical & production capabilities of the Bidder(s) shall be examined to determine whether the Bidder(s) meet the Qualification Criteria mentioned in the INVITATION FOR BIDS (IFB). Bids that do not meet the qualification criteria mentioned in IFB shall be rejected.

15.4 Bidder shall mandatorily quote for all the Schedules.

15.5 The price bids of techno-commercially accepted bidders shall only be opened.The evaluation criteria shall be Overall Lowest (L1) on the basis of Delivered Landed Cost at Site including all duties, taxes, freight etc. (i.e. lowest delivered cost for complete scope for each individual location). The price bids shall be opened in the following order.

15.6 Deleted

15.7 After tender submission due date & time/ extended due date & time (as the case may be) the bidders shall not make any subsequent price changes/Changes on taxes quoted, whether resulting or arising out of any technical / commercial clarifications sought/allowed on any deviations or exceptions mentioned in the bid unless discussed and agreed by Owner/Consultant in writing. In case a bidder submits the bid without confirmation/compliance/acceptance to corrigendum’s (issued before bid submission due date/extended due date), bidder shall not be allowed to change the bid price /rates on account of compliance /acceptance/confirmation to such corrigendum.

15.8 To assist in the examination, evaluation and comparison of unpriced bids, the Owner/Owner’s Consultant may, at its discretion, ask the Bidder clarifications on the bid. The request for such clarifications and the response thereto shall be in writing and shall be binding on the bidder.

15.9 Bidder(s) to note that Price changes against Technical/Commercial clarification, if any, in line with terms & conditions of enquiry documents are not allowed. In case, any bidder gives revised prices/price implications (including revision in taxes /duties & their applicability) against such clarification, it would amount to unsolicited post bid modification by the bidder and action shall be taken by the owner as per clause “MODIFICATION AND WITHDRAWAL OF BIDS” mentioned above. However, the Owner/Consultant reserves the right to seek cost implication/revised rates from all the vendors in case of a revision in technical specification/scope of job.

15.10 Prior to the evaluation and comparison of the bid, the Owner/ Owner’s Consultant will determine the substantial responsiveness of each bid to the bidding documents. For the purpose of this Article, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding document without material deviations or reservations. The Owner’s/Consultant’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to the extrinsic evidence.

15.11 A bid determined as substantially non-responsive will be rejected by the Owner/Consultant and shall not subsequently be allowed by the Owner/Consultant to be made responsive by the Bidder by correction of the non-conformity.

15.12 Bidders are requested to accept tender terms/conditions in totality and should avoid deviations.

15.13 In case deviations to tender terms/conditions are unavoidable, the same should be mentioned in ONLINE DEVIATION SHEET. Deviations mentioned elsewhere shall not be considered by Owner/Consultant.

15.14 In Case, bidder is evaluated L1 bidder and has mentioned deviation to tender terms not in online deviation sheet, but elsewhere and is not withdrawing those deviations, Owner/Consultant shall reject his bid and forfeit the EMD/Bid security of the bidder in such cases.

15.15 No set off (including set off on account of taxes/duties) shall be considered in evaluation for deciding L1 bidder.

Page 38: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 22 of 170

15.16 In case any deviation sought by bidder is accepted by Owner, Owner reserves the right to suitably load the bidder for evaluation purpose only.

15.17 Evaluation shall be carried out based on price quoted by bidder including stated taxes & duties as on date of opening of unpriced bid. For import content also, if any, no exchange rate variation / Customs duty variation shall be considered during evaluation.

15.18 Bidder must quote the entire cell against each quoted line item. If no prices (free of cost) are envisaged for any of the entries, ‘0’ shall be mentioned. In this context “0’ mentioned against any item shall construe that the Bidder shall not charge any amount separately for that item from the Owner and shall execute the job as per the scope, terms and conditions of the tender. If bidder quotes any Statutory Taxes and duties at a rate different from the present/ statutory rate, then the taxes and duties as quoted by the bidder shall be considered for evaluation; however payment shall be made as per the taxes & duties quoted by the bidder or payable as per statutes, whichever is less.

15.19 Non acceptance of commercial terms and conditions may result in rejection of bidder offer, or suitable commercial loading e.g. for non-acceptance of PRS clause, loading @ as defined for PRS shall be imposed. Deviations on payment terms shall be loaded with interest rate of SBI's Prime lending rate (PLR) + 1% prevailing on tender submission due date/extended due date(whichever is later).

15.20 Owner/Consultant reserves the right, at the time of award of contract, to increase or decrease in quantity(ies)of goods for any/all items as specified in the bid document without any change in the unit prices (as well as lump sum prices, if any) and other terms and conditions. Bidder’s quoted prices shall be valid for such quantity variation.

15.21 Evaluation will be done inclusive of all taxes as under:

a) Registered Bidders: The tax liability will be borne by the bidder and the same shall be considered for the purpose of evaluating the bid.

b) Unregistered Bidders: The tax liability will be borne by HPCL under reverse charge and the same shall be loaded for the purpose of evaluating the bid.

c) Bidders under composition scheme: The rate is considered to be inclusive of all taxes and no separate tax shall be billed to HPCL and the bid shall be accordingly evaluated.

For this purpose Bidder should give status whether Registered, Unregistered or Composition Scheme.

In case of different rates of Goods and Service Tax (GST) quoted by the Bidders, Corporation reserves the right to query on the same and adopt the correct classification and GST rate. The decision of Corporation in this regard will be final and binding on the Bidder.

For imports (if applicable), all relevant costs/taxes (as mentioned elsewhere in the tender documents) will be included for the purpose of evaluation.

16.0 REJECTION CRITERIA

16.1 Owner/ Consultant expect Bidder’s compliance to requirement of Bidding Document without any deviation and submit substantially responsive bid.

16.2 Bids not compliance to requirement of Bidding Document shall be given once chance to withdraw their deviations/stipulations. Bids with the following deviation(s) to the bid conditions shall be considered as non-responsive and be rejected:

16.2.1 Bid Security

16.2.2 Tender Fee( if applicable)

16.2.3 Mention rates anywhere else in the tender other than online Price Bid

16.2.4 Security Deposit

Page 39: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 23 of 170

16.2.5 Period of Validity of bids shorter than specified

16.2.6 Force Majeure

16.2.7 Defect Liability Period/Guarantee Period

16.2.8 Firm Prices

16.2.9 Workability Clause

16.2.10 Completion Period / Time Schedule

16.2.11 Liquidated Damages / Price Reduction Clause

16.2.12 Unsolicited Price change/implication (including revision in taxes / duties & their applicability) after bid submission due date / extended due date; however, any unilateral rebate shall be dealt as per clause no. 23 of ITB.

16.2.13 Integrity Pact

16.2.14 Non Submission of declaration of not banning / holiday listing/delisting from Government of India /ministries of Govt. of India / PSU

16.2.15 Non-conformance of scope of work /technical specifications

16.2.16 Performance Security (Contract Performance Bank Guarantee)

16.2.17 Guarantee/ Warranty Clause

16.3 Bids that do not meet the bidder qualification criteria as specified in the bid document shall be rejected.

16.4 A bid with incomplete scope of work and/or which does not meet the technical requirements as specified in the bid document shall be considered as non-responsive and rejected.

16.5 Price must be furnished in the Price Schedule format available online in e-tender portal of HPCL https://etender.hpcl.co.in and shall be strictly based on the terms specified under “Bid Prices” & “Taxes & Duties” specified in the bid document. Noncompliance of this requirement shall make the bid liable for rejection. Conditional bids will be liable for rejection.

16.6 Conditional bids will be liable for rejection.

16.7 Non acceptance of commercial terms and conditions may result in rejection of Bidder offer or with suitable commercial loading.

16.8 In case bidder is on the holiday list/Banned/Blacklisted/Delisted by any Government or quasi Government agency or PSU, his offer may be rejected at the sole discretion of Owner.

16.9 Notwithstanding the above , if a Bidder who is on Holiday/ Negative/Suspension / Banning list of OWNER/CONSULTANT 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/CONSULTANT 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.

16.10 Owner reserves the right to reject offers not meeting its Technical requirements and / or commercial conditions.

16.11 WRONG INFORMATION

If the Bidder deliberately gives wrong information in his Bid to create circumstances for the acceptance of his Bid, Owner reserves the right to reject his BID without any reference to the Bidder

17.0 COMPARISON OF BIDS

Page 40: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 24 of 170

17.1 The Owners / Consultant will evaluate and compare bids previously determined to be substantially responsive pursuant to the provisions of the bidding document.

17.2 The “Price Schedule” as quoted for Overall basis (as stated in IFB / Price Schedule) shall be taken up for evaluation Criteria defined in above Clause No .15 ( Evaluation of Bids).

17.3 Owner’s Consultant/Owner’s evaluation and comparison of prices of previously determined substantially responsive bids shall take following in account :-

17.3.1 FOR SCOPE OF SUPPLY Evaluated price shall be derived by taking the following into account :-

i) FOT Dispatch Point Price including loading on to trailers / Trucks.

ii) All taxes / duties as applicable on finished goods as quoted by Bidder would be as per the prevailing rates of GST for Supply of Material.

iii) Transportation of Material from manufacturer's work up to Project site inclusive of GST for Services, as quoted by the Bidder. Transit Insurance will be arranged & Borne by HCPL.

iv) Charges towards Installation/erection, pre-commissioning and commissioning as specified in Preamble of Price Schedule.

v) Loading on account of the technical parameters, as stipulated in SPC and Material Requisition, if any.

18.0 CONTACTING THE OWNER/ OWNER’S CONSULTANT

18.1 From the time of the bid opening to the time of the Contract award, if any bidder wishes to contact the OWNER for any matter relating to the bid it should do so in writing.

18.2 Any efforts by a Bidder to influence the Owner’s/ Owner’s Consultant during bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidder’s bid.

19.0 AWARD CRITERIA

19.1 Evaluation and comparison of bids shall be done to work out the ordering on Overall lowest delivered cost to Owner, utilizing maximum capacity taking following into consideration:

i. Evaluated Prices for all the Schedules.

ii. Price Preference to Indian Manufacturers.

iii. Purchase preference to Micro and Small Enterprise as per Public Procurement Policy of Govt. of India, 2012.

19.1.1 Evaluated Prices for all items.

Owner will award the job on Overall lowest delivered cost basis. However, if in the opinion of HPCL, the total price or certain item rates quoted by the lowest evaluated bidder are considered high, HPCL may invite such bidder for price negotiation. Lowest quoted bidder shall attend such negotiation meetings and if requested by HPCL, Bidder shall provide the analysis of rates/break-up of amount quoted by him for any or all items of Schedule of Rates/ Prices to demonstrate the reasonability. As a result of negotiation, bidder may offer rebate on his earlier quoted Price as per clause 23 of ITB.

19.1.2 Purchase preference to Micro and Small Enterprise as per Public Procurement Policy of Govt. of India,2012 shall be applicable as per Methodology as explained below:

19.1.2.1 Participating Micro and Small Enterprises quoting price within price brand of L1+15% shall also be allowed to supply a portion of requirement by bringing down their prices to L1 price in a situation where L1 price is from someone other than a micro and small enterprises and such micro and small enterprises shall be allowed to supply up to 20% of the total tendered value. In case of more than one such Micro and Small Enterprises, the supply shall be shared proportionately (to tendered quantity).Further, out of above 20%, 4% (20% of 20%) shall be from MSEs owned by SC/ST entrepreneurs. This quota is to be

Page 41: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 25 of 170

transferred to other MSEs in case of non-availability of MSEs owned by SC/ST entrepreneurs.

19.1.2.2 The MSEs owned by SC/ ST entrepreneurs shall mean:

a. In case of Proprietary MSE, Proprietor(s) shall be SC/ ST.

b. In case of Partnership MSE, the SC/ST partners shall be holding at least 51% share in the unit.

c. In case of Private Limited Companies, at least 51% share is held by SC/ ST. If the MSE is owned by SC/ ST Entrepreneurs, the bidder shall furnish appropriate documentary evidence in this regard.

19.1.2.3 The quoted prices against various items shall remain valid in case of splitting of quantities of the items as above.

19.1.2.4 The owner reserves the right to allow Micro & Small enterprises as well as MSEs Owned by SC/ST entrepreneur, price preference as admissible under the prevailing procurement policy for MSEs.

The quantity against the item(s) of MR may be split to enable ordering of 20% quality against the item(s)of MR to MSEs, in line with price preference as admissible under the prevailing procurement policy for MSEs. Accordingly, the quoted prices against various items of MR shall remain valid in case of splitting of quantities of the items in view of the same. However, in case where quantity against a line item cannot be split (i.e. minimum 20% to MSEs) or items with single quantity or in group item, the complete line item/group shall be awarded on MSE bidder within the price range of L1 bidder’s evaluated price+15% subject to their matching L1 bidder’s price.

19.1.2.5 MSE bidder shall submit the following:

i. 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 any other body specified by Ministry of Micro, Small and Medium Enterprises.

ii. If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate documentary evidence in this regard.

If the bidder does not provide the appropriate document or any evidence to substantiate the above, the NIT will be presumed that he does not qualify for any preference admissible in the Public Procurement Policy, 2012.

19.1.3 Price Preference to Indian Manufacturers:

Government have decided that the domestic manufacturers of capital goods supplied to fertilizer, power and petroleum projects under international competitive bidding would be accorded a price preference to offset Central Sales Tax to the extent of 4% or actuals, whichever is less, as well as Octroi at actuals. This dispensation would be subject to 30% of local content norm as stipulated for World Bank funded projects.

Local Content (LC) linked Purchase Preference Eligible (techno-commercially qualified) LC manufacturers / LC service providers may be granted a purchase preference of 10% at the lowest valid price bid.

Bidders to note that Local Content (LC) linked Purchase Preference shall not be available for goods/ services falling under MSME (Micro, Small and Medium Enterprises) or DMEP (Domestically Manufactured Electronic Products) as those Products / Services are already covered under the specific relevant policy.

Page 42: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 26 of 170

Bidders to declare their preference for seeking benefit under PPLC policy or MSME/DMEP policy.

19.2 Deleted

19.3 Workability Clause

Where the lowest bid is very low compared to the cost estimate and other higher bids, the Owner shall review the lowest offered bid for workability of rates and shall ascertain whether Bidder has properly quoted with reference to the scope. In such cases, Owner may require the lowest Bidder to produce detailed price analysis for any or all items to demonstrate the internal consistency of these prices. After evaluation of the price analysis, Owner may require that the amount of the performance security is increased to a level sufficient to protect the Owner against financial loss in the event of default of the successful Bidder under the order and same shall be provided by the bidder. Where based on workability assessment by authority (Owner/Consultant), the vendor's bid is found non-workable, the same will be rejected and EMD, if any, forfeited.

20.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

20.1 Owner reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or Bidders or; any obligations to inform the affected Bidder or Bidders of the ground for the Owner’s action.

20.2 The submission of any bid connected with these documents and specifications shall constitute an agreement that the Bidder shall have no cause for action or claim, against the Owner for rejection of his bid. The Owner shall always be at liberty to reject or accept any bid or bids at his sole discretion and any such action will not be called into question and the Bidder shall have no claim in that regard against the Owner.

21.0 NOTIFICATION OF AWARD

21.1 Prior to the expiration of period of bid validity, the Owner will notify the successful Bidder in writing or by fax to be confirmed in writing, that his bid has been accepted. The Notification of Award will constitute the formation of the Contract.

21.2 Delivery Period shall be counted from the date of notification of award (Letter of Award).

22.0 ISSUE OF PURCHASE ORDER

22.1 After the successful Bidder/Bidders ( as per awards criterion) has been notified that his bid has been accepted, the Owner will send to such Bidder a detailed Purchase Order incorporating all the terms and conditions of the tender and deviation to tender terms if any ,permitted by Owner.

22.2 Within 15 days of receipt of the detailed Purchase Order, the Bidder shall sign and return it to the Owner, in token of acceptance of the Order. Failure on part of bidder in doing so may result in cancellation of Purchase order and further action by OWNER in line with tender terms including forfeiture of EMD/Bid security at the sole discretion of OWNER.

23.0 REBATE

23.1 If a bidder offers a rebate unilaterally after the closing date and time of the bid, it will not be taken into account for evaluating purposes, but if that bidder emerges as the lowest evaluated, the rebate offered will be taken into account and shall be binding on the bidder for award of work.

23.2 If a contractor submits his bid, qualifies and does not get the order because of his being not the lowest, he will be prohibited from working as a subcontractor for the contractor who is executing the order.

24.0 FRADULENT PRACTICES

Page 43: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 27 of 170

24.1 The OWNER/CONSULTANT requires that Bidder/Vendor/ Contractor 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/CONSULTANT 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.

24.2 The OWNER/CONSULTANT will reject a bid for award if it determines that the bidder recommended for award has engaged in fraudulent practices in competing for the Contract in question.

24.3 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.

24.4 In case, the information/ document furnished by the Bidder/vendor/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/Vendor/ Contractor without any prejudice to other rights available to OWNER under the contract such as forfeiture of CPBG/Security Deposit, withholding of payment etc.

24.5 In case, this issue of submission of false document comes to the notice after execution of work, OWNER shall have full right to forfeit any amount due to the Bidder/Vendor/Contractor along with forfeiture of CPBG/Security Deposit furnished by the Bidder/Vendor/Contractor.

Further, such Bidder/Vendor/ Contractor shall be put on Blacklist /Holiday/ Negative List of OWNER debarring them from future business with OWNER and WORLEYPARSONS for a time period, as per the prevailing policy of OWNER and WORLEYPARSONS.

25.0 REVERSE AUCTION

25.1 Please note that HPCL reserves the right to carry out “ONLINE REVERSE AUCTION”, for determining the lowest bidder, for the requirements mentioned in this Tender Enquiry.

25.2 Bidders are requested to submit their “Un-Priced” & “Priced” bids online as per the “Instructions to Bidders” and other documents attached with the tender. The Un- Priced Bids of the participating bidders will be opened as per the date & time mentioned in the tender calendar. After Techno-Commercial evaluation, in case it is decided to finalize the tender through Online Reverse Auction process, the qualified bidders would be advised regarding the modalities for participating in the Reverse Auction. In the event of the tender being finalized through Reverse Auction process, the online “Priced” bids submitted by the bidders will not be opened.

25.3 Bidders are requested to confirm their willingness to participate in “Online Reverse Auction”, in the “Agreed Terms & Conditions”, where provision for the same has been provided. Please note that non-acceptance to participate in the Reverse Auction process may lead to rejection of your offer.

25.4 Bidders are requested to note that the decision to conduct Reverse Auction or not is entirely at the discretion of HPCL, and in case it is decided not to conduct the Reverse Auction, then the online “Priced Bids” submitted by the vendors shall be opened and lowest bidder shall be determined on the basis of these bids. Bidders are requested to take specific note of this provision and submit their online “Priced” bids accordingly. The terms & conditions of reverse auction is attached in bidding document.

26.0 QUOTED PRICES - PRICE SHALL BE QUOTED CONSIDERING THE FOLLOWING:

The bidder shall quote the prices for items in the Schedule of Rates after careful analysis of cost involved for the performance of complete work considering all parts of the bidding documents. In case, any activity though specifically not covered but is required to complete the work as per scope of work, scope of supply, specifications, standards, drawings, GTC, SCP or any other part of bidding document, the prices quoted shall deemed to be inclusive of cost incurred for such activity.

Page 44: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 28 of 170

E-TENDER INSTRUCTIONS

Page 45: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 29 of 170

1.0 This is only an e-Tender Enquiry and not an order. HPCL reserves the right to cancel it at any

stage without assigning a reason.

2.0 Void

3.0 The tender should be submitted online at website https://etender.hpcl.co.in only, by the due date and time, as specified in the tender. Late / delayed tenders submitted on line after the due date and time, for whatsoever reasons will not be considered. The Server Date & Time as appearing on the HPCL website (https://etender.hpcl.co.in) shall only be considered for the cut-off date and time for receipt of tenders. Offers sent through post, telegram, fax, telex, e-mail, courier will not be considered.

4.0 All communication regarding the tender including queries, if any, and submission of offers shall be done online within the e-Procurement system at website https://etender.hpcl.co.in

5.0 Two Bid System Bidders are required to submit offer in Two parts, namely “Unpriced (Technical Bid)” & “Priced (Priced Bid)”. The Bidder may modify or withdraw his online bid after the bid’s submission on line but prior to the bid due date & time.

6.0 Void

7.0 Bidders shall be required to arrange all resources, including Digital Certificate and Internet Connections at their own cost, for participating in online tenders at HPCL e Procurement site https://etender.hpcl.co.in. For submitting on line response Digital Certificate / Signatures (Class II/ Class III) shall be mandatory. In case, you are logging in for the first time please ensure to upload your Digital certificate. The process for same is listed in the Help link after logging in.

8.0 PLEASE LOGIN WITH YOUR EIGHT DIGIT JDE (HPCL) VENDOR CODE AND CORRESPONDING BILL TRACKING SYSTEM (BTS) PASSWORD TO BID FOR THE TENDER (in case, you do not have EIGHT DIGIT JDE (HPCL) VENDOR CODE , Please contact E proc helpdesk at:022-42100111 on any day between 10.00 AM to 6.00 PM except on Sundays/Public holidays). Alternatively for public tenders vendor can create temporary login on his own. In case vendor login is not enabled with above help, vendor may contact at 011-22408444/405. In case of any difficulty in logging or in case you do not have the BTS password, please contact (E proc helpdesk at: 022-42100111 on any day between 10.00AM to 6.00PM except on Sundays /Public holidays.) Please refer to help link after logging in, in case you are new to e-Tender.

9.0 HPCL shall not be responsible for any delays reasons whatsoever in receiving as well as submitting offers, including connectivity issues. HPCL shall not be responsible for any postal or other delays in submitting EMD / tender cost wherever applicable.

10.0 HPCL will not be responsible for the cost incurred in preparation and submission of bids including the cost of digital certificate, regardless of the conduct of outcome of the biding process.

11.0 Void

12.0 Bidders are requested to quote unit rates (per unit quantity) in the on-line price bid only.

13.0 Please do not quote / mention rates anywhere else in the tender other than online price bid. In case bidders quote rates at any other place (other than online price bid), THE OFFER OF PARTY SHALL BE REJECTED.

14.0 Bidders should only quote unit basic rate in the online priced bid format. However, all taxes and duties as applicable for the tender shall be quoted in the tax section online by the bidders. In case bidders do not quote any tax component/charges or mention the same as “0”, in online Tax sheet/section, it will be considered that all the taxes/charges are included in rates quoted by the bidder and the same shall be binding to the bidder.

15.0 Request for extension of tender submission due date, if any, shall be considered at the sole

Page 46: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 30 of 170

discretion of HPCL however, request for extension received within two (2) days for limited tenders / three (3) days for public tender of tender submission due date /time shall not be considered.

16.0 The HPCL may, at its discretion, on giving reasonable notice online to extend the bid due date, in which case all rights and obligations of the HPCL and the Bidders, previously subject to the bid due date, shall thereafter be subject to the new bid due date as extended.

17.0 Please note that queries related to scope of job, tender specifications, terms & conditions etc. should be submitted on–line only (by logging in at https://etender.hpcl.co.in) by the query end date / time specified in the online tender . The reply of queries sent by bidders/ messages issued by HPCL pertaining to tender shall be available on tender message board. HPCL, at its sole discretion, may not entertain the queries sent by post / fax/ e-mail or through any other mode of communication.

18.0 BID CLARIFICATIONS/AMENDMENTS BY HPCL: HPCL may issue clarifications / amendments in the form of online addendum / corrigendum and on Message Board at https://etender.hpcl.co.in during the bidding period and may also issue amendments subsequent to receiving the bids. Bidders shall consider the addendum/corrigendum/Messages on Message Board while quoting for the tender. Bidders shall examine the Bidding Document thoroughly and submit to HPCL / HPCL any apparent conflict, discrepancy or error. HPCL / HPCL shall issue appropriate clarifications or amendments, if required. Any failure by Bidder to comply with the aforesaid shall not excuse the Bidder from performing the Services in accordance with the contract if subsequently awarded.

19.0 Void

20.0 Void

21.0 In case any deviation sought by bidder is accepted by HPCL, HPCL reserves the right to suitably load the bidder for evaluation purpose only.

22.0 DEVIATIONS TO TENDER TERMS:

1.0 Bidders are requested to accept tender terms/conditions in totality and should avoid deviations. 2.0 In case deviations to tender terms/conditions are unavoidable, the same should be mentioned in

ONLINE DEVIATION SHEET. Deviations mentioned elsewhere shall not be considered by HPCL.

3.0 In case, bidder is evaluated L1 bidder and has mentioned deviation to tender terms not in online deviation sheet , but elsewhere and is not withdrawing those deviations, HPCL may forfeit the EMD (IF APPLICABLE) of the bidder in such cases.

4.0 No new deviation will be received/ accepted from bidder after bid due date. Incase bidder submits new deviation, his bid will be rejected. At the sole discretion of the HPCL bidder may be given opportunity to withdraw the deviation and in case the same is not withdrawn by the bidder, the offer of the bidder shall be rejected & EMD/ bid security (if applicable) submitted by the bidder shall be forfeited.

23.0 Void 24.0 Bidder submission file size limit is 40 MB. However, bidders must attempt to

submit bids only in non-peak hours as there could be chances of packet droppings in peak hour. Further, bidders must be educated on efficient scanning techniques at lower dpi so that more no of pages can be scanned by them within lesser file size limits. Lower file size would also mean, easier submission of bid documents by the vendor.

Page 47: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 31 of 170

Chapter 3 SPECIAL CONDITIONS OF PURCHASE

Page 48: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 32 of 170

SPECIAL CONDITIONS OF PURCHASE (SCP)

INDEX

SR. NO. DESCRIPTION

1. GENERAL 2. DEFINITIONS / NOTES 3. SCOPE OF WORK 4. BID PRICES 5. TAXES, DUTIES AND LEVIES ON MATERIALS /SERVICES AND FOREIGN EXCHANGE

VARIATION BID SECURITY 6. TRAINING 7. ANNUAL MAINTENANCE CHARGES 8. BID SECURITY 9. CONTRACT PERFORMANCE BANK 10. PRICE REDUCTION FOR DELAY IN DELIVERY 11. INSURANCE 12. PAYMENT TERMS 13. TERMS & CONDITIONS FOR INSTALLATION, ERECTION TESTING & COMMISSIOING 14. LIMITATION OF LIABILITIES 15. LIABILITY CLAUSE 16. DEFECTS AFTER TAKING OVER OR TERMINATION OF WORK CONTRACT BY OWNER 17. TERMINATION OF CONTRACT 18. ARBITRATION

19. LOADING AND PENALTY CLAUSE 20. GRIEVANCE REDRESSAL 21. SUB-CONTRACTING 22. JURISDICTION

23. INTEGRITY PACT 24. UNLOADING 25. MAKE OF MATERIAL 26. ANNEXURE -1: LIST OF OUR APPROVED MAKES / SUB-VENDORS

Page 49: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 33 of 170

1.0 GENERAL

1.1 Special Conditions of Purchase (SCP) shall be read in conjunction with the General Terms & Conditions for Supply (also referred as General Terms & Conditions hereinafter) , Schedule of Rates, specifications of work, drawings and any other document forming part of this Contract wherever the context so requires.

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

1.3 Where any portion of the General Terms & Conditions for is repugnant to or at variance with any provisions of the Special Purchase Conditions, then unless a different intention appears, the provision(s) of the Special Purchase Conditions shall be deemed to override the provision(s) of General Terms & Conditions for Supply/ General Terms & Conditions of Work Contract only to the extent that such repugnancies or variations in the Special Purchase Conditions are not possible of being reconciled with the provisions of General Terms & Conditions for Supply/ General Terms & Conditions of Work Contract.

1.4 Wherever it is stated in this Bidding Document that such and such a supply is to be affected or such and such a work is to be carried out, it shall be understood that the same shall be affected and/or 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 & workmanship shall satisfy the applicable relevant International / Indian Standards, the job specifications contained herein & codes referred to. Where the job specifications stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied. In the absence of any Standard / Specifications / Codes of practice for detailed specifications covering any part of the work covered in this bidding document, the instructions / directions of HPCL /Consultant will be binding upon the CONTRACTOR.

1.6 In case of contradiction between relevant International / Indian standards, Ge n er a l Terms & Conditions for Supply, Special Purchase Conditions, Specifications, Drawings and Price Schedule / Schedule of Rates, the following shall prevail in order of precedence.

a. Detailed Order along with Statement of Agreed Variations, if any, and its

enclosures.

b. Letter of Award (LOA)

c. Price Schedule / Schedule of Rates with Quantities.

d. Scope of Work

e. Technical Specifications

f. Drawings

g. Special Purchase Conditions (SPC) / Agreed Terms and Conditions(A.T.C.)

h. Instructions to Bidders (ITB) / Invitation for Bids (IFB)

i. General Terms & Conditions for Supply.

j. Relevant Indian / International Standards/ Specifications.

Page 50: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 34 of 170

2.0 DEFINITIONS / NOTES

i. The terms ‘Bidder’, ‘Contractor’, `Seller’, `Supplier’ or ‘Vendor’ stated anywhere in the Bid Document carry the same meaning.

ii. The terms `Client’, ‘Owner’, ‘Purchaser’ stated anywhere in the Bid Document refer to

Hindustan Petroleum Corporation Limited (HPCL).

iii. The term `Consultant’ shall mean WorleyParsons India Pvt. Limited.

iv. The term ‘Contract’, ‘Order’ or ‘Purchase Order’ stated anywhere in the Bid Document carry the same meaning.

v. The term ‘MR means ‘Material Requisition’ containing technical requirements and scope of

work (technical), ‘GPC means General Purchase Conditions’ containing commercial terms & conditions, ‘PR means Purchase Requisition’ issued after award of contract incorporating agreed deviations in MR,’ Instructions to Bidders (ITB)’, ‘ATC means Agreed Terms & Conditions’ , ‘IFB means Invitation For Bids / e-tender’.

vi. In the event of any contradictions between these Instructions to Bidders/Special Conditions

of Purchase and other Chapters of Bid Document, the terms specified under this Chapter shall prevail.

vii. Deleted.

viii. Any reference to the Govt. Acts / Regulations etc. in the Bid Document is only indicative,

and it is entirely for the Bidder to ascertain the applicable Acts/Regulations.

ix. Deleted.

3.0 SCOPE OF WORK / SUPPLY

The scope of work covered in this Contract will be as described in Particular job specifications, Technical specifications, Standard Specifications, Schedule of Rates etc. The scope of supply covered in this Contract will be as described in Particular Job Specifications, Technical Specifications, Standard Specifications, Schedule of Rates etc. It is however, explicitly understood that scope described is not limiting, in so far as the responsibilities of the contractor are concerned and shall include, inter alia, carrying out any and all works and providing any and all facilities as are required to complete the works in all respect.

4.0 BID PRICES

4.1 Price must be furnished in the Price Schedule format available online in e-tender portal of HPCL. Quoted prices must be net of discount, if any. Conditional discounts, if offered by a bidder, shall not be considered for evaluation.

4.2 Quoted prices shall be inclusive of all testing and inspection requirements (including stage wise

and final inspection by Owner/ Owner’s Consultant for which no extra charges shall be paid) as specified in the bid document. However, Personal and incidental expenses of Owner’s / Owner’s Consultant’s inspectors and Third Party Inspection Agency (TPIA) is not in Bidder’s scope. TPIA Charges for final inspection will be borne by Consultant. However, In case the material is later not acceptable/ rejected due to various reasons attributable to Bidder, then in such event, TPIA Charges are deemed to be inclusive in quoted rates by bidder.

4.3 Bidder’s quoted prices shall be deemed to include entire scope of work and all obligations and

responsibilities to be carried out/ executed by the Bidder as per terms of bid document. The

Page 51: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 35 of 170

quoted base price shall be inclusive of Mandatory Spares, Pre-Commissioning & Commissioning Spares, Special Tools & Tackles for Complete package as per MR.

4.4 It shall be the responsibility of the Bidder to duly enquire of their own and comply with all

applicable laws, rules, regulations, orders and formalities applicable to GST, Customs Duty, Countervailing Duty etc. on the manufacture, sale and/or supply of any material / services to Owner / Consultant. The Bidder shall keep the Owner / Consultant indemnified from and against any and all claims, demands, prosecutions, penalties, damages, demurrages and/or other levies whatsoever made or levied by any Court, Tribunal or the Customs or other Authorities with respect to any alleged breach, evasion or infraction of such duties, taxes, charges or levies or any breach or infraction of such laws, rules, regulations, orders or formalities concerning the same and from the consequence thereof.

4.5 Price quoted by the bidder, shall remain Firm & Fixed until complete execution of the Purchase Order and shall not be subject to any variation, except statutory variation in taxes, duties & levies pursuant to relevant provisions in Special Purchase Conditions. The Bidder’s quoted price shall also remain Firm and Fixed on account of Foreign Exchange (FE) Variation, unless otherwise any specific provision is indicated in IFB document.

4.6 The bidder shall quote the prices after careful analysis of cost involved for the performance of complete work considering all parts of the IFB documents. In case, any activity though specifically not covered but is required to complete the work as per scope of work, scope of supply, specifications, standards, drawings, GPC, SPC or any other part of IFB Document, the prices quoted shall deemed to be inclusive of cost incurred for such activity(ies).

4.7 Deleted. If bidder has considered Customs Duty for import contents other than the Merit Rate of Customs Duty in their offer, then statutory variation on the Customs Duty will be payable extra on the Merit Rate of Custom Duty or the rate of Custom Duty considered by the bidder, whichever is lower.

4.8 Bidder to note and consider the following for Road Permit/Way Bill Clause :-

a) Suppliers/Contractors shall arrange Road Permits/Waybills by themselves and comply with the statutory laws of the concerned state.

b) In case as per state laws the issuance of Road Permit/Waybill is to be arranged by the buyer, HPCL will arrange to issue Road Permit/Waybill. In case of imposition of any Tax the same shall be discharged by the buyer and the same will be adjusted against the payments due to vendors against their bills.

4.9 Bidders shall quote their prices in Indian Rupees only indicate the following in their offer:

4.9.1 FOT dispatch point price of item including packing & forwarding, (such price to include

fabrication /manufacturing of item, all costs as well as duties and taxes paid or payable on components and raw materials incorporated or to be incorporated in the goods, inspection, testing etc.) but excluding applicable taxes and duties on finished goods.

4.9.2 Prevailing GST which will be applicable on the finished goods.

4.9.3 Tansportation Charges (as per Price Schedule) upto respective project site inclusive of GST.

Transit Insurance and Road Permit to be arranged by Owner. In case, bidder does not quote for transportation charges, the bidder shall be required to absorb the same in their quoted price. Non- compliance shall result in rejection of the bid.

4.9.4 Site work Prices, if applicable as per MR for the scope of work mentioned in MR / IFB documents, shall be exclusive of Prevailing GST. All necessary taxes & duties and registration, if required, for carrying out the site activities shall be done by the bidder and cost towards the same shall be included in quoted site work prices.

Page 52: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 36 of 170

4.9.5 Lumpsum Installation charges are as per SOQ/MR, shall be exclusive of GST. In case a bidder does not quote for Installation & Commissioning charges, the bidder shall be required to absorb the same in their quoted price. Non-compliance shall result in rejection of the bid.

4.9.6 Deleted

4.9.7 Deleted 4.9.8 GST, payable extra on Services i.e. Installation/ Site Work, as applicable.

4.9.9 Deleted

4.10 Deleted

5.0 TAXES, DUTIES AND LEVIES ON MATERIALS /SERVICES AND FOREIGN EXCHANGE VARIATION :

5.1 Bidder’s quoted prices shall be inclusive of all taxes, duties, cess, levies etc; Paid or payable on the raw material/components incorporated or to be incorporated in the offered finished goods, packing and forwarding charges, but excluding applicable taxes and duties on finished goods.

5.2 Bidder shall furnish the present rate(s) of GST and payable on quoted finished goods. Owner may decide to place order without concessional form based on the availability of such Form.

5.3 The statutory variation in GST and introduction of new tax on finished goods, from bid due date till the contractual completion period shall be to Purchaser’s account against submission of the documentary evidence. However, any increase in the rate of these taxes and duties beyond the contractual delivery period shall be to Seller’s account. Any decrease in the rate of these taxes and duties shall be passed on to the Purchaser even after contractual delivery period.

5.4 It is for the Bidder to assess and ascertain the rate of applicable GST on quoted items. It is clearly understood that Owner will not have any additional liability towards payment of GST which is based on Bidder's wrong assessment / interpretation of applicability of such GST.

5.5 Deleted. 5.6 Deleted. 5.7 Income Tax / Corporate Tax:

5.7.1 Income Tax deductions shall be made from all payments made to the Contractor as per the rules

and regulations in force in accordance with the Income Tax Act prevailing from time to time. 5.7.2 Corporate Tax Liability if any shall be to Contractor's account.

5.7.3 As regards Income Tax, Surcharge on Income Tax or any other Corporate Tax payable by the

Bidder for reason of the contract awarded, and / or on their expatriate personal, the Owner shall not bear any Tax liability whatsoever, irrespective of the mode of construction of contract / order. The Bidder shall be liable and responsible for payment of such tax, if attracted under the provision of Indian Income Tax Act.

5.7.4 Bidder may note that if any tax is deductible at source as per Indian Income Tax Law, the same will be so deducted before releasing any payment to the Bidder and a TDS (Tax deducted at source) certificate will be furnished to the Bidder. Accordingly, Bidder shall have the responsibility to check and include such provision of taxes in the prices.

5.7.5 In case of delay in delivery due to reasons attributable to Bidder, any new or additional taxes or duties levied by Statutory authorities during this period shall be borne by the Bidder.

5.7.6 The contractor shall provide accurate particulars of PAN number as required, under Section 206AA of Income Tax Act 1961. In case of non-residents not having Permanent Account Number (PAN) the provisions of section 206AA shall not apply if the non-resident furnishes the following information/ documents:

a. Name, e-mail id, contact number; b. Address in the country of which the deductee is a resident

Page 53: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 37 of 170

c. Tax Residency Certificate (TRC) from the Government of that country d. Tax identification number / unique number of the deductee in the country of his residence.

5.7.7 The contractors having their ‘tax residency status’ outside India shall provide Tax Residency Certificate (TRC), issued by Government of the Country or the specified territory where the Contractor is a Resident. Rule 21AB of the Income Tax Rules, 1962 has prescribed the contents of a TRC. This would enable the Owner to deduct tax at source by duly considering the ‘treaty relief’, if any, under Double Taxation Avoidance Agreement (DTAA) entered into between GOI and the respective country/specified.

5.8 In addition to the terms specified in Clause no. 23 of GTC :- 5.8.1 GST as applicable shall be reimbursed for the materials consigned to Corporation as per limits

indicated in the offer against documentary evidence to be furnished by the Supplier. Corporation shall pay only those taxes, duties and levies as indicated by Supplier at the time of bid submission/as agreed subsequently (prior to opening of priced bids). The tender shall be evaluated as per the taxes & duties quoted by the bidder, however payment shall be made as per the taxes & duties quoted by the bidder or payable as per statutes, whichever is less. Taxes / Duties and/or Levies not indicated by supplier in Bid, but payable, shall be to Supplier’s account. Owner shall make from Contractor's bills such tax deductions as are required as per rules and regulations in force from time to time.

5.8.2 DELETED 5.9 Statutory Variations in taxes, duties & levies 5.9.1 In the event of any Change in Tax Law (as defined below), which results in increased cost of

supply and services under the Contract through increased liability of Taxes, the seller shall be covered for any such increased cost by the Owner subject to the production of documentary proof to the satisfaction of the Owner to the extent which is attributable to such change or amendment as mentioned above within the Contractual Delivery Date. However, in case of delay in delivery beyond the contractual delivery date, for reasons attributable to seller, any increase in taxes shall be borne by seller. Any decrease in Taxes shall be passed on to the Owner.

5.9.2 Further variation in taxes and duties (both nature and quantum) shall be applicable only on the taxes and duties indicated in the Price Bid. The statutory increase in taxes (in case where quoted taxes are less than the taxes/ duties payable as per the statute) shall be payable only to the extent of taxes quoted by the vendor plus statutory increase in the taxes.

5.9.3 Any decrease in the rate of Customs duty shall be passed on to the Owner. 5.9.4 Since Goods and Services Tax (“GST”) is implemented, Bidders to provide GSTIN number,

HSN/SAC Code of the Material/Services being supplied and the applicable GST rates. 5.9.5 The Bidder accepts full and exclusive liability for the payment of any and all applicable taxes

(CGST, SGST, IGST, UTGST), levies and statutory payments payable under all or any of the prevailing Central/State statues.

5.9.6 The Bidder 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 HPCL to take Input Tax Credit. In case of imports, vendor shall provide import documents and invoice fulfilling the requirement of Customs Act and Rules. Vendor will be fully responsible for complying with the Customs provisions to enable HPCL to take Input Tax Credit. In case, HPCL is not able to take Input Tax Credit due to any noncompliance/default/negligence of the seller of goods / service provider, the same shall be recovered from the pending bills/dues (including security deposit, BG etc.) of Bidder. Bidder shall be responsible to indemnify the Corporation for any loss, direct or implied, accrued to the Corporation on account of supplier/service provider failure to discharge his statutory liabilities like paying taxes on time, filing appropriate returns within the prescribed time etc.

5.9.7 Every invoice of the vendor 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.

5.9.8 The Vendor shall mention their registration status (Registered / Composition / Unregistered) on the bill/invoice. In case there is change in the Registration status of the vendor during the

Page 54: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 38 of 170

execution of the contract the same should be advised immediately. Due to change in the Registration status from Composition to Registered vendor etc. Corporation will not be liable for any additional tax payments.

5.9.9 Corporation will be liable to pay only those taxes and levies as indicated by Bidder at the time of Price Bid submission/as agreed subsequently (prior to opening of priced bids).

5.9.10 Any tax, levies or any other form of statutory levies or cost as on closing date of the tender will be treated as included in Priced bid. Taxes, Duties, and Levies not indicated by Bidder in the unpriced Bid, but payable, shall be to Bidder’s account.

5.9.11 New taxes / change in tax rates / levies imposed by the Indian/State Governments through Gazette notification after the date of submission of last Price Bid but prior to Contractual Delivery Date, the Corporation shall reimburse/ adjust the increase/ decrease in taxes on satisfactory supporting documents being provided by the Bidder.

5.9.12 In case goods are not supplied/services not provided within the scheduled delivery period, then the increase in the statutory levies, if any, shall be on vendor’s account.

5.9.13 GST Act. anti-profiteering provisions mandates that any reduction in tax rates or benefits of input tax credits be passed on to the consumer by way of commensurate reduction in prices. Bidders to take note of the same and pass such benefits while quoting their price.

5.9.14 GSTIN Number States where the supplies/services are required are given in the price schedule. GSTIN details of HPCL for these states can be taken from our website www.hindustanpetroleum.com. Bidder is required to provide the GSTIN number of state from where supplies will be made to each of the HPCL delivery locations. In case any changes are warranted during the execution of the contract with regard to change in state where delivery is required or change in the supply location of Bidder, the same will be made with mutual consent.

5.9.15 Income tax will be deducted at source as per rules at prevailing rates, unless certificate, if any, for deduction at lesser rate or nil deduction is submitted by the Contractor from appropriate authority.

5.9.16 The Supplier shall provide accurate particulars of PAN number as required, to enable issuance of TDS (Tax Deduction at Source) certificate.

6.0 TRAINING:

Bidder shall arrange for training of M/s HPCL's engineers at site. The training shall cover the design, operation and maintenance of supplied Telecommunication System as per MR Bidder shall quote training fees in the Training price head in online price bid and this shall form

part of commercial evaluation

7.0 ANNUAL MAINTENANCE CHARGES (AMC):

7.1 Bidder shall quote for annual maintenance charges in online e-portal of HPCL, on Lumpsum basis per year for three consecutive years starting just after expiry of warranty for each item as specified in the Material Requisition and this shall form part of commercial evaluation, excluding the supply of spares and consumable and services required for total operation and maintenance of the system. The replacement/maintenance aspects of the total system shall be attended on call basis as per HPCL Instructions. Personal deployed shall be competent & must have experience on maintenance of similar systems. The spares, tools, tackles instruments required shall be arranged by Bidder. The Bidder shall ensure that all possible spares which may be required by the system will be available during the entire period of AMC i.e. 4 years. A list of recommended spares shall be submitted along with the unpriced Bid offer. Initially Bidder shall submit Bank Guarantee equivalent to the cost of maintenance contract to cover 4 Years AMC Period. However, HPCL may accept reducing BG value pertaining to consecutive years for AMC on completion of each year AMC. The travel, boarding & lodging of service engineer/technician

Page 55: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 39 of 170

shall be borne by the bidder.

7.1 The order for AMC shall be placed separately by HPCL (may be after defect liability Period) and may not form part of the current order for Telecommunication & CCTV System.

7.2 Deleted

7.3 Terms and conditions for Annual Maintenance Charges are details in Chapter — 5 of this bid document.

The service under post warranty maintenance shall include:

7.3.1 Periodic maintenance 7.3.2 Trouble shooting 7.3.3 Preventive maintenance shall involve, complete checking, repair /replacement of defective

part/components and detailed reporting. Repairing & maintenance activity should be completed at the earliest.

7.3.4 Emergency maintenance in the event of any malfunction of the system, experienced service engineer shall be made available at site with-in one week on the receipt of such information from the owner & the system must be brought to the Normal within 24 hrs after reporting at site.

8.0 BID SECURITY

8.1 The Bidder shall furnish, as part of his bid, a bid security in original for the amount specified in the Invitation for bid (IFB).

8.2 The bid security is required to protect the Owner against the risk of Bidder’s conduct, which would warrant the security’s forfeiture.

8.3 Bid Security shall be in the form of an irrevocable Bank Guarantee (in the format provided by Owner) issued by any Indian Scheduled Bank (other than Co-operative Bank). Bid Security shall be issued in favour of “M/s Hindustan Petroleum Corporation Limited”, Bangalore.

8.4 Unsuccessful Bidder’s bid security will be discharged/returned as promptly as possible, immediately after price bid opening through cheque or e-payment.

8.5 The successful Bidder’s bid security will be discharged upon the Bidder’s accepting the Contract/ Purchase Order, and furnishing the Contract-cum-equipment performance bank guarantee.

8.6 The bid security may be forfeited:

a) If a Bidder withdraws his bid during the period of bid validity or

b) In the case of a successful Bidder, if the Bidder fails or refuses to: (vii) Accept the Purchase Order in accordance with agreed terms and conditions. ii) Furnish Contract performance bank guarantee as per bid document/ Purchase Order.

8.7 Bid Security should be in favour of Hindustan Petroleum Corporation Limited (HPCL) and addressed to HPCL as per Cl. No. 4 of NIT. However, original Bid Security should be enclosed separately in a sealed cover and submitted along with the bid. Bid Security must indicate the Bid Document number and the item for which the Bidder is quoting. This is essential to have proper co-relation at a later date. The Bid Security shall be strictly in the form provided in the bid document For Bid Security/EMD, the details of beneficiary for issuance of bank guarantees are given below:- Beneficiary : Hindustan Petroleum Corporation Ltd. Account No. : 11083987009.

Page 56: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 40 of 170

Bank Name : State Bank of India. Address : CAG branch, Ballard Estate, Mumbai 400001. Bank IFS Code : SBIN0009995 Swift Code : SBININBB162

8.8 Central Public Sector Undertaking of Govt. Of India are exempted from furnishing the bid security. Firms registered with NSIC are also exempted from furnishing bid security, provided they are registered for the tendered items and up to the monetary limit they intend to quote. Provided further that they submit a copy of the current and valid registration certificate for the quoted item and monetary value along with their bid(s). Owner reserves right to verify the registration certificate provided, with relevant authorities.

8.9 Bid security shall be Valid for Six (6) months from the Bid Due Date/ Extended Bid Due Date

9.0 CONTRACT PERFORMANCE BANK GUARANTEE [CPBG]

9.1 In partial modifications of the terms specified in Clause no. 31 of GTC , as a Performance security, the successful Bidder, to whom the work is awarded, shall be required to furnish within 15 days of notification of Letter of award (LOA) a Performance Bank Guarantee as per proforma attached herewith in tender in favour of the Owner.

9.2 The Bank Guarantee amount shall be equal to TEN PERCENT (10%) of the Total Order Value and it shall guarantee the faithful performance of the Order in accordance with the Terms and conditions specified in the documents and specifications.

9.3 CPBG shall be in the form of an irrevocable Bank Guarantee (in the format provided by Owner) issued by any Indian Scheduled Bank (other than Co-operative Bank). Bank Guarantee shall be issued in favour of “M/s Hindustan Petroleum Corporation Limited”.

9.4 The supplies made against this order shall be fully guaranteed against any manufacturing defects/poor workmanship/inferior quality etc. for a period of 12 months from the date of commissioning or 18 months from the date of supply whichever is earlier. During this period, you will arrange to repair/replace any defective parts free of cost or replace complete set if required. Guarantee Certificate should be submitted along with dispatch documents.

9.5 The Composite Bank Guarantee shall be valid upto a period of 3 months beyond the expiry of defect Liability period. The guarantee amount shall be payable without demur and demand to the Owner in the currency of the Contract.

9.6 Deleted.

9.7 The Total Order Value for this purpose shall be as under :

FOT dispatch value including Loading on to Trailers/ Trucks but excluding GST, transportation charges etc.,

9.8 In case, the Contract Performance Bank Guarantee stated above gets reduced/ deducted for reasons of non-fulfillment of any Contractual obligations up to the completion of guarantee period, the Bidder shall immediately take action to increase the value of Bank Guarantee to TEN PERCENT (10%) of the Contract price, to cover his guarantee/ warranty obligations.

Page 57: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 41 of 170

9.9 The Performance Guarantee will be returned to the Bidder without any interest at the end of the warranty / guarantee period subject to fulfillment of all contractual obligations by the Bidder.

10.0 PRICE REDUCTION FOR DELAY IN DELIVERY: 10.1 In partial modifications of the terms specified in the Clause No.18 of GTC Supply, In case of delay

in execution of the order beyond the date of delivery as stipulated in the order or any extension sanctioned, the Owner may at his option accept delayed delivery at prices reduced by a sum equivalent to ONE HALF OF ONE percent (½%) of the value of any goods not delivered for every week of delay or part thereof, limited to a maximum of 5% OF TOTAL ORDER VALUE.

Further, in case, of delay in delivery, the bidder shall calculate the applicable price reduction for delayed delivery and raise their invoices net of the same.

10.2 The Total Order Value for this purpose shall be as under:

FOT dispatch value including Loading on to Trailers/ Trucks but excluding GST, transportation charges etc.

10.3 Vendor has to respond within 15 days of notice given by owner for Installation / erection and commissioning and within 30 days for, failing which, LD shall be applicable on FOT value including Installation / Pre-commissioning / commissioning charges.

10.4 Deleted.

10.5 Contractor/Bidder should suggest HPCL for Recommended spares.

11.0 INSURANCE 11.1 HPCL will arrange Transit insurance till material reaches site.

12.0 PAYMENT TERMS

12.1 SUPPLY , INSTALLATION & COMMISSIONING:

12.1.1 60 % of invoice/bill value with applicable taxes shall be released within 15 days after completion of Supply part & from the date of receipt of certified bills at HPCL along with relevant documents against receipt of materials at site.

12.1.2 30% of total basic invoice value with applicable taxes will be released after completion of installation & commissioning of Car Parking Sheds at site.

12.1.3 Balance 10% of total basic value with applicable taxes will be released against submission of complete final documentation.

12.2 Deleted

12.2.1 Deleted.

12.2.2 All payments shall be released within 15 days of receipt of duly certified bill complete in all respects (as per tender by) HPCL except final bill (on case of partial delivery or running bills) which shall be paid within 30 days of receipt of certified at HPCL, complete in all respects as per tender.

Page 58: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 42 of 170

12.3 100% payment against claimed and certified bills shall be paid on submission of PBG as per Clause 9.0 of SCP.

12.4 Payment against invoice shall be made on receipt of equipment / materials at site against

submission of following documents along with your Bill / Invoice: i) Delivery Challan / Lorry Receipt ii) Manufacturer's Test Certificate if applicable iii) Third Party inspection / Clearance report if applicable iv) Manufacture's Guarantee Certificate, if applicable v) Performance Bank Guarantee for 10% Basic Order Value, if applicable vi) Any other document specified in the Purchase Order.

12.5 Payment shall be made in accordance with the following provisions:

The time for payment of invoices shall run only from the date of approval specified in the order or from the date of receipt of Vendor's correct invoices, whichever is later.

Wherever possible, payment shall be tendered to the contractor in electronic mode (e-payment) through any of the designated banks. The contractor will comply by furnishing full particulars of Bank account (mandate) to which the payments will be routed. Owner reserves the right to make payment in any alternate mode also.

12.6 Bills Submission:- VVSPL Project office / WorleyParsons RCM Office Hindustan Petroleum Corporation Limited (Address as applicable)

12.7 INVOICING

Original + 2 copies to Manager (Finance), Hindustan Petroleum Corporation Limited Ltd, at the above address.

The bills will be reduced by the amount recoverable, if applicable, towards Price Reduction for delay in delivery.

13.0 TERMS & CONDITIONS FOR INSTALLATION/ERECTION TESTING & COMMISSIONING

Terms & conditions for Installation/erection testing & commissioning will be governed by the terms enclosed under Chapter– 5.

14.0 LIMITATION OF LIABILITIES: 14.1 The final payment by the Owner in pursuance of the contract terms shall not mean release of the

Contractor from all his liabilities under the contract. The Contractor will be liable and committed under this contract to fulfill all his liabilities and responsibilities, till such time the Owner releases Contract Performance Guarantee.

14.2 Notwithstanding anything contrary contained herein, the aggregate total liability of Seller, excluding his liability towards infringement of patent, trade mark or industrial design rights, breach of Confidentiality, Anti-Bribery, Corruption and Conflicts of Interest, under the contract or otherwise shall be limited to 100% of value of Purchase order. However, neither party shall be liable to the other party for any indirect and consequential damages, loss of profits or loss of production.

15.0 LIABILITY CLAUSE

It is expressly understood and agreed by and between Bidder and M/s Hindustan Petroleum Corporation Limited, (Indian Public Sector Undertaking) that M/s Hindustan Petroleum Corporation Limited 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

Page 59: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 43 of 170

Government of India is not a party to this agreement and has no liabilities, obligations or rights hereunder. It is expressly understood and agreed that M/s Hindustan Petroleum Corporation Limited is an independent legal entity with power and authority to enter into contracts solely on its own behalf under the applicable Laws of India and general principles of Contract Law. The Bidder expressly agrees, acknowledges and understands that M/s Hindustan Petroleum Corporation Limited. 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 Bidder 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 to Government of India as to any manner, claim, cause of action or thing whatsoever arising of or under this agreement.

16.0 DEFECTS AFTER TAKING OVER OR TERMINATION OF WORK CONTRACT BY OWNER :-

The Contractor shall remain responsible and liable to make good all losses or damages that may

occur/appear to the work carried out under this Contract within a period of 12 months from date of issue of the Completion Certificate and/or the date of Owner taking over the work, whichever is earlier. The Contractor shall issue a Composite Performance Bank Guarantee to the Owner in the sum of 10% of the work entrusted in the Contract, from any Scheduled bank (other than Co-operative Bank) acceptable to the Owner and if however, the Contractor fails to furnish such a Bank Guarantee the Owner shall have right to retain the Security Deposit and Retention Money to cover the 10% of the Guarantee amount under this clause and to return/refund the same after the expiry of the period of 12 months without any interest thereon.

17.0 TERMINATION OF CONTRACT:- 17.1 The owner may terminate the contract at any stage of the construction for reasons to be recorded

in the letter of termination. 17.2 The Owner inter alia may terminate the Contract for any or all of the following reasons that the

contractor

a. Has abandoned the work/Contract.

b. Has failed to commence the works, or has without any lawful excuse under these conditions suspended the work for 15 consecutive days.

c. Has failed to remove materials from the site or to pull down and replace the work within 15 days

after receiving from the Engineer written notice that the said materials or work were condemned and/or rejected by the Engineer under specified conditions.

d. Has neglected or failed to observe and perform all or any of the terms acts, matters or things

under this Contract to be observed and performed by the Contractor.

e. Has to the detriment of good workmanship or in defiance of the Engineer's instructions to the contrary sub-let any part of the Contract.

f. Has acted in any manner to the detrimental interest, reputation, dignity, name or prestige of the

Owner.

g. Has stopped attending to work without any prior notice and prior permission for a period of 15 days.

h. Has become untraceable.

i. Has without authority acted in violation of the terms and conditions of this contract and has

committed breach of terms of the contract in best judgement of the owner.

Page 60: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 44 of 170

j. Has been declared insolvent/bankrupt.

k. In the event of sudden death of the Contractor.

17.3 The owner on termination of such contract shall have the right to appropriate the Security Deposit,

Retention Money and invoke the Bank Guarantee furnished by the contractor and to appropriate the same towards the amounts due and payable by the contractor as per the conditions of Contract and return to the contractor excess money, if any, left over.

17.4 In case of Termination of the contract, Owner shall have the right to carry out the unexecuted portion of the work either by themselves or through any other contractor(s) at the risk and cost of the Contractor. In view of paucity of time, Owner shall have the right to place such unexecuted portion of the work on any nominated contractor(s). However, the overall liability of the Contractor shall be restricted to 100 % of the total contract value.

17.5 The contractor within or at the time fixed by the Owner shall depute his authorized representative for taking joint final measurements of the works executed thus far and submit the final bill for the work as per joint final measurement within 15 days of the date of joint final measurement. If the contractor fails to depute their representative for joint measurement, the owner shall take the measurement with their Engineer-in-Charge/Site-in-Charge or any other outside representatives. Such a measurement shall not be questioned by the Contractor and no dispute can be raised by the Contractor for purpose of Arbitration.

17.6 The Owner may enter upon and take possession of the works and all plant, tools, scaffoldings, sheds, machinery, power operated tools and steel, cement and other materials of the Contract at the site or around the site and use or employ the same for completion of the work or employ any other contractor or other person or persons to complete the works. The Contractor shall not in any way object or interrupt or do any act, matter or thing to prevent or hinder such actions, other Contractor or other persons employed for completing and finishing or using the materials and plant for the works. When the works shall be completed or as soon thereafter the Engineer shall give a notice in writing to the Contractor to remove surplus materials and plant, if any, and belonging to the Contractor except as provided elsewhere in the Contract and should the Contractor fail to do so within a period of 15 days after receipt thereof the Owner may sell the same by public auction and shall give credit to the contractor for the amount realised. The Owner shall thereafter ascertain and certify in writing under his hand what (if anything) shall be due or payable to or by the Owner for the value of the plant and materials so taken possession and the expense or loss which the Owner shall have been put to in procuring the works, to be so completed, and the amount if any, owing to the Contractor and the amount which shall be so certified shall thereupon be paid by the Owner to the Contractor or by the Contractor to the Owner, as the case may, and the Certificate of the Owner shall be final and conclusive between the parties.

17.7 When the contract is terminated by the Owner for all or any of the reasons mentioned above the Contractor shall not have any right to claim compensation on account of such termination.

18.0 ARBITRATION – Also Refer Annexure-Y of Chapter 9

18.1 All disputes and differences of whatsoever nature, whether existing or which shall at any time

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

Page 61: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 45 of 170

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

18.3 In the event of the Arbitrator to whom the matter is referred to, does not accept the appointment,

or is unable or unwilling to act or resigns or vacates his office for any reasons whatsoever, the Appointing Authority aforesaid, shall nominate another person as aforesaid, to act as the Sole Arbitrator.

18.4 Such another person nominated as the Sole Arbitrator shall be entitled to proceed with the

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

18.5 The Award of the Sole Arbitrator shall be final and binding on the parties to the Agreement.

18.6 The work under the Contract shall, however, continue during the Arbitration proceedings and no

payment due or payable to the concerned party shall be withheld (except to the extent disputed) on account of initiation, commencement or pendency of such proceedings.

18.7 The Arbitrator may give a composite or separate Award(s) in respect of each dispute or difference

referred to him and may also make interim award(s) if necessary.

18.8 The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the parties

unless the Sole Arbitrator otherwise directs in his award with reasons. The lumpsum fees of the Arbitrator shall be Rs. 70,000/- per case for transportation contracts and Rs. 1,00,000/- for engineering contracts and if the sole Arbitrator completes the arbitration including his award within 5 months of accepting his appointment, he shall be paid Rs. 10,000/- additionally as bonus. Reasonable actual expenses for stenographer, etc. will be reimbursed. Fees shall be paid stagewise i.e. 25% on acceptance, 25% on completion of pleadings/documentation, 25% on completion of arguments and balance on receipt of award by the parties

18.9 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or any

statutory modification or re-enactment thereof and the rules made thereunder, shall apply to the Arbitration proceedings under this Clause.

18.10 The Contract shall be governed by and constructed according to the laws in force in India. The

parties hereby submit to the exclusive jurisdiction of the Courts situated at Mumbai for all purposes. The Arbitration shall be held at say Mumbai and conducted in English language.

18.11 The Appointing Authority is the Functional Director of Hindustan Petroleum Corporation Limited.

Page 62: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 46 of 170

18.12 Public Sector v/s. Government Department or vice versa :

In case of contracts/agreement to be executed between Public Sector Enterprises / Government Departments, the following clause will be incorporated. "In the event of any dispute or difference between the parties hereto, such dispute or difference shall be resolved amicably by mutual consultation or through the good offices of empowered agencies of the Government. If such resolution is not possible, then, the unresolved dispute or difference shall be referred to arbitration of an arbitrator to be nominated by Secretary, Department of Legal Affairs ("Law Secretary"). The Arbitration & Conciliation Act, 1996) shall not be applicable to the Arbitration under this clause. The award of the arbitrator shall be binding upon the parties to the dispute, provided, however, that any party aggrieved by such award may appeal for setting aside or revision of the award to Law Secretary whose decision shall bind the parties finally and conclusively. The said appeal should be filed within the period specified in the award of the arbitrator." It is essential that, to avoid delay in nomination of arbitrator or initiation of arbitration proceeding, the Arbitration Clause or Agreement, as the case may be, is forwarded without fail at the time of making request for reference to the Law Secretary or Department of Legal Affairs.

18.13 Deleted 19.0 Deleted

20.0 GRIEVANCE REDRESSAL MECHANISM 20.1 There is a grievance redressal mechanism in HPCL for vendors participating in the tender, the

details of which are available on HPCL’s website www.hindustanpetroleum.com

21.0 SUB-CONTRACTING 21.1 Sub-contracting of any work is not permissible. If a contractor submits his bid, qualifies and does

not get the contract because of his being not the lowest, he will be prohibited from working as a subcontractor for the contractor who is executing the contract.

22.0 JURISDICTION 22.1 The courts at Mumbai (India) shall have exclusive jurisdiction over all Disputes arising under or in

connection with the CONTRACT.

23.0 INTEGRITY PACT 23.1 Integrity Pact: All tenders and contracts shall comply with the requirements of the Integrity Pact

(IP) if the value of such tenders or contracts exceed Rs.1 crore. Failure to sign the Integrity Pact shall lead to outright rejection of bid.

23.2 The successful tenderer shall execute Integrity Pact with Owner as per the enclosed Draft Integrity Pact Agreement. Hard copy of the same duly filled signed, stamped by authorized person and witnessed to be forwarded along with EMD in physical condition so as to be received at WORLEY PARSONS prior to bid due date and time.

24.0 UNLOADING i. Please note that unloading will be arranged by HPCL, unless specifically mentioned in

tender terms and conditions. ii. Bidders are requested to quote “0” in the field provided for unloading, unless specifically

mentioned in tender terms and conditions. iii. Kindly note that in case Unloading is in HPCL’s Scope and you are quoting for the same,

the same shall not be considered during evaluation and PO shall be placed accordingly.

25.0 MAKE OF MATERIAL

Page 63: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 47 of 170

25.1 The materials required to be supplied by the Bidder under this Contract shall be procured only from Owner / Consultant approved vendors enlisted under Annexure-1 of this SCP (Chapter 3 of this tender).Where the makes of materials are not indicated in the IFB, Bidder shall furnish the details (Past track record / credentials) of proposed makes and shall obtain prior approval of Owner / Consultant. Bidder shall not procure any item from vendors not approved by Consultant/ Owner.

25.2 Bidder is also required to ensure that equipment qualification criteria, specified elsewhere in the bid document, are also simultaneously met.

25.3 Bidder shall make an independent assessment of capability of all the vendors for timely deliveries of material / equipment. Any delays in deliveries by vendor(s) shall not be a cause of Schedule and cost implication.

25.4 Non-acceptance of a particular proposed Makes /vendor due to any reasons whatsoever shall not be a cause of Schedule and cost implication to the Owner.

25.5 At any stage of the project, if it comes to the notice of Owner/ Consultant that Vendor has procured material / equipment, intentionally or unintentionally whatsoever, from an unapproved vendor and/or items not falling in approved range of vendor(s), the same shall be rejected forthwith and Vendor shall be liable to replace such material /plant / machinery without any Schedule and cost implication to the Owner.

25.6 It is understood that should the name of Vendor be changed due to change in their Company or Corporate shareholding, Owner may accept such Vendors under its new name with prior approval.

25.7 Any such approval shall however, not absolve the Vendor from any of his obligations under the contract; neither shall any such approval signify nominations or instruction to use such a vendor. All approved vendors are deemed to have been freely chosen by the VENDOR at his own risk.

26.0 Annexure - 1 of SCP - List of Approved Makes / Sub-Vendor’s - Not Applicable.

Page 64: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 48 of 170

Page 65: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 49 of 170

Chapter – 4 a

GENERAL TERMS & CONDITIONS OF WORKS CONTRACT

Page 66: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 50 of 170

GENERAL TERMS & CONDITIONS OF WORKS CONTRACT

1 PRELIMINARY

1.1 This is a Contract for execution of job as defined in tender document at the specified

location

1.2 The tenderer for the abovementioned item of work is the company/ proprietary

concern/ individual (as per details & address mentioned in the unpriced bid) and undersigned (digitally) is authorized to submit the bid on behalf of tenderer.

1.3 The terms and conditions mentioned hereunder are the terms and conditions of the

Contract for the execution of the work mentioned under item 1.1 above.

1.4 It is the clear understanding between Hindustan Petroleum Corporation Limited and the tenderer that in case the bid of tenderer is accepted by Hindustan Petroleum Corporation Limited and an intimation to that effect is so issued and also a Procurement Order is on the tenderer this document shall form part of the Contract between the parties and terms and conditions hereunder would govern the parties interest.

1.5 Interpretation of Contract Documents: All documents forming part of the Contract are to

be taken mutually explanatory. Should there be any discrepancy, inconsistency, error or omission in the contract, the decision of the Owner/Engineer-in-Charge/Site-in-Charge shall be the final and the contractor shall abide by the decision. The decision shall not be arbitrable. Works shown upon the drawings but not mentioned in the specification or described in the specifications without being shown on the drawings shall nevertheless be deemed to be included in the same manner as if they are shown in the drawings and described in the specifications.

1.6 Special conditions of Contract : The special conditions of contract, if any

provided and whenever and wherever referred to shall be read in conjunction with General Terms and Conditions of contract, specifications, drawings, and any other documents forming part of this contract wherever the context so requires. Notwithstanding the subdivision of the documents into separate sections, parts volumes, every section, part or volume shall be deemed to be supplementary or complementary to each other and shall be read in whole. In case of any misunderstanding arising the same shall be referred to decision of the Owner/ Engineer-in-Charge/Site-in-Charge and their decision shall be final and binding and the decision shall not be arbitrable.

It is the clear understanding that wherever it is mentioned that the Contractor shall do/perform a work and/or provide facilities for the performance of the work, the doing or the performance or the providing of the facilities is at the cost and expenses of the Contractor not liable to be paid or reimbursed by the Owner.

2. DEFINITIONS

Page 67: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 51 of 170

In this contract unless otherwise specifically provided or defined and unless a contrary intention appears from the contract the following words and expressions are used in the following meanings;

2.1 The term "Agreement" wherever appearing in this document shall be read as

"Contract".

2.2 The "Authority" for the purpose of this Contract shall be the Chairman and

Managing Director or any other person so appointed or authorised.

2.3 The "Chairman and Managing Director" shall mean the Chairman and Managing Director of HINDUSTAN PETROLEUM CORPORATION LIMITED or any person so appointed, nominated or designated and holding the office of Chairman & Managing Director.

2.4 The "Change Order" means an order given in writing by the Engineer-in-Charge or by Owner to effect additions to or deletion from or alterations into the Work.

2.5 The "Construction Equipment" means all appliances and equipment of whatsoever nature for the use in or for the execution, completion, operation or maintenance of the work except those intended to form part of the Permanent Work.

2.6 The "Contract" between the Owner and the Contractor shall mean and include all documents like enquiry, tender submitted by the contractor and the procurement order issued by the owner and other documents connected with the issue of the procurement order and orders, instruction, drawings, change orders, directions issued by the Owner/Engineer-in-Charge/Site-in-Charge for the execution, completion and commissioning of the works and the period of contract mentioned in the Contract including such periods of time extensions as may be granted by the owner at the request of the contractor and such period of time for which the work is continued by the contractor for purposes of completion of the work.

2.7 "The Contractor" means the person or the persons, firm or Company whose tender has been accepted by the Owner and includes the Contractor's legal heirs, representative, successor(s) and permitted assignees.

2.8 The "Drawings" shall include maps, plans and tracings or prints thereof with any modifications approved in writing by the Engineer-in-Charge and such other drawings as may, from time to time, be furnished or approved in writing by the Engineer-in-Charge.

2.9 The "Engineer-in-Charge or Site-in-Charge" shall mean the person appointed or designated as such by the Owner and shall include those who are expressly authorised by the owner to act for and on its behalf.

2.10 "The Owner" means the HINDUSTAN PETROLEUM CORPORATION LIMITED incorporated in India having its Registered office at PETROLEUM HOUSE, 17, JAMSHEDJI TATA ROAD, BOMBAY - 400020 and Marketing office at the address mentioned for this purpose in the tender header or their successors or assignees.

2.11 The "Permanent Work" means and includes works which form a part of the work to be handed over to the Owner by the Contractor on completion of the contract.

2.12 The "Project Manager" shall mean the Project Manager of HINDUSTAN

PETROLEUM CORPORATION LIMITED, or any person so appointed, nominated or designated.

Page 68: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 52 of 170

2.13 The "Site" means the land on which the work is to be executed or carried out and such other place(s) for purpose of performing the Contract.

2.14 The "Specifications" shall mean the various technical and other specifications attached and referred to in the tender documents. It shall also include the latest editions, including all addenda/corrigenda or relevant Indian Standard Specifications and Bureau Of Indian Standards.

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

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

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

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

3. SUBMISSION OF TENDER

3.1 Before submitting the Tender, the Tenderer shall at their own cost and

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

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

3.2 The Tenderer shall be deemed to have satisfied fully before tendering as to the

correctness and sufficiency of his tender for the works and of the rates and prices quoted in the schedule of quantities which rates and prices shall except as otherwise provided cover all his obligations under the contract.

3.3 It must be clearly understood that the whole of the conditions and specifications are intended to be strictly enforced and that no work will be considered as extra work and allowed and paid for unless they are clearly outside the scope, spirit, meaning of the Contract and intent of the Owner and have been so ordered in writing by Owner and/or Engineer-in-Charge/Site-in-Charge, whose decision shall be final and binding.

Page 69: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 53 of 170

3.4 Before filling the Tender the Contractor will check and satisfy all drawings and

materials to be procured and the schedule of quantities by obtaining clarification from the Owner on all the items as may be desired by the Tenderer. No claim for any alleged loss or compensation will be entertained on this account, after submission of Tender by the Tenderer/Contractor and such a claim shall not be arbitrable.

3.5 Unless specifically provided for in the tender documents or any Special

Conditions, no escalation in the Tender rates or prices quoted will be permitted throughout the period of contract or the period of actual completion of the job whichever is later on account of any variation in prices of materials or cost of labour or due to any other reasons. Claims on account of escalation shall not be arbitrable.

3.6 The quantities indicated in the Tender are approximate. The approved schedule of

rates of the contract will be applicable for variations upto plus or minus 25% of the contract value. No revision of schedule of rates wil l be permitted for such variations in the contract value, including variations of individual quantities, addition of new items, alterations, additions/deletions or substitutions of items, as mentioned above. Quantities etc. mentioned and accepted in the joint measurement sheets shall alone be final and binding on the parties.

3.7 Owner reserve their right to award the contract to any tenderer and their decision in this regard shall be final. They also reserve their right to reject any or all tenders received. No disputes could be raised by any tenderer(s) whose tender has been rejected.

3.8 The Rates quoted by the Tenderer shall include Costs and expenses on all counts viz. cost of materials, transportation of machine(s), tools, equipments, labour, power, Administration charges, price escalations, profits, etc. etc. except to the extent of the cost of material(s), if any, agreed to be supplied by Owner and mentioned specifically in that regard in condition of Contract, in which case, the cost of such material if taken for preparation of the Contractor's Bill(s) shall be deducted before making payment of the Bill(s) of the Contractor. The description given in the schedule of quantities shall unless otherwise stated be held to include wastage on materials, carriage and cartage, carrying in and return of empties, hoisting, setting, fitting and fixing in position and all other expenses necessary in and for the full and complete execution and completion of works and in accordance with good practice and recognised principles in that regard.

3.9 Employees of the State and Central Govt. and employees of the Public Sector Undertakings, including retired employees are covered under their respective service conditions/rules in regard to their submitting the tender. All such persons should ensure compliance to the respective/applicable conditions, rules etc. etc. Any person not complying with those rules etc. but submitting the tender in violation of such rules, after being so noticed shall be liable for the forfeiture of the Earnest Money Deposit made with the tender, termination of Contract and sufferance on account of forfeiture of Security Deposit and sufferance of damages arising as a result of termination of Contract.

3.10 In consideration for having a chance to be considered for entering into a

contract with the Owner, the Tenderer agrees that the Tender submitted by him shall remain valid for the period prescribed in the tender conditions, from the date of opening of the tender. The Tenderer shall not be entitled during the

Page 70: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 54 of 170

said validity period, to revoke or cancel the tender without the consent in writing from the Owner.

In case the tenderer revokes or cancels the tender or varies any of terms of the tender without the Consent of the Owner, in writing, the Tenderer forfeits the right to the refund of the Earnest Money paid along with the tender.

3.11 The prices quoted by the Tenderer shall be firm during the validity period of

the bid and Tenderer agrees to keep the bid alive and valid during the said period. The Tenderers shall particularly take note of this factor before submitting their tender(s).

3.12 The works shall be carried out strictly as per approved specifications. Deviations, if

any, shall have to be authorised by the Engineer-in-Charge/Site-in-Charge in writing prior to implementing deviations. The price benefit, if any, arising out of the accepted deviation shall be passed on to the Owner. The decision of Engineer- in-Charge shall be final in this matter.

3.13 The contractor shall make all arrangements at his own cost to transport the

required materials outside and inside the working places and leaving the premises in a neat and tidy condition after completion of the job to the satisfaction of Owner. All materials except those agreed to be supplied by the Owner shall be supplied by the contractor at his own cost and the rates quoted by the Contractor should be inclusive of all royalties, rents, taxes, duties, octroi, statutory levies, if any, etc. etc.

3.14 The Contractor shall not carry on any work other than the work under this Contract

within the Owner’s premises without prior permission in writing from the Engineer- in-Charge/Site-in-charge.

3.15 The Contractor shall be bound to follow and ensure compliance to all the safety

and security regulations and other statutory rules applicable to the area. In the event of any damage or loss or sufference caused due to non-observance of such rules and regulations, the contractor shall be solely responsible for the same and shall keep the Owner indemnified against all such losses and claims arising from the same.

3.16 At any time after acceptance of tender, the Owner reserves the right to add,

amend or delete any work item, the bill of quantities at a later date or reduce the scope of work in the overall interest of the work by prior discussion and intimation to the Contractor. The decision of Owner, with reasons recorded therefor, shall be final and binding on both the Owner and the Contractor. The Contractor shall not have right to claim compensation or damage etc. in that regard. The Owner reserves the right to split the work under this contract between two or more contractors without assigning any reasons.

3.17 Contractor shall not be entitled to sublet, sub contract or assign, the work

under this Contract without the prior consent of the Owner obtained in writing.

3.18 All signatures in tender document shall be dated as well as all the pages of all sections of the tender documents shall be initialed at the lower position and signed, wherever required in the tender papers by the Tenderer or by a person holding Power of Attorney authorising him to sign on behalf of the tenderer before submission of tender.

Page 71: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 55 of 170

3.19 The tender should be quoted in English, both in figures as well as in words. The rates

and amounts tendered by the Tenderer in the Schedule of rates for each item and in such a way that insertion is not possible. The total tendered amount should also be indicated both in figures and words with the signature of tenderer.

If some discrepancies are found between the rates given in words and figures of the amount shown in the tender, the following procedure shall be applied :

(a) When there is a difference between the rates in figures and words, the rate

which corresponds to the amount worked out by the tenderer shall be taken as correct.

(b) When the rate quoted by the tenderer in figures and words tallies but the amount is incorrect, the rate quoted by the tenderer shall be taken as correct.

(c) When it is not possible to ascertain the correct rate in the manner prescribed above the rate as quoted in words shall be adopted.

3.20 All corrections and alterations in the entries of tender paper will be signed in full by the tenderer with date. No erasures or over writings are permissible.

3.21 Transfer o f tender document by one intending tenderer to the another one is not

permissible. The tenderer on whose name the tender has been sent only can quote.

3.22 The Tender submitted by a tenderer if found to be incomplete in any or all

manner is liable to be rejected. The decision of the Owner in this regard is final and binding.

4. DEPOSITS

a) EARNEST MONEY DEPOSIT (EMD)

The tenderer will be required to pay a sum as specified in the covering letter, as earnest money deposit along with the tender either thru a crossed demand draft or a non-revokable Bank Guarantee in favour of Hindustan Petroleum Corporation Limited, from any Scheduled Bank (other than a Co-Operative Bank) payable at Mumbai in favour of Hindustan Petroleum Corporation Limited, Mumbai in the proforma enclosed. The earnest money deposit will be refunded after finalisation of the contract.

Note: Public sector enterprises and small scale units registered with National Small Scale Industries are exempted from payment of Earnest Money Deposit. Small scale units registered with National Small Scale Industries should enclose a photocopy of their registration certificate with their quotation to make their quotation eligible for consideration. The Registration Certificate should remain valid during the period of the contract that may be entered into with such successful bidder. Such tenderers should ensure validity of the Registration Certificate for the purpose.

Page 72: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 56 of 170

b) SECURITY DEPOSIT:

The tenderer, with whom the contract is decided to be entered into and intimation is so given will have to make a security deposit of one percent (1%) of the total contract value in the form of account payee crossed demand draft drawn in favour of the Owner, within 15 days from the date of intimation of acceptance of their tender, failing which the Owner reserves the right to cancel the Contract and forfeit the EMD.

1% of PO/Contract value as Security deposit will be acceptable in the form of Demand

draft upto ` 50,000/- and in the form of Demand draft / Bank guarantee beyond ` 50,000/-.

®

Composite Performance Bank Guarantee (CPBG) valid upto a period of 3 months beyond the expiry of defect liability period. Demand Draft should be

drawn on Scheduled Banks, other than co-operative bank. Quantum of Performance Bank Guarantee inclusive of Security Deposit should be

as follows: - All items (other than CVR items) : 10% of PO value

- For CVR items: ₹ 10.0 lakhs or 5% of the order value whichever is lower. Composite PBG of above value towards Performance Bank Guarantee inclusive of Security Deposit shall be accepted (in lieu of deduction of retention money of 10% from each bill); Such composite PBG shall be valid upto a period of 3 months beyond the expiry of defect liability period. Demand Draft should be drawn on Scheduled Banks (other than cooperative banks).

5. EXECUTION OF WORK

All the works shall be executed in strict conformity with the provisions of the contract documents and with such explanatory details, drawings, specifications and instructions as may be furnished from time to time to the Contractor by the Engineer-in-Charge/ Site- in-Charge, whether mentioned in the Contract or not. The Contractor shall be responsible for ensuring that works throughout are executed in the most proper and workman- like

manner with the quality of material and workmanship in strict accordance with the

specifications and to the entire satisfaction of the Engineer-in- Charge/Site-in-Charge.

The completion of work may entail working in monsoon also. The contractor must maintain the necessary work force as may be required during monsoon and plan to execute the job in such a way the entire project is completed within the contracted time schedule. No extra charges shall be payable for such work during monsoon. It shall be the responsibility of the contractor to keep the construction work site free from water during and off the monsoon period at his own cost and expenses.

For working on Sundays/Holidays, the contractor shall obtain the necessary permission from Engineer Incharge/Site Incharge in advance. The contractor shall be permitted to work beyond the normal hours with prior approval of Engineer-In-Charge/Site-In-Charge and the contractors quoted rate is inclusive of all such extended hours of working and no extra amount shall be payable by the owner on this account.

5.a. SETTING OUT OF WORKS AND SITE INSTRUCTIONS

5.a.1. The Engineer-in-Charge/Site-in-Charge shall furnish the Contractor with only the four corners of the work site and a level bench mark and the Contractor shall set out the works and shall provide an efficient staff for the purpose and shall be solely responsible for the accuracy of such setting out.

® REVISION: PROC-003/18.08.2014

Page 73: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 57 of 170

5.a.2. The Contractor shall provide, fix and be responsible for the maintenance of all necessary stakes, templates, level marks, profiles and other similar things and shall take all necessary precautions to prevent their removal or disturbance and shall be responsible for consequences of such removal or disturbance should the same take place and for their efficient and timely reinstatement. The Contractor shall also be responsible for the maintenance of all existing survey marks, either existing or supplied and fixed by the Contractor. The work shall be set out to the satisfaction of the Engineer-in-Charge/Site-in-Charge. The approval thereof or joining in setting out the work shall not relieve the Contractor of his responsibility.

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

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

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

5.a.6. The Engineer-in-Charge/Site-in-Charge shall communicate or confirm his instructions to the contractor in respect of the executions of work in a "work site order book" maintained in the office having duplicate sheet and the authorised representative of the contractor shall confirm receipt of such instructions by signing the relevant entries in the book.

5.a.7. All instructions issued by the Engineer-in-Charge/Site-in-Charge shall be in writing. The Contractor shall be liable to carry out the instructions without fail.

5.a.8. If the Contractor after receipt of written instruction from the Engineer-in-Charge/ Site-in-Charge requiring compliance within seven days fails to comply with such drawings or 'instructions' or both as the Engineer-in-Charge/Site-in-Charge may issue, owner may employ and pay other persons to execute any such work whatsoever that may be necessary to give effect to such drawings or `instructions' and all cost and expenses incurred in connection therewith as certified by the Engineer-in-Charge/ Site-in-Charge shall be borne by the contractor or may be deducted from amounts due or that may become due to the contractor under the contract or may be recovered as a debt.

5.a.9. The Contractor shall be entirely and exclusively responsible for the horizontal and vertical alignment, the levels and correctness of every part of the work and shall rectify effectually any errors or imperfections therein. Such rectifications shall be carried out by the Contractor, at his own cost.

5.a.10. In case any doubts arise in the mind of the Contractor in regard to any expressions, interpretations, statements, calculations of quantities, supply of material rates, etc. etc., the contractor shall refer the same to the Site-in-Charge/ Engineer-in-Charge for his clarification, instructions, guidance or clearing of

Page 74: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 58 of 170

doubts. The decision of the Engineer-in-Charge/Site-in-Charge shall be final and the contractor shall be bound by such a decision.

5.a.11."The Contractor shall take adequate precautions, to ensure that his operations

do not create nuisance or misuse of the work space that shall cause unnecessary disturbance or inconvenience to others at the work site".

5.a.12. "All fossils, coins articles of value of antiquity and structure or other remains

of geological or archaeological discovered on the site of works shall be declared to be the property of the Owner and Contractor shall take reasonable precautions to prevent his workmen or any other persons from removing or damaging any such articles or thing and shall immediately inform the Owner/ Engineer-in-Charge/Site-in-Charge."

5.a.13. "Contractor will be entirely and exclusively responsible to provide and

maintain at his expenses all lights, guards, fencing, etc. when and where even necessary or/as required by the Engineer-in-Charge/Site-in-Charge for the protection of works or safety and convenience to all the members employed at the site or general public."

5.b. COMMENCEMENT OF WORK

The contractor shall after paying the requisite security deposit, commence work within 15 days from the date of receipt of the intimation of intent from the Owner informing that the contract is being awarded. The date of intimation shall be the date/day for counting the starting day/date and the ending day/date will be accordingly calculated. Penalty, if any, for the delay in execution shall be calculated accordingly.

Contractor should prepare detailed fortnightly construction programme for approval by the Engineer-in-Charge within one month of receipt of Letter Of Intent. The work shall be executed strictly as per such time schedule. The period of Contract includes the time required for testing, rectifications, if any, re-testing and completion of work in all respects to the entire satisfaction of the Engineer-in-Charge.

A Letter of Intent is an acceptance of offer by the Owner and it need not be accepted by the contractor. But the contractor should acknowledge a receipt of the purchase order within 15 days of mailing of Purchase Order and any delay in acknowledging the receipt will be a breach of contract and compensation for the loss caused by such breach will be recovered by the Owner by forfeiting earnest money deposit/bid bond.

5.c. SUBLETTING OF WORK

5.c.1. No part of the contract nor any share or interest thereof shall in any manner or

degree be transferred, assigned or sublet, by the Contractor, directly or indirectly to any firm or corporation whatsoever, without the prior consent in writing of the Owner.

5.c.2. At the commencement of every month the Contractor shall furnish to the Engineer-

in-charge/Site-in-Charge list of all sub-contractors or other persons or firms engaged by the Contractor.

5.c.3 The contract agreement will specify major items of supply or services for which the

Contractor proposes to engage sub-Contractor/sub-Vendor. The contractor may

Page 75: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 59 of 170

from time to time propose any addition or deletion from any such list and will submit the proposals in this regard to the Engineer-in-charge/Designated officer-in- charge for approval well in advance so as not to impede the progress of work. Such approval of the Engineer-in-charge/Designated officer-in-charge will not relieve the contractor from any of his obligations, duties and responsibilities under the contract.

5.c.4. Notwithstanding any sub-letting with such approval as resaid and notwithstanding

that the Engineer-in-Charge shall have received copies of any sub-contract, the Contractor shall be and shall remain solely to be responsible for the quality and proper and expeditious execution of the works and the performance of all the conditions of the contract in all respects as if such subletting or sub-contracting had not taken place and as if such work had been done directly by the Contractor.

5.c.5 Prior approval in writing of the Owner shall be obtained before any change is made

in the constitution of the contractor/Contracting agency otherwise contract shall be deemed to have been allotted in contravention of clause entitled “sub-letting of works” and the same action may be taken and the same consequence shall ensue as provided in the clause of “sub- letting of works”.

5.d EXTENSION OF TIME

1) If the Contractor anticipates that he will not be able to complete the work

within the contractual delivery/ completion date (CDD), then the Contractor shall make a request for grant of time extension clearly specifying the reasons for which he seeks extension of time and demonstrating as to how these reasons were beyond the control of the contractor or attributable to the Owner. This request should be made well before the expiry of the Contractual Delivery/ Completion Date (CDD).

2) If such a request for extension is received with a Bank Guarantee for the full

Price Reduction amount calculated on the Total Contract Value, the concerned General Manager of the Owner shall grant a Provisional extension of time, pending a decision on the request.

3) The concerned General Manager of the Owner shall expeditiously decide upon

the request for time extension and decide the levy of price reduction within a maximum period of 6 months fom the CDD or date of receipt of the request, whichever is earlier.

4) Grant of any extension of time shall be by means of issuance of a Change

Order.

5) In order to avoid any cash crunch to the Contractor, a Bank Guarantee could be accepted against Price Reduction, as stated above. Once a decision is taken, the Price Reduction shall be recovered from any pending bills or by encashment of the BG. Any balance sum of Contractor or the BG (if Price Reduction is fully recovered from the bills) shall be promptly refunded/returned to the Contractor.

5.e. SUSPENSION OF WORKS

Page 76: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 60 of 170

5.e.1. Subject to the provisions of this contract, the contractor shall if ordered in writing by the Engineer- in-Charge/Site-in-Charge for reasons recorded suspend the works or any part thereof for such period and such time so ordered and shall not, after receiving such, proceed with the work therein ordered to suspended until he shall have received a written order to re-start. The Contractor shall be entitled to claim extension of time for that period of time the work was ordered to be suspended. Neither the Owner nor the Contractor shall be entitled to claim compensation or damages on account of such an extension of time.

5.e.2. In case of suspension of entire work, ordered in writing by Engineer-in-

Charge/Site-in-Charge, for a period of 30 days, the Owner shall have the option to terminate the Contract as provided under the clause fortermination. The Contractor shall not be at liberty to remove from the site of the works any plant or materials belonging to him and the Employer shall have lien upon all such plant and materials.

5.e.3. The contractor shall, in case of suspension have the right to raise a dispute

and have the same arbitrated but however, shall not have the right to have the work stopped from further progress and completion either by the owner or through other contractor appointed by the owner.

5.f. OWNER MAY DO PART OF WORK

Not withstanding anything contained elsewhere in this contract, the owner upon failure of the Contractor to comply with any instructions given in accordance with the provisions of this contract, may instead of Contract and undertaking charge of entire work, place additional labour force, tools, equipment and materials on such parts of the work, as the Owner may decide or engage another Contractor to carryout the balance of work. In such cases, the Owner shall have the right to deduct from the amounts payable to the Contractor the difference in cost of such work and materials with ten percent overhead added to cover all departmental charges. Should the total amount thereof exceed the amount due to the contractor, the Contractor shall pay the difference to the Owner within 15 days of making demand for payment failing which the Contractor shall be liable to pay interest at 24% p.a. on such amounts till the date of payment.

5.g. INSPECTION OF WORKS

5.g.1. The Engineer-in-Charge/Site-in-Charge and Officers from Central or State

Government will have full power and authority to inspect the works at any time wherever in progress, either on the site or at the Contractor's premises/workshops of any person, firm or corporation where work in connection with the contract may be in hand or where the materials are being or are to be supplied, and the Contractor shall afford or procure for the Engineer-in- Charge/Site-in-Charge every facility and assistance to carryout such inspection. The Contractor shall, at all times during the usual working hours and at all other times at which reasonable notice of the intention of the Engineer-in-Charge/Site-in- Charge or his representative to visit the works shall have been given to the Contractor, either himself be present to receive orders and instructions, or have a responsible agent, duly accredited in writing, present for the purpose. Orders given to the Contractor's agent shall be considered to have the same force as if they had been given to the Contractor himself. The Contractor shall give not less than seven days notice in writing to the Engineer-in-Charge/Site-in-Charge before covering up or otherwise placing beyond reach of inspection and

Page 77: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 61 of 170

measurement any work in order that the same may be inspected and measured. In the event of breach of above, the same shall be uncovered at Contractor's expense for carrying out such measurement and/or inspection.

5.g.2. No material shall be removed and despatched by the Contractor from the site

without the prior approval in writing of the Engineer-in-charge. The contractor is to provide at all times during the progress of the work and the maintenance period proper means of access with ladders, gangways, etc. and the necessary attendance to move and adapt as directed for inspection or measurements of the works by the Engineer-in-Charge/Site-in-Charge.

5.h. SAMPLES

5.h.1. The contractor shall furnish to the Engineer-in-charge/Site-in-Charge for

approval when requested or required adequate samples of all materials and finishes to be used in the work.

5.h.2. Samples shall be furnished by the Contractor sufficiently in advance and before commencement of the work so as the Owner can carry out tests and examinations thereof and approve or reject the samples for use in the works. All material samples furnished and finally used/applied in actual work shall fully be of the same quality of the approved samples.

5.i. TESTS FOR QUALITY OF WORK

5.i.1. All workmanship shall be of the respective kinds described in the contract

documents and in accordance with the instructions of the Engineer-in-Charge / Site-in- Charge and shall be subjected from time to time to such tests at Contractor's cost as the Engineer-in-Charge/Site-in-Charge may direct at the place of manufacture or fabrication or on the site or at all or any such places. The Contractor shall provide assistance, instruments, labour and materials as are normally required for examining, measuring and testing any workmanship as may be selected and required by the Engineer-in-Charge/Site-in-Charge.

5.i.2. All the tests that will be necessary in connection with the execution of the work as decided by the Engineer-in- charge/Site-in-Charge shall be carried out at the contractors cost and expenses.

5.i.3. If any tests are required to be carried out in connection with the work or materials or workmanship to be supplied by the owner, such tests shall be carried out by the Contractor as per instructions of Engineer-in-Charge/Site-in-Charge and expenses for such tests, if any, incurred by the contractor shall be reimbursed by the Owner. The contractor should file his claim with the owner within 15 (fifteen) days of inspection/test and any claim made beyond that period shall lapse and be not payable.

5.j. ALTERATIONS AND ADDITIONS TO SPECIFICATIONS, DESIGNS AND WORKS

5.j.1. The Engineer-in-Charge/Site-in-Charge shall have powers to make any alterations,

additions and/or substitutions to the schedule of quantities, the original

Page 78: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 62 of 170

specifications, drawings, designs and instructions that may become necessary or advisable or during the progress of the work and the Contractor shall be bound to carryout such altered/extra/new items of work in accordance with instructions which may be given to him in writing signed by the Engineer-in- Charge/Site- in-Charge. Such alterations, omissions, additions or substitutions shall not invalidate the contract. The altered, additional or substituted work which the Contractor may be directed to carryon in the manner as part of the work shall be carried out by the Contractor on the same conditions in all respects on which he has agreed to do the work. The time for completion of such altered added and/or substituted work may be extended for that part of the particular job. The rates for such additional altered or substituted work under this Clause shall, be worked out in accordance with the following provisions:

5.j.2. If the rates for the additional, altered or substituted work are specified in the contract for similar class of work, the Contractor is bound to carryout the additional, altered or substituted work at the same rates as are specified in the contract.

5.j.3. If the rates for the additional, altered or substituted work are not specifically provided in the contract for the work, the rates will be derived from the rates for similar class of work as are specified in the contract for the work. In the opinion of the Engineer-in- Charge/Site-in-Charge as to whether or not the rates can be reasonably so derived from the items in this contract, will be final and binding on the Contractor.

5.j.4. If the rates for the altered, additional or substituted work cannot be determined in the manner specified above, then the Contractor shall, within seven days of the date of receipt of order to carry out the work, inform the Engineer-in-Charge/ Site-in-Charge of the rate at which he intends to charge for such class of work, supported by analysis of the rate or rates claimed and the Engineer-In-Charge/ Site-in-Charge shall determine the rates on the basis of the prevailing market rates for both material and labour plus 10% to cover overhead and profit of labour rates and pay the Contractor accordingly. The opinion of the Engineer-in- Charge/Site-in-Charge as to current market rates of materials and the quantum of labour involved per unit of measurement will be final and binding on the contractor.

5.j.5. In case of any item of work for which there is no specification supplied by the Owner and is mentioned in the tender documents, such work shall be carried out in accordance with Indian Standard Specifications and if the Indian Standard Specifications do not cover the same, the work should be carried out as per standard Engineering Practice subject to the approval of the Engineer-in-Charge/ Site-in-Charge.

5.k. PROVISIONAL ACCEPTANCE

Acceptance of sections of the works for purposes of equipment erection, piping, electrical work and similar usages by the Owner and payment for such work or parts of work shall not constitute a waiver of any portion of this contract and shall not be construed so as to prevent the Engineer from requiring replacement of defective work that may become apparent after the said acceptance and also shall not absolve the Contractor of the obligations under this contract. It is made clear that such an acceptance does not indicate or denote or establish to the fact of execution of that work or the Contract until the work is completed in full in accordance with the provisions of this Contract.

Page 79: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 63 of 170

5.l. COMPLETION OF WORK AND COMPLETION CERTIFICATE

As soon as the work is completed in all respects, the contractor shall give notice of such completion to the site in charge or the Owner and within thirty days of receipt of such notice the site in charge shall inspect the work and shall furnish the contractor with a certificate of completion indicating:

a) defects, if any, to be rectified by the contractor

b) items, if any, for which payment shall be made in reduced rates

c) the date of completion.

5.m. USE OF MATERIALS AND RETURN OF SURPLUS MATERIALS

5.m.1. Notwithstanding anything contained to the contrary in any or all of the clauses of

this contract, where any materials for the execution of the contract are procured with the assistance of Government either by issue from Government stocks or procurement made under orders or permits or licences issued by Government, the contractor shall use the said materials economically and solely for the purpose of the contract and shall not dispose them of without the permission of the Owner.

5.m.2. All surplus(serviceable) or unserviceable materials that may be left over after

the completion of the contract or at its termination for any reason whatsoever, the Contractor shall deliver the said product to the Owner without any demur. The price to be paid to the Contractor, if not already paid either in full or in part, however, shall not exceed the amount mentioned in the Schedule of Rates for such material and in cases where such rates are not so mentioned, shall not exceed the CPWD scheduled rates. In the event of breach of the aforesaid condition the contractor shall become liable for contravention of the terms of the Contract.

5.m.3. The surplus (serviceable) and unserviceable products shall be determined by joint

measurement. In case where joint measurement has failed to take place, the Owner may measure the same and determine the quantity.

5.m.4. It is made clear that the Owner shall not be liable to take stock and keep

possession and pay for the surplus and unserviceable stocks and the Owner may direct the Contractor to take back such material brought by the Contractor and becoming surplus and which the Owner may decide to keep and not to pay for the same.

5.n. DEFECT LIABILITY PERIOD

The contractor shall guarantee the work executed for a period of 12 months from the date of completion of the job. Any damage or defect that may arise or lie undiscovered at the time of completion of the job shall be rectified or replaced by the contractor at his own cost. The decision of the Engineer In-charge/Site-Incharge/Owner shall be the final in deciding whether the defect has to be rectified or replaced.

Equipment or spare parts replaced under warranty/guarantees shall have further warranty for a mutually agreed period from the date of acceptance.

The owner shall intimate the defects noticed in writing by a Registered A.D. letter or otherwise and the contractor within 15 days of receipt of the intimation shall start the

Page 80: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 64 of 170

rectification work and complete within the time specified by the owner failing which the owner will get the defects rectified by themselves or by any other contractor and the expenses incurred in getting the same done shall be paid by the Contractor under the provision of the Contract.

Thus, defect liability is applicable only in case of job/works contract (civil, mechanical, electrical, maintenance etc. ) where any damage of defect may arise in future (i.e. within 12 months from the date of completion of job) or lie undiscovered at the time of completion of job.

In other words, in case of service contracts (like car hire etc.) where there is no question of damage or defect arising in future, the defect liability clause is not applicable.

5.o. DAMAGE TO PROPERTY

5.o.1. Contractor shall be responsible for making good to the satisfaction of the Owner

any loss of and any damage to all structures and properties belonging to the Owner or being executed or procured by the Owner or of other agencies within the premises of the work of the Owner, if such loss or damage is due to fault and/or the negligence or willful acts or omission of the Contractor, his employees, agents, representatives or sub-contractors.

5.o.2. The Contractors shall indemnify and keep the Owner harmless of all claims for

damage to Owner's property arising under or by reason of this contract.

6. DUTIES AND RESPONSIBILITIES OF CONTRACTOR

6.a. EMPLOYMENT LIABILITY TOWARDS WORKERS EMPLOYED BY THE

CONTRACTOR

6.a.1 The Contractor shall be solely and exclusively responsible for engaging or

employing persons for the execution of work. All persons engaged by the contractor shall be on Contractor's payroll and paid by Contractor. All disputes or differences between the Contractor and his/their employees shall be settled by Contractor.

6.a.2. Owner has absolutely no liability whatsoever concerning the employees of the Contractor. The Contractor shall indemnify Owner against any loss or damage or liability arising out of or in the course of his/their employing persons or relation with his/their employees. The Contractor shall make regular and full payment of wages and on any complaint by any employee of the Contractor or his sub contractor regarding non-payment of wages, salaries or other dues, Owner reserves the right to make payments directly to such employees or sub- contractor of the Contractor and recover the amount in full from the bills of the Contractor and the contractor shall not claim any compensation or reimbursement thereof. The Contractor shall comply with the Minimum Wages Act applicable to the area of work site with regard to payment of wages to his employees and also to employees of his sub contractor.

6.a.3. The Contractor shall advise in writing or in such appropriate way to all of his employees and employees of sub-contractors and any other person engaged by him that their appointment/employment is not by the Owner but by the Contractor and that their present appointment is only in connection with the construction contract with Owner and that therefore, such an

employment/appointment would not enable or make them eligible for any

Page 81: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 65 of 170

employment/appointment with the Owner either temporarily or/and permanent basis.

6.b. NOTICE TO LOCAL BODIES

The contractor shall comply with and give all notices required under any Government authority, instruction, rule or order made under any act of parliament, state laws or any regulations or by-laws of any local authority relating to the works.

6.c. FIRST AID AND INDUSTRIAL INJURIES

6.c.1 Contractor shall maintain first aid facility for his employees and those of his

sub-contractors. 6.c.2. Contractor shall make arrangements for ambulance service and for the

treatment of all types of injuries. Names and telephone numbers of those providing such services shall be furnished to Owner prior to start of construction and their name board shall be prominently displayed in Contractor's field office.

6.c.3. All industrial injuries shall be reported promptly to owner and a copy of contractor's report covering each personal injury requiring the attention of a physician shall be furnished to the Owner.

6.d. SAFETY CODE

6.d.1. The Contractor shall at his own expenses arrange for the Safety provisions

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

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

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

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

Page 82: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 66 of 170

any portion of the work done or to be done under this agreement or to any of the Owner's existing property.

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

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

6.d.7. Owner shall on a report having been made by an inspecting Office as defined in the Contract Labour Regulations have the power to deduct from the money due to the Contractor any sum required or estimated to be required for making good the loss suffered by a worker(s) by reasons of non-fulfillment of conditions of contract for the benefit of workers no-payment of wages or of deductions made from his or their wages which are not justified by the terms of contract or non observance of the said contractor's labour Regulation.

6.e. INSURANCE AND LABOUR

Contractor shall at his own expense obtain and maintain an insurance policy with a Nationalised Insurance Company to the satisfaction of the Owner as provided hereunder.

6.e.1. EMPLOYEES STATE INSURANCE ACT

i. The Contractor agrees to and does hereby accept full and exclusive

liability for the compliance with all obligations imposed by Employees State Insurance Act, 1948, and the Contractor further agrees to defend indemnify and hold Owner harmless from any liability or penalty which may be imposed by the Central, State or local authority by reason of any asserted violation by Contractor, or sub-contractor of the Employees' State Insurance Act, 1948 and also from all claims, suits or proceedings that may be brought against the Owner arising under, growing out of or by reason of the work provided for by this contract whether brought by employees of the Contractor, by third parties or by Central or State Government authority or any political sub-division thereof.

ii. The Contractor agrees to file with the Employees State Insurance Corporation, the Declaration forms and all forms which may be required in respect of the Contractor's or sub-contractor's employee whose aggregate emuneration is within the specified limit and who are employed in the work provided or those covered by ESI Act under any amendment to the Act from time to time.

The Contractor shall deduct and secure the agreement of the sub- contractor to deduct the employee's contribution as per the first schedule of the Employee's State Insurance Act from wages and affix the employee's contribution cards at wages payment intervals. The Contractor shall remit and secure the agreement of the sub contractor to remit to the State Bank of India, Employee's State Insurance Corporation Account, the Employee's contribution as required by the Act.

Page 83: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 67 of 170

ii. The Contractor agrees to maintain all records as required under the Act in respect of employees and payments and the Contractor shall secure the agreement of the sub contractor to maintain such records. Any expenses incurred for the contributions, making contribution or maintaining records shall be to the Contractor's or sub-contractor's account.

iv. The Owner shall retain such sum as may be necessary from the total contract value until the Contractor shall furnish satisfactory proof that all contributions as required by the Employees State Insurance Act, 1948, have been paid.

v. WORKMAN'S COMPENSATION AND EMPLOYEE'S LIABILITY INSURANCE

Provide Insurance for all the Contractor's employees engaged in the performance of this contract. If any of the work is sublet, the Contractor shall ensure that the sub contractor provides workmen's compensation and Employer's Liability Insurance for the latter's employees who are not covered under the Contractor's insurance.

vi. AUTOMOBILE LIABILITY INSURANCE

Contractor shall take out an Insurance to cover all risks to Owner for each of his vehicles plying on works of this contract and these insurances shall be valid for the total contract period. No extra payment will be made for this insurance. Owner shall not be liable for any damage or loss not made good by the Insurance Company, should such damage or loss result from unauthorised use of the vehicle. The provisions of the Motor Vehicle Act would apply.

vii. FIRE INSURANCE

Contractor shall within two weeks after award of contract insure the Works, Plant and Equipment and keep them insured until the final completion of the Contract against loss or damage by accident, fire or any other cause with an insurance company to be approved by the Employer/Consultant in the joint names of the Employer and the Contractor (name of the former being placed first in the Policy). Such Policy shall cover the property of the Employer only.

6.e.2. ANY OTHER INSURANCE REQUIRED UNDER LAW OR REGULATION OR BY

OWNER

i. Contractor shall also provide and maintain any and all other insurance which

may be required under any law or regulations from time to time. He shall also carry and maintain any other insurance which may be required by the Owner.

ii. The aforesaid insurance policy/policies shall provide that they shall not be

cancelled till the Engineer-in-Charge has agreed to their cancellation.

Page 84: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 68 of 170

iii. The Contractor shall satisfy to the Engineer-in-Charge/Site-in-Charge from time to time that he has taken out all insurance policies referred to above and has paid the necessary premium for keeping the policies alive till the expiry of the defects liability period.

iv. The contractor shall ensure that similar insurance policies are taken out

by his sub-contractor (if any) and shall be responsible for any claims or losses to the Owner resulting from their failure to obtain adequate insurance protections in connection thereof. The contractor shall produce or cause to be proceed by his sub-contractor (if any) as the case may be, the relevant policy or policies and premium receipts as and when required by the Engineer-in-Charge/Site-in-Charge.

6.e.3. LABOUR AND LABOUR LAWS

i. The contractor shall at his own cost employ persons during the period of

contract and the persons so appointed shall not be construed under any circumstances to be in the employment of the Owner.

ii. All payments shall be made by the contractor to the labour employed by

him in accordance with the various rules and regulations stated above. The contractor shall keep the Owner indemnified from any claims whatsoever inclusive of damages/costs or otherwise arising from injuries or alleged injuries to or death of a person employed by the contractor or damages or alleged damages to the property.

iii. No labour below the age of eighteen years shall be employed on the

work. The Contractor shall not pay less than what is provided under the provisions of the contract labour (Regulations and Abolition) Act, 1970 and the rules made thereunder and as may be amended from time to time. He shall pay the required deposit under the Act appropriate to the number of workman to be employed by him or through sub contractor and get himself registered under the Act. He shall produce the required Certificates to the Owner before commencement of the work. The Owner recognises only the Contractor and not his sub contractor under the provisions of the Act. The Contractor will have to submit daily a list of his workforce. He will also keep the wage register at the work site or/and produce the same to the Owner, whenever desired. A deposit may be taken by the Owner from the Contractor to be refunded only after the Owner is satisfied that all workmen employed by the Contractor have been fully paid for the period of work in Owner's premises at rates equal to or better than wages provided for under the Minimum Wages Act. The contractor shall be responsible and liable for any complaints that may arise in this regard and the consequences thereto.

iv. The Contractor will comply with the provisions of the Employee's Provident

Fund Act and the Family Pension Act as may be applicable and as amended from time to time.

v. The Contractor will comply with the provisions of the payment of Gratuity

Act, 1972, as may be applicable and as amended from time to time.

Page 85: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 69 of 170

vi. IMPLEMENTATION OF APPRENTICES ACT, 1961

The Contractor shall comply with the provisions of the Apprentices Act, 1961 and the Rules and Orders issued thereunder from time to time. If he fails to do so, his failure will be a breach of the contract and the Engineer-in- Charge may, at his discretion, cancel the contract. The Contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provision of the Act.

vii. MODEL RULES FOR LABOUR WELFARE

The Contractor shall at his own expenses comply with or cause be complied with Model rules for Labour Welfare as appended to those conditions or rules framed by the Government from time to time for the protection of health and for making sanitary arrangements for worker employed directly or indirectly on the works. In case the contractor fails to make arrangements as aforesaid the Engineer-in-Charge/Site-in-Charge shall be entitled to do so and recover the cost thereof from the contractor.

6.f. DOCUMENTS CONCERNING WORKS

6.f.1. All documents including drawings, blue prints, tracings, reproducible models,

plans, specifications and copies, thereof furnished by the Owner as well as all drawings, tracings, reproducibles, plans, specifications design calculations etc. prepared by the contractor for the purpose of execution of works covered in or connected with this contract shall be the property of the Owner and shall not be used by the contractor for any other work but are to be delivered to the Owner at the completion or otherwise of the contract.

6.f.2. The Contractor shall keep and maintain secrecy of the documents, drawings

etc. issued to him for the execution of this contract and restrict access to such documents, drawings etc. and further the Contractor shall execute a SECRECY agreement from each or any person employed by the Contractor having access to such documents, drawings etc. The Contractor shall not issue drawings and documents to any other agency or individual without the written approval by the Engineer-in-Charge/Site-in- Charge.

6.f.3. Contractor will not give any information or document etc. concerning details of

the work to the press or a news disseminating agency without prior written approval from Engineer-in-charge/Site-in-Charge. Contractor shall not take any pictures on site without written approval of Engineer-in-Charge/Site-in- Charge.

7. PAYMENT OF CONTRACTOR'S BILLS

7.1. Payments will be made against Running Accounts bills certified by the Owner's

Engineer-in-Charge/Site-in-Charge within 15 days from the date of receipt of the bill..

7.2. Running Account Bills and the final bill shall be submitted by the Contractor together

with the duly signed measurements sheet(s) to the Engineer-in-Charge/ Site-in- Charge of the Owner in quadruplicate for certification.

Page 86: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 70 of 170

The Bills shall also be accompanied by quantity calculations in support of the quantities contained in the bill along with cement consumption statement, actual/theoretical, wherever applicable duly certified by the Engineer-in-Charge/ Site-in- Charge of the Owner.

7.3. All running account payments shall be regarded as on account payment(s) to be finally

adjusted against the final bill payment. Payment of Running Account Bill(s) shall not determine or affect in any way the rights of the Owner under this Contract to make the final adjustments of the quantities of material, measurements of work and adjustments of amounts etc.etc. in the final bill.

7.4. The final bill shall be submitted by the Contractor within one month of the date of

completion of the work fully and completely in all respects. If the Contractor fails to submit the final bill accordingly Engineer-in-Charge/Site-in-Charge may make the measurement and determine the total amount payable for the work carried out by the Contractor and such a certification shall be final and binding on the Contractor. The Owner/Engineer- in-Charge/Site-in-Charge may take the assistance of an outside party for taking the measurement, the expenses of which shall be payable by the Contractor.

7.5. Payment of final bill shall be made within 30 days from the date of receipt of the certified

bill by the Disbursement Section of the owner.

7.6 Wherever possible, payment shall be tendered to the contractor in electronic mode (e-payment) through any of the designated banks. The contractor will comply by furnishing full particulars of Bank acount (mandate) to which the payments will be routed. Owner reserves the right to make payment in any alternate mode also.

7.a. MEASUREMENT OF WORKS

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

7.a.2. For the purpose of taking joint measurement, the Contractor/representative shall be bound to be present whenever required by the Engineer-in-Charge/Site- in-Charge.

If, however, they are absent for any reasons whatsoever, the measurement will be taken by the Engineer-in-Charge/Site-in-Charge or his representative and the same would be deemed to be correct and binding on the Contractor.

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

7.b. BILLING OF WORKS EXECUTED

The Contractor will submit a bill in approved proforma in quadruplicate to the Engineer- in-Charge/Site-in-Charge of the work giving abstract and detailed measurement for the various items executed during a month, before the expiry of the first week of the

Page 87: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 71 of 170

succeeding month. The Engineer-in-Charge/Site-in-Charge shall take or cause to be taken the requisite measurements for the purpose of having the bill verified and/or checked before forwarding the same to the disbursement office of the Owner for further action in terms of the Contract and payment thereafter. The Engineer-in-Charge/Site-in- Charge shall verify the bills within 7 days of submission of the Bill by the Contractor.

7.c. RETENTION MONEY

10% of the total value of the Running Account and Final Bill will be deducted and retained by the Owner as retention money on account of any damage/defect liability that may arise for the period covered under the defect liability period clause of the Contract free of interest. Any damage or defect that may arise or lie undiscovered at the time of issue of completion certificate connected in any way with the equipment or materials supplied by contractor or in workmanship shall be rectified or replaced by the contractor at his own expense failing which the Owner shall be entitled to rectify the said damage/defect from the retention money. Any excess of expenditure incurred by the Owner on account of damage or defect shall be payable by the Contractor. The decision of the Owner in this behalf shall not be liable to be questioned but shall be final and binding on the Contractor.

Thus, deduction towards retention money is applicable only in case of job/works contracts (civil, mechanical, electrical, maintenance etc.) where any damage or defect may arise in future (i.e. within 12 months from the date of completion of job) or lie undiscovered at the time of issue of completion certificate.

7.d. STATUTORY LEVIES

7.d.1 The Contractor accepts full and exclusive liability for the payment of any and all

taxes, duties, octroi, rates, cess, levies and statutory payments payable under all or any of the statutes etc.

Variations of taxes and duties arising out of the amendments to the Central / State enactments, in respect of sale of goods / services covered under this bid shall be to HPCL’s account, so long as :

• They relate to the period after the opening of the price bid, but before the

contracted completion period ( excluding permitted extensions due to delay on account of the contractors, if any) or the actual completion period, whichever is earlier; and

• The vendor furnishes documentary evidence of incurrence of such variations, in addition to the invoices/documents for claiming Cenvat /Input Tax credit, wherever applicable.

All contributions and taxes for unemployment compensation, insurance and old age pensions or annuities now or hereafter imposed by Central or State Governmental authorities which are imposed with respect to or covered by the wages, salaries or other compensations paid to the persons employed by the Contractor and the Contractor shall be responsible for the compliance with all obligations and restrictions imposed by the Labour Law or any other law affecting employer-employee relationship and the Contractor further agrees to comply and to secure the compliance of all sub-contractors with all applicable Central,

Page 88: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 72 of 170

State, Municipal and local laws, and regulations and requirements of any

Central, State or Local Government agency or authority.

Contractor further agrees to defend, indemnify and hold harmless from any liability or penalty which may be imposed by the Central, State or Local authorities by reason of any violation by Contractor or sub-contractor of such laws, regulations or requirements and also from all claims, suits or proceedings that may be brought against the Owner arising under, growing out of, or by reasons of the work provided for by this contract by third parties, or by Central or State Government authority or any administrative sub-division thereof. The Contractor further agrees that in case any such demand is raised against the Owner, and Owner has no way but to pay and pays/makes payment of the same, the Owner shall have the right to deduct the same from the amounts due and payable to the Contractor. The Contractor shall not raise any demand or dispute in respect of the same but may have recourse to recover/receive from the concerned authorities on the basis of the Certificate of the Owner issued in that behalf.

7.d.2. The rates quoted should be inclusive of all rates, cess, taxes and sales tax on

works contracts wherever applicable. However, wherever the sales tax on works contract is applicable and is to be deducted at source, the same will be deducted from the bills of the Contractor and paid to the concerned authorities. The proof of such payments of sales tax on works contract will be furnished to the contractor.

7.d.3. Income tax will be deducted at source as per rules at prevailing rates, unless

certificate, if any, for deduction at lesser rate or nil deduction is submitted by the Contractor from appropriate authority.

7.d.4 The contractor shall provide accurate particulars of PAN number as required, under

Section 206AA of Income Tax Act 1961.

7.d.5 The contractors having their ‘tax residency status’ outside India shall provide Tax Residency Certificate (TRC), issued by Government of the Country or the specified territory where the Contractor is a Resident. Rule 21AB of the Income Tax Rules, 1962 has prescribed the contents of a TRC. This would enable the Corporation to deduct tax at source by duly considering the ‘treaty relief’, if any, under Double Taxation Avoidance Agreement (DTAA) entered into between GOI and the respective country/specified territory in which the Contractors’ ‘tax residency status’ is currently in force.

7.e. MATERIALS TO BE SUPPLIED BY CONTRACTOR

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

7.e.2. The Owner may give necessary recommendation to the respective authority if so desired by the Contractor but assumes no responsibility of any nature.

Page 89: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 73 of 170

The Contractor shall procure materials of ISI stamp/certification and supplied by reputed suppliers borne on DGS&D list.

7.e.3. All materials procured should meet the specifications given in the tender

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

7.e.4. Manufacturer's certificate shall be submitted for all materials supplied by the

Contractor. If, however, in the opinion of the Engineer-in-Charge/Site-in-Charge any tests are required to be conducted on the material supplied by the Contractor, these will be arranged by the Contractor promptly at his own cost.

7.f. MATERIALS TO BE SUPPLIED BY THE OWNER

7.f.1. Steel and Cement maybe supplied by the Owner to the contractor against

payment by Contractor from either godown or from the site or within work premises itself and the contractor shall arrange for all transport to actual work site at no extra cost.

7.f.2. The contractor shall bear all the costs including loading and unloading, carting

from issue points to work spot storage, unloading, custody and handling and stacking the same and return the surplus steel and cement to the Owner's storage point after completion of job.

7.f.3. The contractor will be fully accountable for the steel and cement received from the

Owner and contractor will give acknowledgement/receipt for quantity of steel and cement received by him each time he uplifts cement from Owner's custody.

7.f.4. For all computation purposes, the theoretical cement consumption shall be

considered as per CPWD standards.

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

7.f.6. The contractor will be required to maintain a stock register for receipt, issuance

and consumption of steel and cement at site. Cement will be stored in a warehouse at site. Requirement of cement on any day will be taken out of the warehouse. Cement issued shall be regulated on the basis of FIRST RECEIPT to go as FIRST ISSUE.

7.f.7. Empty cement bag shall be the property of the Contractor. Contractor shall

be penalised for any excess/under consumption of cement. The penal rate will be twice the rate of issue of cement for this work.

Page 90: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 74 of 170

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

7.f.9. The Contractor will be fully responsible for safe custody of cement once it is

received by him and during transport. Owner will not entertain any claims of the contractor for theft, loss or damage to cement while in their custody.

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

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

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

7.f.12. Cement shall not be supplied by the Owner for manufacturing of mosaic tiles,

precast cement jali and any other bought out items which consume cement and for temporary works.

7.f.13. Cement in bags and in good usable condition left over after the completion of

work shall be returned by the contractor to the Owner. The Owner shall make payment to the Contractor at the supply rate for such stocks of cement they accept and receive. Any refused stock of cement shall be removed by the Contractor from the site at his cost and expenses within 15 days of completion of the work.

8. PAYMENT OF CLAIMS AND DAMAGES

8.1. Should the Owner have to pay money in respect of claims or demands as aforesaid the

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

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

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

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

If it shall appear to the Engineer-in-Charge/Site-in-Charge that any work has been executed with bad, imperfect or unskilled workmanship, or with materials, or that any materials or articles provided by the Contractor for execution of the work are not of standards specified/inferior quality to that contracted for, or otherwise not in accordance with the contract, the CONTRACTOR shall on demand in writing from the Engineer-in-

Page 91: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 75 of 170

Charge/Site-in-Charge or his authorised representative specifying the work, materials or articles complained of, notwithstanding that the same may have been inadvertently passed, certified and paid for, forthwith rectify or remove and reconstruct the work so specified and at his own charge and cost and expenses and in the event of failure to do so within a period of 15 days of such intimation/ information/knowledge, the Contractor shall be liable to pay compensation equivalent to the cost of reconstruction by the Owner. On expiry of 15 days period mentioned above, the Owner may by themselves or otherwise rectify or remove and re-execute the work or remove and replace with others, the materials or articles complained of as the case may be at the risk and expenses in all respects of the Contractor. The decision of the Engineer- in- Charge/ Site-in-Charge as to any question arising under this clause shall be final and conclusive and shall not be raised as a dispute or shall be arbitrable.

8.b. INSPECTION AND AUDIT OF CONTRACT AND WORKS

This project is subject to inspection by various Government agencies of Government of India. The contractor shall extend full cooperation to all the Government and other agencies in the inspection of the works, audit of the Contract and the documents of Contract Bills, measurements sheets etc. etc. and examination of the records of works and make enquiries interrogation as they may deem fit, proper and necessary. Upon inspection etc. by such agencies if it is pointed out that the contract work has not been carried out according to the prescribed terms and conditions as laid down in the tender documents and if any recoveries are recommended, the same shall be recovered from the contractors running bills/final bill/from ordered/suggested Security Deposit/retention money. The Contractor shall not rise any dispute on any such account and the same shall not be arbitrable.

9. CONTRACTOR TO INDEMNIFY THE OWNER

The Contractor shall indemnify the Owner and every member, officer and employee of the Owner, also the Engineer-in-Charge/Site-in-Charge and his staff against all the actions, proceedings, claims, demands, costs, expenses, whatsoever arising out of or in connection with the works and all actions, proceedings, claims, demands, costs, expenses which may be made against the Owner for or in respect of or arising out of any failure by the Contractor in the performance of his obligations under the contract. The Contractor shall be liable for or in respect of or in consequence of any accident or injury to any workmen or other person in the employment of the Contractor or his sub contractor and Contractor shall indemnify and keep indemnified the Owner against all such damages, proceedings, costs, charges and expenses whatsoever in respect thereof or in relation thereto.

10. Price reduction

i) In case of any delay in completion of the work beyond the CDD, the Owner

shall be entitled to be paid Price Reduction by the Contractor. The price reduction shall be initially at the rate of 0.5% (half percent) of the total contract value for every week of the delay subject to a maximum of 5% of the total contract value. The price reduction shall be recovered by the Owner out of the amounts payable to the Contractor or from any Bank Guarantees or Deposits furnished by the Contractor or the Retention Money retained from the Bills of the Contractor, either under this contract or any other contract.

Page 92: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 76 of 170

ii) The Contractor shall be entitled to give an acceptable unconditional Bank

Guarantee in lieu of such a deduction if Contractor desires any decision

on a request for time extension.

iii) Once a final decision is taken on the request of the Contractor or otherwise, the price reduction shall be applicable only on the basic cost of the contract and on each full completed week(s) of delay (and for part of the week, a pro-rata price reduction amount shall be applicable).

iv) This final calculation of price reduction shall be only on the value of the unexecuted portion/quantity of work as on the CDD.

v) Contractor agrees with the Owner, that the above represents a genuine pre-

estimate of the damages which the Owner will suffer on account of delay in the performance of the work by Contractor. The Contractor further agrees that the price reduction amount is over and above any right which owner has to risk purchase under Clause 12.4 and any right to get the defects in the work rectified at the cost of the contractor.

11. DEFECTS AFTER TAKING OVER OR TERMINATION OF WORK CONTRACT BY

OWNER

The Contractor shall remain responsible and liable to make good all losses or damages that may occur/appear to the work carried out under this Contract within a period of 12 months from date of issue of the Completion Certificate and/or the date of Owner taking over the work, whichever is earlier. The Contractor shall issue a Bank Guarantee to the Owner in the sum of 10% of the work entrusted in the Contract, from any Scheduled Bank (other than a Co-Operative Bank) acceptable to the Owner and if however, the Contractor fails to furnish such a Bank Guarantee the Owner shall have right to retain the Security Deposit and Retention Money to cover the 10% of the Guarantee amount under this clause and to return/refund the same after the expiry of the period of 12 months without any interest thereon. (Please refer to clause 4. Deposits)

12. TERMINATION OF CONTRACT

12.1 The owner may terminate the contract at any stage of the construction for reasons to

be recorded in the letter of termination.

12.2 The Owner inter alia may terminate the Contract for any or all of the following reasons that the contractor

a) has abandoned the work/Contract.

b) has failed to commence the works, or has without any lawful excuse under these

conditions suspended the work for 15 consecutive days.

c) has failed to remove materials from the site or to pull down and replace the work within 15 days after receiving from the Engineer written notice that the said materials or work were condemned and/or rejected by the Engineer under specified conditions.

d) has neglected or failed to observe and perform all or any of the terms acts, matters

or things under this Contract to be observed and performed by the Contractor.

Page 93: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 77 of 170

e) has to the detriment of good workmanship or in defiance of the Engineer's instructions

to the contrary sub-let any part of the Contract.

f) has acted in any manner to the detrimental interest, reputation, dignity, name or prestige of the Owner.

g) has stopped attending to work without any prior notice and prior permission for a

period of 15 days.

h) has become untraceable.

i) has without authority acted in violation of the terms and conditions of this contract and has committed breach of terms of the contract in best judgement of the owner.

j) has been declared insolvent/bankrupt.

k) in the event of sudden death of the Contractor.

12.3 The owner on termination of such contract shall have the right to appropriate the

Security Deposit, Retention Money and invoke the Bank Guarantee furnished by the contractor and to appropriate the same towards the amounts due and payable by the contractor as per the conditions of Contract and return to the contractor excess money, if any, left over.

12.4 In case of Termination of the contract, Owner shall have the right to carry out the

unexecuted portion of the work either by themselves or through any other contractor(s) at the risk and cost of the Contractor. In view of paucity of time, Owner shall have the right to place such unexecuted portion of the work on any nominated contractor(s). However, the overall liability of the Contractor shall be restricted to 100 % of the total contract value.

12.5 The contractor within or at the time fixed by the Owner shall depute his authorised

representative for taking joint final measurements of the works executed thus far and submit the final bill for the work as per joint final measurement within 15 days of the date of joint final measurement. If the contractor fails to depute their representative for joint measurement, the owner shall take the measurement with their Engineer-in- Charge/Site-in-Charge or any other outside representatives. Such a measurement shall not be questioned by the Contractor and no dispute can be raised by the Contractor for purpose of Arbitration.

12.6 The Owner may enter upon and take possession of the works and all plant, tools,

scaffoldings, sheds, machinery, power operated tools and steel, cement and other materials of the Contract at the site or around the site and use or employ the same for completion of the work or employ any other contractor or other person or persons to complete the works. The Contractor shall not in any way object or interrupt or do any act, matter or thing to prevent or hinder such actions, other Contractor or other persons employed for completing and finishing or using the materials and plant for the works. When the works shall be completed or as soon thereafter the Engineer shall give a notice in writing to the Contractor to remove surplus materials and plant, if any, and belonging to the Contractor except as provided elsewhere in the Contract and should the Contractor fail to do so within a period of 15 days after receipt thereof the Owner may sell the same by public auction and shall

Page 94: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 78 of 170

give credit to the contractor for the amount realised. The Owner shall thereafter ascertain and certify in writing under his hand what (if anything) shall be due or payable to or by the Owner for the value of the plant and materials so taken possession and the expense or loss which the Owner shall have been put to in procuring the works, to be so completed, and the amount if any, owing to the Contractor and the amount which shall be so certified shall thereupon be paid by the Owner to the Contractor or by the Contractor to the Owner, as the case may, and the Certificate of the Owner shall be final and conclusive between the parties.

12.7 When the contract is terminated by the Owner for all or any of the reasons mentioned

above the Contractor shall not have any right to claim compensation on account of such termination.

13. FORCE MAJEURE

13.1. Any delay in or failure of the performance of either part hereto shall not constitute

default hereunder or give rise to any claims for damage, if any, to the extent such delays or failure of performance is caused by occurrences such as Acts of God or an enemy, expropriation or confiscation of facilities by Government authorities, acts of war, rebellion, sabotage or fires, floods, explosions, riots, or strikes. The Contractor shall keep records of the circumstances referred to above and bring these to the notice of the Engineer-in-Charge/Site-in-Charge in writing immediately on such occurrences. The amount of time, if any, lost on any of these counts shall not be counted for the Contract period. Once decision of the Owner arrived at after consultation with the Contractor, shall be final and binding. Such a determined period of time be extended by the Owner to enable the Contractor to complete the job within such extended period of time.

13.2. If Contractor is prevented or delayed from the performing any of its obligations

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

14. ARBITRATION

14.1 All disputes and differences of whatsoever nature, whether existing or which shall at any

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

14.2 The appointing authority shall either himself act as the Sole Arbitrator or nominate

some officer/retired officer of Hindustan Petroleum Corporation Limited (referred to as owner or HPCL) or a retired officer of any other Government Company in the Oil Sector of the rank of Ch. Manager & above or any retired officer of the Central Government not below the rank of a Director, to act as the Sole Arbitrator to adjudicate the disputes and differences between the parties. The contractor/vendor shall not be entitled to raise any objection to the appointment of such person as

Page 95: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS OF WORKS CONTRACT

14495-00-PP-ITT-0047 79 of 170

the Sole Arbitrator on the ground that the said person is/was an officer and/or shareholder of the owner, another Govt. Company or the Central Government or that he/she has to deal or had dealt with the matter to which the contract relates or that in the course of his/her duties, he/she has/had expressed views on all or any of the matters in dispute or difference.

14.3 In the event of the Arbitrator to whom the matter is referred to, does not accept the

appointment, or is unable or unwilling to act or resigns or vacates his office for any reasons whatsoever, the Appointing Authority aforesaid, shall nominate another person as aforesaid, to act as the Sole Arbitrator.

14.4 Such another person nominated as the Sole Arbitrator shall be entitled to proceed

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

14.5 The Award of the Sole Arbitrator shall be final and binding on the parties to the

Agreement.

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

14.7 The Arbitrator may give a composite or separate Award(s) in respect of each dispute or

difference referred to him and may also make interim award(s) if necessary.

14.8 The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the

parties unless the Sole Arbitrator otherwise directs in his award with reasons. The lumpsum fees of the Arbitrator shall be ₹ 40,000/- per case for transportation

contracts and ₹ 60,000/- for engineering contracts and if the sole Arbitrator

completes the arbitration including his award within 5 months of accepting his

appointment, he shall be paid ₹ 10,000/- additionally as bonus. Reasonable actual

expenses for stenographer, etc. will be reimbursed. Fees shall be paid stage wise

i.e. 25% on acceptance, 25% on completion of pleadings/documentation, 25% on

completion of arguments and balance on receipt of award by the parties

14.9 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or

any statutory modification or re-enactment thereof and the rules made thereunder, shall apply to the Arbitration proceedings under this Clause.

14.10 The Contract shall be governed by and constructed according to the laws in force in

India. The parties hereby submit to the exclusive jurisdiction of the Courts situated at “location given in tender header” (say Mumbai*) for all purposes. The Arbitration shall be held at “location mentioned for such purpose in Tender header” (say Mumbai*) and conducted in English language.

Page 96: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

80 of 170

14.11 The Appointing Authority is the Functional Director of Hindustan Petroleum Corporation Limited.

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

15. GENERAL

15.1. Materials required for the works whether brought by the or supplied by the

Owner shall be stored by the contractor only at places approved by Engineer-in- Charge/Site-in-Charge. Storage and safe custody of the material shall be the responsibility of the Contractor.

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

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

15.4. Should the work be suspended by reason of rain, strike, lockouts or other cause the contractor shall take all precautions necessary for the protection of the work

and at his own expense shall make good any damages arising from any of these causes.

15.5 The contractor shall cover up and protect from injury from any cause all new work also for supplying all temporary doors, protection to windows and any other requisite protection for the whole of the works executed whether by himself or special tradesmen or sub- contractors and any damage caused must be made good by the contractors at his own expense.

15.6 If the contractor has quoted the items under the deemed exports, then it will be the responsibility of the contractor to get all the benefits under deemed exports from the Government. The Owner’s responsibility shall only be limited to the issuance of required certificates. The quotation will be unconditional and phrases like “subject to availability of deemed exports benefit” etc. will not find place in it.

16. Integrity Pact: Effective 1st September, 2007, all tenders and contracts shall comply

with the requirements of the Integrity Pact (IP) if the value of such tenders or

contracts is ₹ 1 crore & above. Failure to sign the Integrity Pact shall lead to outright

rejection of bid. # 17. Grievances of parties participating or intend to participate i n the tender shall

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

Page 97: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

81 of 170

Chapter – 4 b

GENERAL TERMS & CONDITIONS FOR SUPPLY

Page 98: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

82 of 170

INDEX

1. PRELIMINARY 2. DEFINITION 3. REFERENCE FOR DOCUMENTATION 4. CONFIRMATION OF ORDER 5. SALES CONDITIONS 6. COMPLETE AGREEMENT 7. INSPECTION-CHECKING-TESTING 8. OFFICIAL INSTITUTIONAL TESTING 9. WEIGHTS AND MEASUREMENTS 10. DESPATCH INSTRUCTIONS 11. OILS & LUBRICANTS 12. SPARE PARTS 13. PACKING AND MARKING 14. SHIPMENT AND SHIPMENT NOTICES 15. CONTROL REGULATIONS 16. TRANSIT RISK 17. RESPECT FOR DELIVERY DATES 18. DELAYED DELIVERY 19. DELAYS DUE TO FORCE MAJEURE 20. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT 21. TRANSFER OF PROPERTY FROM THE VENDOR TO THE CORPORATION 22. PRICE 23. TAXES & DUTIES 24. CUSTOMS DUTY (CD) VARIATION 25. FOREIGN EXCHANGE (FE) VARIATION 26. TERMS OF PAYMENT 27. RECOVERY OF SUMS DUE 28. CHANGES 29. CANCELLATION / RISK PURCHASE CLAUSE 30. PATENTS AND ROYALTIES 31. PERFORMANCE GUARANTEE 32. NONWAIVER 33. NON ASSIGNMENT 34. PART ORDER/ SPLIT ORDER / REPEAT ORDER 35. VENDOR’S DRAWINGS AND DATA REQUIREMENT 36. TECHNICAL INFORMATION 37. SERVICES OF VENDOR’S PERSONNEL 38. VENDOR’S LIABILITY 39. CORPORATION’S MATERIAL 40. GUARANTEE FOR SPARE PARTS 41. ARBITRATION 42. JURISDICTION 43. VALIDITY OF OFFER 44. INTEGRITY PACT 45. ORDER OF PRECEDENCE 46. GENERAL

Page 99: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

83 of 170

GENERAL TERMS & CONDITIONS FOR SUPPLY

1. PRELIMINARY

1.1 This is a Contract for execution of job as defined in tender document at the

specified location

1.2 The tenderer for the abovementioned supply is the company/ proprietary concern/ individual (as per details & address mentioned in the unpriced bid) and undersigned (digitally) is authorized to submit the bid on behalf of tenderer.

1.3 The terms and conditions mentioned hereunder are the terms and conditions

of the Contract for the execution of the job mentioned under item 1.1 above.

1.4 It is the clear understanding between Hindustan Petroleum Corporation Limited and the tenderer that in case the bid of tenderer is accepted by Hindustan Petroleum Corporation Limited and an intimation to that effect is so issued and also a Procurement Order is on the tenderer this document shall form part of the Contract between the parties and terms and conditions hereunder would govern the parties interest.

1.5 Interpretation of Contract Documents: All documents forming part of the

Contract are to be taken mutually explanatory. Should there be any discrepancy, inconsistency, error or omission in the contract, the decision of the Owner/Engineer-in-Charge/Site-in-Charge shall be the final and the contractor shall abide by the decision. The decision shall not be arbitrable. Items shown upon the drawings but not mentioned in the specification or described in the specifications without being shown on the drawings shall nevertheless be deemed to be included in the same manner as if they are shown in the drawings and described in the specifications.

1.6 Special conditions of Purchase : The special conditions of Purchase, if

any provided and whenever and wherever referred to shall be read in conjunction with General Terms and Conditions of contract for Supply, specifications, drawings, and any other documents forming part of this contract wherever the context so requires. Notwithstanding the subdivision of the documents into separate sections, parts volumes, every section, part or volume shall be deemed to be supplementary or complementary to each other and shall be read in whole. In case of any misunderstanding arising the same shall be referred to decision of the Owner/ Engineer-in-Charge/Site-in-Charge and their decision shall be final and binding and the decision shall not be arbitrable.

It is the clear understanding that wherever it is mentioned that the Contractor

shall do/perform a job and/or provide facilities for the performance of the job, the

doing or the performance or the providing of the facilities is at the cost and expenses of

the Contractor not liable to be paid or reimbursed by the Owner.

Page 100: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

84 of 170

2. DEFINITIONS

a. The following expressions used in the Purchase Order shall have meaning as indicated against each of these:

b. The CORPORATION / OWNER means HINDUSTAN PETROLEUM

CORPORATION LIMITED, a company incorporated in India having its registered office at 17, Jamshedji Tata Road, Mumbai- 400 020 and shall include its successors and assignees.

Owner’s CONSULTANT means WorleyParsons India Pvt Limited, having registered office at 5th Floor, B Wing, Lodha “I Think” Techno campus, off Pokhran road no.2, Thane (W) Maharashtra 400 607

c. “Goods / Materials”: Goods and/or Materials shall mean any of the articles,

materials, machinery, equipments, supplies, drawings, data and other property and all services including but not limited to design, delivery, installation, inspection, testing and commissioning specified to complete the order.

d. “Vendor / Seller / Supplier”: Vendor / Seller / Supplier shall mean the person, firm

or corporation to whom this Purchase Order is issued.

e. “Contractual Delivery Date”: Contractual Delivery date is the date on which goods shall be delivered F.O.R/F.O.T. Despatching Point/ Destination in accordance with the terms of the Purchase Order. This contractual delivery date / period is inclusive of all the lead time for engineering, procurement of raw materials, manufacturing, inspection, testing, packing and any other activity whatsoever required to be accomplished for affecting the delivery at the agreed delivery point.

f. “Inspectors”: Inspectors deputed by

Corporation. g. ‘Total Order Value’ means:-

i. For Material Supply Contract: - The basic cost excluding taxes, duties, levies, freight etc. unless and until specifically mentioned in the purchase order.

ii. For Lump sum / Turnkey contract: - The total cost & all other cost inclusive of taxes, duties, levies, freight etc.

h. ‘Total Order Value’ shall be considered for the purpose of calculation of:

1. Price reduction on account of delay 2. Performance bank Guarantee Amount 3. Payment of advance, if any to be made.

i. Note: - The total order for levy of Price Reduction on account of delay shall include

all types of escalation (including on account of Foreign Exchange Variation) agreed to in terms of Purchase Order.

3. REFERENCE FOR DOCUMENTATION

Purchase Order number must appear on order confirmation, correspondence, drawings, invoices, shipping notes, packings and on any documents or papers connected with the order.

Page 101: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

85 of 170

4. CONFIRMATION OF ORDER

The Vendor shall acknowledge the receipt of the Purchase Order within ten days following the mailing of this order and shall thereby confirm his acceptance of this Purchase Order in

its entirety without exceptions. The acknowledgment will bear on both purchase order and General Procurement Conditions.

5. SALES CONDITIONS

With Vendor’s acceptance of provisions of this Purchase Order, he waives and considers as cancelled any of his general sales conditions.

6. COMPLETE AGREEMENT

The terms and conditions of this Purchase Order shall constitute the entire agreement between the parties hereto. Changes will be binding only if the amendments are made in writing and signed by an authorized representative of the Corporation and the Vendor.

7. INSPECTION-CHECKING-TESTING

a. The equipment, materials and workmanship covered by the Purchase Order shall be subject to inspection and testing at any time prior to shipment and or despatch and to final inspection within a reasonable time after arrival at the place of delivery. Inspectors shall have the right to carry out the inspection and testing which will include the raw materials at manufacturer’s shop, at fabricator’s shop and at the time of actual despatch before and after completion of packing.

b. All tests, mechanical and others and particularly those required by codes will be performed at the Vendor’s expenses and in accordance with Inspector’s instructions. The Vendor will also bear the expenses concerning preparation and rendering of tests required by Boiler Inspectorate or such other statutory testing agencies or by any other reputed inspection agencies as may be nominated by the Corporation.

c. Before shipping or despatch, the equipment and or materials will have to be checked and stamped by inspectors who are authorized also to forbid the use and despatch of any equipment and/or materials which during tests and inspection fail to comply with the specifications, codes and testing requirements.

d. The vendor shall inform the Corporation at least eight days in advance of the exact place, date and time of rendering the equipment or materials for required inspection.

e. The vendor shall provide free access to inspectors during normal working hours at Vendor’s or his/its sub-Vendor’s works and place at their disposal all useful means of performing, checking, marking, testing, inspection and final stamping.

f. Even if the inspections and tests are fully carried out, Vendor would not be absolved to any degree from his responsibilities to ensure that all equipments and materials supplied comply strictly with requirements as per agreement both during construction, at the time of delivery, inspection, on arrival at site and after its erection or start-up and guarantee period as stipulated in clause 30 hereof.

g. The Vendor’s responsibility will not be lessened to any degree due to any comments made by the Corporation and Inspectors on the Vendor’s drawings or by Inspectors witnessing any chemical or physical tests.

Page 102: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

86 of 170

h. In any case, the equipment and materials must be in strict accordance with the Purchase order and/or its attachments failing which the Corporation shall have the right to reject the goods and hold the Vendor liable for non-performance of contract.

8. OFFICIAL INSTITUTIONAL TESTING

a. In addition to testing and inspection by Inspectors mentioned above, nominated

agencies or similar institutional agencies like Boiler Inspectorate may be assigned for official testing of all coded equipment. The Vendor shall ensure that all Procedures for preparation and Performance of tests prescribed by such Institutions shall be completed scrupulously.

b. The Vendor is required to send to such Institutions as may be designated by the

Corporation at least three sets of construction drawings for each equipment and calculations. All manufacturer’s mill’s tests certificates and analytical reports from material laboratories in respect of all raw materials and components employed shall have to be presented to such institution’s Inspectors in the number of copies required. Vendor shall be responsible for any delay in submission of necessary certificates. The Vendor shall maintain close liaison with the Corporation and Institution’s Inspectors to maintain schedule and delay, if any in this process will not be taken into consideration as a cause of Force Majeure.

9. WEIGHTS AND MEASUREMENTS

a. All weights and measurements recorded by the Corporation on receipt of goods at site will be treated as final.

b. Vendor’s shipping documents and invoices must contain the following data:

i. Unit net weight

ii. Unit gross weight (packing included)

iii. Dimensions of packing.

10. DESPATCH INSTRUCTIONS

a. Unless otherwise specifically advised in writing, goods shall not be despatched without prior inspection, testing and Release Order / Materials Acceptance Certificates issued by Inspectors.

b. In case despatch by rail is specified in the Purchase Order, vendor shall exercise due care and ensure that the consignment shall be booked under appropriate railway classification, failing which, any additional freight incurred by Corporation due to Vendor’s booking the material under a wrong classification shall be to Vendor’s account.

c. The goods shall be consigned in the name of consignee as applicable.

d. Corporation’s warehouse is open to receive stores between 9.00 A.M and 3 P.M on all working days. No goods will be accepted after 3.00 P.M.

Page 103: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

87 of 170

e. Corporation reserves the right to advise any change in despatching point / destination and / or mode of transport, as may be required. Any extra expenditure on this account supported by documentary evidence will be reimbursed by the Corporation.

11. OILS & LUBRICANTS

The first filling of oils and lubricants, if any, required for every equipment shall be included in the price and appropriate products manufactured by the Corporation (HPCL) shall be used. The Vendor shall also recommend the quality / quantity of oils and lubricants required for one-year continuous operation.

12. SPARE PARTS

a. The Vendor must furnish itemised price list of spare parts indicating quantity, unit rate & total rate required for two years operation of the main equipment and prime movers also, if mentioned in the tender.

b. The Vendor shall provide the necessary cross sectional drawing to identify the spare parts numbers and their location as well as inter-changeability chart.

13. PACKING AND MARKING

a. The Materials shall be suitably packed for safe transportation till receipt at site and should be commensurate with best possible practices of packing, unless specifically stipulated in the Technical specifications, to avoid any damage during transit.

b. All fragile and exposed parts shall be packed carefully and the package shall bear the words ‘HANDLE WITH CARE’, ‘THIS SIDE UP’ and ‘FRAGILE’.

c.All holes and openings and also other delicate surfaces shall be carefully protected against bad weather. All threaded fittings shall be greased and provided with plastic caps. All small pieces shall be packed in cases.

d. The Supplier shall be liable for all damages or breakage to the Materials due to defective or insufficient packing as well as for corrosion due to insufficient protection.

e. Detailed packing list in waterproof envelope shall be kept in each package together with material and one copy of packing list shall be fastened outside the box in waterproof envelope.

f. Each package shall be marked in bold letters on the external three surface of the package as follows:

i. From: Address of Supplier / Sub-supplier.

ii. For: Hindustan Petroleum Corporation Ltd. (location)

iii. Item:

iv. Package No. : of total packages

v. Dimensions: (Dimensions of each package)

Page 104: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

88 of 170

vi. Weight: (Weight of each package)

vii. Special Instruction for storage, if any.

viii. Special unloading arrangements, if required, shall be clearly mentioned in the

Packing List.

ix. All packages containing the following items shall be packed separately as ordered and shall have additional clear marking for identification.

1. Mandatory Spares. 2. Commissioning Spares.

14. SHIPMENT AND SHIPMENT NOTICES

a. The Vendor shall make shipment only after prior approval by Inspectors whenever specifically mentioned. In the event of the Vendor having been advised to hold

shipments(s) for any reason whatsoever the Vendor shall hold the materials in his / its warehouse for at least 30 days without any compensation; or without prejudice to any reduction in price already accrued on account of delay.

b. Within 24 hours of shipment, Vendor shall inform despatch particulars to Corporation & Consultant’s Project office & site office by fax / courier / email.

c. The Vendor shall carefully note the destination of materials.

d. The demurrage or other expenses incurred owing to any negligence, delay, default on the part of the Vendor will be to Vendor’s account.

15. CONTROL REGULATIONS

The supply, despatch and delivery of goods shall be arranged by the Vendor in strict conformity with the statutory regulations including provision of Industries (Development and Regulation) Act 1951 and any amendment thereof as applicable from time to time. The Corporation disowns any responsibility for any irregularity or contravention of any of the statutory regulations in manufacture or supply of the stores covered by this order.

16. TRANSIT RISK

Transit Risk insurance shall be covered by the Corporation. The Vendor shall advise the despatch particulars to Corporation immediately after shipment.

17. RESPECT FOR DELIVERY DATES.

Time of delivery as mentioned in the Purchase Order shall be the essence of the contract and no variation shall be permitted except with prior authorization in writing from the Corporation. Goods should be delivered securely packed and in good order and condition at the place and within the time specified in the Purchase Order for their delivery.

18. PRICE REDUCTION FOR DELAYED DELIVERY

In case of delayed delivery, prices will be reduced @1/2% of the total basic order value for every week of delay or part thereof subject to a maximum of @5% of the total basic order value.

Page 105: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

89 of 170

NOTE :

a. Price Reduction shall be applicable only on the basic cost and on Full complete week (s) and for fractional days Price reduction shall be applicable on pro-rata, if any.

b. Initially Price Reduction shall be applicable for total basic order value and

final Price Reduction settlement to be on undelivered portion in the contractual delivery period.

19. DELAYS DUE TO FORCE MAJEURE

a. Any delay in or failure of the performance of either part hereto shall not constitute default hereunder or give rise to any claims for damage, if any, to the extent such delays or failure of performance is caused by occurrences such as Acts of God or an enemy, expropriation or confiscation of facilities by Government authorities, acts of war, rebellion, sabotage or fires, floods, explosions, riots, or strikes. The Contractor shall keep records of the circumstances referred to above and bring these to the notice of the Engineer-in-Charge/Site-in-Charge in writing immediately on such occurrences. The amount of time, if any, lost on any of these counts shall not be counted for the Contract

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

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

20. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT

a. In case the testing and inspection at any stage by Inspectors reveal the equipment, material and workmanship do not comply with specification and requirements, the same shall be removed by the Vendor at their / its own expense and risk within the time allowed by the Corporation. The Corporation shall be at liberty to dispose of such rejected goods in such manner as they may think appropriate. In the event the Vendor fails to remove the rejected goods within the period as aforesaid, all expenses incurred by the Corporation for such disposal shall be to the account of the Vendor. The freight paid by the Corporation, if any, on the inward journey of the rejected materials shall be reimbursed by the Vendor to the Corporation before the rejected materials are removed by the Vendor.

b. The Vendor will have to proceed with the replacement of that equipment or part of equipment without claiming any extra payment if so required by the Corporation. The time taken for replacement in such event will not be added to the contractual delivery period.

21. TRANSFER OF PROPERTY FROM THE VENDOR TO THE CORPORATION

a. The transfer of property shall be deemed to have taken place as follows subject to the provisions herein contained:

Page 106: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

90 of 170

i. Exworks: when the vendor places the goods at the disposal of the buyer at the vendor’s premises or another named place (i.e. works, factory, warehouse, etc.)

ii. F.O.R. or F.O.T despatch point: On handing over the equipment to the carrier against receipt and such receipt having been passed over to the Corporation.

iii. FOT / FOR destination station: On taking delivery from the transporters/railways at the destination station.

iv. Equipment sent freight carriage paid to the project Site: On arrival under lifting hook

at the job site. v. Equipment erected by the Vendor: On temporary acceptance at job site. vi. Equipment commissioned by the Vendor: On taking over by the Corporation for

regular operation after test runs at maximum capacity for specified period satisfactorily performed.

22. PRICE

a. Unless otherwise agreed to in the terms of the Purchase Order, the price shall be firm and not subject to escalation for any reason whatsoever till the execution of entire order, even though it might be necessary for the order execution to take longer than the delivery period specified in the order.

b. Exclusive of Central / State sales Tax, Excise Duty and / or such taxes & duties, which are leviable by law on sale of finished goods to Corporation and/or entry tax ,if any,

leviable at destination state. The nature and extent of such levies shall be shown separately.

23. TAXES & DUTIES:

a. Excise Duty, Central Sales Tax, VAT, Service Tax as applicable shall be reimbursed for the materials consigned to Corporation as per limits indicated in the offer against documentary evidence to be furnished by the Supplier. Corporation shall pay only those taxes, duties and levies as indicated by Supplier at the time of bid submission/as agreed subsequently (prior to opening of priced bids). Taxes / Duties and/or Levies not indicated by supplier in Bid, but payable, shall be to Supplier’s account. In case of any increase applicable in Excise Duty, Central Sales Tax, VAT, Service Tax, Octroi indicated with reference to limits mentioned in the offer / bid or new taxes / duties / levies imposed by the Indian Government through Gazette notification after the date of submission of last Price bid but prior to Contractual Delivery Date, the Corporation shall reimburse the increase in taxes & duties on satisfactory supporting documents.

b. Corporation will issue C-Form on all inter-state sales of materials by supplier to

Corporation to enable supplier to avail concessional rate of Sales Tax on such sales.

c. Supplier shall be responsible for availing all applicable concessions in taxes, duties, levies etc. as per terms of Purchase Order. Any loss, direct or implied, accrued to Corporation on account of supplier’s failure to avail concessions shall be borne by Supplier.

Page 107: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

91 of 170

d. Supplier shall indicate the Cenvatable Service Tax applicable on the services provided by them if any and the same shall be governed by GCC.

24. CUSTOMS DUTY (CD) VARIATION

a. The prices mentioned in offer are subject to Customs Duty (CD) variation. In case of any increase in rates of Customs Duty, Countervailing Duty, Special Additional Duty by the Indian Government through Gazette notification after the submission of last priced offer but within the time schedule for import of materials, as mentioned. Corporation shall reimburse the increase in taxes & duties at actuals against satisfactory supporting documents.

b. All downward variations in the rates of all such duties shall be to Corporation’s account and same shall be calculated on actual CIF value of imported materials subject to the limit mentioned. Supplier shall submit all relevant documents to Corporation for the proof of duty paid by them within one month from the date of Bill of Entry (BOE).

c. Custom Duty variation shall be paid by Corporation up to the limit of maximum CIF value of imported components as indicated in the offer.

d. Rate of Custom Duty along with tariff number considered by Supplier in the prices shall be indicated in the offer.

25. FOREIGN EXCHANGE (FE) VARIATION

a. The CIF value in Indian Rupees / Foreign Currency to be declared should cover the currencies of the countries from which import of materials / components are envisaged to administer foreign currency variation.

b. The FE variation will be paid for if imports are made at the listed currency subject to

ceiling limit.

c. The list of foreign currency, country of origin, ceiling of foreign value of import envisaged against each item of materials / components for import and rate of conversion into Rupees envisaged to be furnished in the tender. The period within which import shall be made after placement of LOI (i.e. Contractual Completion date of imports, herein after called CDD) shall also be indicated in the offer.

d. For reimbursement of foreign exchange variation, documentary evidence like bank certificates of remittance showing the date of payment and rate of foreign currency to Indian rupees to be furnished along with a copy of bills of entry duty attested by Customs department. All downward variations in conversion rate will be to Corporation’s account.

e. Variation will be paid only if imports are made within the period as specified in offer for import. For imports made beyond that period, foreign currency variation will be paid based on the conversion rates prevailing on the last date of period of agreed to for imports. The last date for imports agreed will be the import landing date in India envisaged by Bill of Entry.

f. Bidder shall indicate the maximum CIF component along with currency of import. In case supplier imports less than the CIF value indicated in the bid, Duty. FE variation etc. shall be reimbursed only for the actual import carried out.

g. Foreign exchange variation, if any, downward or upward, will be paid only if imports

Page 108: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

92 of 170

are made within the agreed completion period.

h. For the purpose of Foreign Exchange variation reimbursement, State Bank of India (SBI) selling rate applicable on the bill of entry date or SBI selling rate on Bank remittance date or actual remittance rate, whichever is lower shall be considered. The following clause also to be considered.

i. The BOE date may fall within Contractual Completion Date or beyond, it has already been stipulated as above conditions that no reimbursement for FE / CD variation will be paid if the actual import is beyond Contractual completion date. In such a case, the variation reimbursement will be restricted to the difference between the rate quoted in the tender and the lower of the following:

i. The actual remittance rate.

ii. SBI Bill selling rate on the date of CDD.

26. TERMS OF PAYMENT

a. The following payment terms shall be applicable:

i. 75% of the bill amount duly recommended by user on receipt of materials / docs. at

HPCL shall be paid within 7 days of receipt of bill.

ii. Balance 25% to be paid after verification/ certification within 15 days of receipt of bill. However, the final bill payment will not exceed 30 days.

b. HPCL has taken the initiative to expedite the payment to vendors through e-payment.

Hence confirm that you have filled the HPCL bank mandate for e-payment.

c. Payment against invoice shall be made on receipt of equipment/materials at site against submission of following documents along with your Bill/Invoice:-

i. Delivery Challan / Lorry Receipt. ii. Manufacturer’s Test Certificate

iii. Inspection/Clearance report iv. Manufacturer’s Guarantee Certificate v. Performance Bank Guarantee for 10% Basic Order Value vi. Any other document specified in the Purchase Order.

d. The financial settlement of Vendor’s invoice is liable to be withheld in the event

the Vendor has not complied with submission of drawing data and such documentation as called for in the Purchase Order and/or as required otherwise.

e. HPCL will furnish their approved format for bank guarantee/ indemnity bond for all the advance payments directly to vendor along with FOA/ PO, wherever applicable.

f. In case of delayed supplies, bills will be paid after recovering the amount as per price reduction clause of the P.O.

g. All bank guarantees shall be non revocable and from Scheduled / Nationalised Banks other than cooperative banks in India and as per HPCL’s proforma.

h. PBG shall be valid till expiry of guarantee period. All other Bank Guarantees shall

Page 109: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

93 of 170

be valid till contractual completion period, unless otherwise specified. All bank guarantees shall have a claim period of 1(one) month after expiry date of bank guarantee.

27. RECOVERY OF SUMS DUE

Whenever any claim against the Vendor for payment of a sum of money arises out of or under the contract, the Corporation shall be entitled to recover such sums from any sum then due or which at any time thereafter may become due from the Vendor under this or any other contract with the Corporation and should this sum be not sufficient to cover the recoverable amount, the Vendor shall pay to the Corporation on demand the balance remaining due.

28. CHANGES

The Corporation has the option at any time to make changes in quantities ordered or in specification and drawings. If such changes cause an increase or decrease in the price or in the time required for supply, an equitable adjustment under this provision must be finalised within 10 days from the date when change is ordered.

29. CANCELLATION / RISK PURCHASE CLAUSE:

a. The Corporation reserves the right to cancel this purchase order or any part thereof and shall be entitled to rescind the contract wholly or in part with a written notice to the vendor if:

i. The vendor fails to comply with the terms of this purchase order.

ii. The vendor fails to delivery the goods on time and / or replace the rejected goods promptly.

iii. The Vendor becomes bankrupt or goes into liquidation.

iv. The vendor makes a general assignment for the benefit of

creditors. v. A receiver is appointed for any of the property owned

by the vendor.

b. Upon receipt of the said cancellation notice, the vendor shall discontinue all work on the

Purchase Order and matters connected with it. The vendor is aware that the said goods are required by the Corporation for the ultimate purpose of materials production and that non delivery may cause loss of production and consequently loss of profit to the Corporation.

c. Therefore, in case of Termination of the contract, Corporation shall have the right to carry out the unexecuted portion of the supply/work either by themselves or through any other vendor(s)/contractor(s) at the risk and cost of the vendor/ contractor. In view of paucity of time, Corporation shall have the right to place such unexecuted portion of the supply/work on any nominated vendor(s)/contractor(s). However, the overall liability of the vendor/Contractor shall be restricted to 100% of the total contract value.

d. The provision of this clause shall not prejudice the right of the Corporation from invoking the provisions of clause “Delayed Delivery” as a fore said.

30. PATENTS AND ROYALTIES

On acceptance of this order, the Vendor will be deemed to have entirely

Page 110: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

94 of 170

indemnified the Corporation from any legal action or claims regarding compensation for breach of any patent rights.

31. PERFORMANCE GUARANTEE

a. The supplies made against this order shall be fully guaranteed against any manufacturing defects/poor workmanship/inferior quality etc. for a period of 12 months from the date of commissioning or 18 months from the date of supply whichever is earlier. During this period, you will arrange to repair/replace any defective parts free of cost or replace complete set if required. Guarantee Certificate should be submitted along with despatch documents. You will furnish performance Bank Guarantee in favour of HPCL issued by Scheduled bank (other than co-operative banks) for 10% value of the material supplied and valid during the above guarantee period.

® b. Composite PBG valid upto a period of 3 months beyond the expiry of defect liability period. Demand Draft should be drawn on Scheduled Banks (other than cooperative banks).

Quantum of Performance Bank Guarantee inclusive of Security Deposit should be as follows: - All items (other than CVR items) : 10% of PO value - For CVR items: ₹ 10.0 lakhs or 5% of the order value whichever is

lower. Composite PBG of above value towards Performance Bank Guarantee inclusive of Security Deposit shall be accepted (in lieu of deduction of retention money of 10% from each bill); Such composite PBG shall be valid upto a period of 3 months beyond the expiry of defect liability period. Demand Draft should be drawn on Scheduled Banks (other than cooperative banks).

32. NON WAIVER

Failure of the Corporation to insist upon any of the terms or conditions incorporated in the Purchase Order or failure or delay to exercise any right or remedies or by law or failure to properly notify Vendor in the event of breach, or the acceptance of, or payment of any goods hereunder or approval of design shall not release the Vendor and shall not be deemed a waiver of any right of the Corporation to insist upon the strict performance thereof or of any of his or their rights or remedies as to any such goods regardless of when goods are shipped, received or accepted nor shall any purported oral modification or revision of the order by the Corporation act as waiver of the terms hereof.

® REVISION: PROC-003/18-

08-2014

Page 111: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

95 of 170

33. NON ASSIGNMENT

The Purchase Order shall not be assigned to any other agency by the Vendor without obtaining prior written consent of Corporation.

34. PART ORDER/ SPLIT ORDER / REPEAT ORDER

Vendor hereby agrees to accept part orders, split order at Corporation’s option without any limitation whatsoever and also accept repeat order up to 100% of each item during a period of 12 months after placement of purchase order at the same unit prices, terms and conditions.

35. VENDOR’S DRAWINGS AND DATA REQUIREMENT

The Vendor shall submit drawings, data and documentation in accordance with but not limited to what is specified in the requisition and / or in Vendor drawings and data form attached to the Purchase Order as called for in clause 8, viz, ‘Expediting’ above. The types, quantities and time limits of submitting this must be respected in its entirety failing which the Purchase Order shall not be deemed to have been executed for all purposes including settlement of payment since the said submission is an integral part of Purchase Order execution.

36. TECHNICAL INFORMATION

a. Drawings, specifications & details shall be the property of the Corporation and shall be returned by the Vendor on demand. The Vendor shall not make use of drawing and specifications for any purpose at any time save and except for the purpose of the Corporation.

b. The Vendor shall not disclose the technical information furnished to or gained by the Vendor under or by virtue or as a result of the implementation of this Purchase Order to any person, firm or body or corporate authority and shall make all endeavours to ensure that the technical information is kept CONFIDENTIAL. The technical information imparted and supplied to the Vendor by the Corporation shall at all times remain the absolute Property of the Corporation.

37. SERVICES OF VENDOR’S PERSONNEL

Unless otherwise specified in the PO, services of vendor’s personnel shall be made within two weeks advance notice and the Vendor shall depute the necessary personnel to site for supervision of erection and start up of the equipment and train a few of the Corporation’s personnel for the operation and maintenance of the equipment if required, by the Corporation. The terms and conditions for the services of the Vendor shall be mutually settled.

Page 112: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

96 of 170

38. VENDOR’S LIABILITY

The Vendor’s workmen or employees shall under no circumstances be deemed to be in Corporation’s employment and the Vendor shall hold himself responsible for any claim or claims which they or their heirs, dependents, personal representatives may have or make for damages or compensation for anything done or committed to be done in the course of carrying out the work covered by this Purchase Order, whether arising on Corporation

premises or elsewhere and agrees to indemnify the Corporation against any such claim or claims if made against the Corporation and all cost (as between attorney and client) of proceedings, suits or action which the Corporation may incur/sustain in respect of the same. The Vendor shall also procure and keep in force at his own cost comprehensive Automobile Liability insurance for adequate coverage in respect of all his vehicles visiting or plying in project premises. The Vendor shall also be responsible for compliance of existing laws in respect of their workmen and employees. Extent of Liability shall be read in conjunction with clause no. 28 above.

39. CORPORATION’S MATERIAL

a. Corporation’s material shall be delivered to the Vendor against submission of Bank Guarantee for indemnifying the full value there of strictly in the manner and as per proforma of bank Guarantee approved by the Corporation.

b. Wherever possible the material shall be consigned to Vendor’s siding. In the event the Vendor does not have any siding, materials shall be consigned to the Public siding / goods depot to be specifically confirmed by Vendor Loading / Unloading and any handling from the siding / destination shall be arranged by the Vendor at his responsibility and cost.

c. The Vendor shall give a firm and binding list of Corporation issue materials and the desired schedule of its delivery to Shop floor strictly in accordance with the sequence of fabrication vis-à-vis the contract delivery period.

d. Unused material or scrap from material supplied by the Corporation to the Vendor shall be returned by the Vendor to the Corporation or if the Corporation so directs, the Vendor may dispose of the same by sale or otherwise on such terms and conditions as the Corporation may stipulate and the Vendor shall pay to the Corporation the sale proceeds of the material so disposed by sale deducting there from expenses incurred by the Vendor on such sale, the quantum of such deduction to be mutually agreed upon in advance between the Corporation and the Vendor.

40. GUARANTEE FOR SPARE PARTS:

a. The seller shall undertake that before going out of production of the spare parts he will give adequate advance notice to the Procurement so that the latter may order his requirements of spares in one lot if so desires .

b. The seller shall further guarantee that if he goes out of production of spare parts , then he will make available blue prints , drawings of spare parts and specification of materials at no extra cost to the Procurement , if and when required in connection with the equipment to enable the procurer to fabricate or procure spare parts from other source.

c. The provision of this clause shall remain effective and binding upon the seller even after the completion or expiry of the order and till the plant / machinery / equipment / instrument supplied under the order is in use by the procurer.

Page 113: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

97 of 170

41. ARBITRATION

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

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

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

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

e. The Award of the Sole Arbitrator shall be final and binding on the parties to the

Agreement.

f. The work under the Contract shall, however, continue during the Arbitration proceedings and no payment due or payable to the concerned party shall be withheld (except to the extent disputed) on account of initiation, commencement or pendency of such proceedings.

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

h. The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the parties unless the Sole Arbitrator otherwise directs in his award with reasons. The lumpsum fees of the Arbitrator shall be ₹ 40,000/- per case for transportation

Page 114: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

98 of 170

contracts

and ₹ 60,000/- for engineering contracts and if the sole Arbitrator completes the arbitration including his award within 5 months of accepting his appointment, he shall be

paid ₹ 10,000/- additionally as bonus. Reasonable actual expenses for stenographer,

etc. will be reimbursed. Fees shall be paid stage wise i.e. 25% on acceptance, 25% on completion of pleadings/documentation, 25% on completion of arguments and balance on receipt of award by the parties.

i. Subject to the aforesaid, the provisions of the # Arbitration and Conciliation Act, 1996 or

any statutory modification or re-enactment thereof and the rules made thereunder, shall apply to the Arbitration proceedings under this Clause.

j. The Contract shall be governed by and constructed according to the laws in force in India. The parties hereby submit to the exclusive jurisdiction of the Courts situated at for all purposes. The Arbitration shall be held at Visakhapatnam and conducted in English language.

k. The Appointing Authority is the Functional Director* of Hindustan Petroleum

Corporation Limited.

l. Procurement Authorities may mention, if considered necessary, the proper designation such as Director-Refineries, etc.

42. JURISDICTION

The Vendor hereby agrees that the Courts situated in location given in tender header” shall have the jurisdiction to hear and determine all actions and proceedings arising out of this contract.

CLAUSE

a. Vendor needs to clarify whether you are registered with NSIC. If registered, vendor needs to submit the following documents along with their offer.

b. Photocopy of the NSIC Registration Certificate, which clearly shows the following details/ information:

i. Name of the Bidder

ii. Address of the Bidder

iii. Validity of the Registration

iv. Items for which the Bidder is registered v. Monetary Limit

and acknowledged copy of Entrepreneurs Memorandum Part II

c. Also vendor has to clarify whether you have secured Orders for same items, during the preceding 12 months, in competition with Large Scale Units, WITHOUT any Price Preference.

Page 115: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

99 of 170

d. In case vendor have secured Orders for same items, during the preceding 12 months, in competition with Large Scale Units, WITHOUT any Price Preference, then vendor has to furnish a Declaration on their Letter Head accordingly.

e. Please note that in the absence of the above information, offer will be evaluated without considering Price Preference.

1.0 Preference to MSEs

a. In case the bidder is a Micro or Small Enterprises registered with District Industries Centers 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 any other body specified by Ministry of Micro and Small Enterprises, the bidder shall be entitled for following:

i. Issue of Tender Documents to MSEs free of cost.

ii. Exemption to MSEs from payment of EMD.

iii. Micro and Small Enterprises quoting price within price brand of Ll+15% shall also be allowed to supply a portion of requirement by bringing down their prices to LI price in a situation where LI price is from someone other than a micro and small enterprises and such micro and small enterprises shall be allowed to supply upto

20% of the total tendered value. In case of more than one such Micro and Small Enterprises, the supply of 20% portion shall be shared amongst them. Further, out of above 20%, 4% (20% of 20%) shall be from MSEs owned by SC/ST entrepreneurs. This quota is to be transferred to other MSEs in case of non- availability of MSEs owned by SC/ST entrepreneurs.

b. The quoted prices against various items shall remain valid in case of splitting of quantities of the items as above.

c. MSE bidder shall submit the following:

i. Documentary evidence that the bidder is a Micro or Small Enterprises registered with District Industries Centers 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 any other body specified by Ministry of Micro, Small and Medium Enterprises.

ii. If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate documentary evidence in this regard.

iii. The above documents submitted by the bidder shall be duly certified by the Statutory Auditor of the bidder or a 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.

d. 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 (PPP), 2012.

43. VALIDITY OF OFFER:

Offer shall be valid for 3 months from the due date / extended due date of the tender enquiry.

44. INTEGRITY PACT:

All tenders shall comply with the requirements of the Integrity Pact (IP) if the value of such tenders is ₹ 1 crore & above. Failure to sign the Integrity Pact shall lead to outright rejection of bid.

Page 116: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

GENERAL TERMS &

CONDITIONS FOR SUPPLY

100 of 170

45. ORDER OF PRECEDENCE

In case of any discrepancy between the conditions stated in the GPC (which is an integral part of the Order) and those specifically mentioned in the Purchase Order, the later shall prevail over the former.

46. GENERAL:

a. Deviations to Terms and Conditions shall lead to loading of prices or make your offer liable for rejection.

b. All resident/non-resident parties to obtain and furnish their PAN in order to avoid tax withholding at a higher rate. Even though the non-residents may not have permanent establishment (PE), branch, local office in India, they can apply with their foreign address.

For your information, the web address for applying for PAN in Form No. 49A to NSDL or UTISL online as given in the following sites:

(AO details for International Taxation are also available online).

i. http://tin.tin.nsdl.com/pan/index.html/

ii. http://incometaxindia.gov.in/

iii. https://incometaxindiaefiling.gov.in/portal/index.jsp

iv. http://www.utitsl.co.in/

c. GRIEVANCE REDRESSAL: There is a grievance redressal mechanism in HPCL for vendors participating in the tender, the details of which are available on HPCL’s website www.hindustanpetroleum.com.

d. PBG Format is attached with Chapter-9 ,Annexure-B.

Page 117: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0049 101 of 170

Chapter 5

A Terms and conditions for Installation, Testing and Commissioning B Terms and conditions for Training- Not Applicable. C Terms & Conditions for Annual Maintenance Charges- Not

Applicable

Page 118: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0049 102 of 170

A) Terms & Conditions for Installation & Commissioning /Erection, Testing & Commissioning

1) Bidder shall quote for Lumpsum charges of Installation & Commissioning as per SOQ. 2) Deleted 3) Deleted. 4) No payment will be made for travel days/period. 5) Bidder will be responsible for all liabilities towards corporate tax, personal income tax and

GST (as may be applicable) for their personnel deputed for the Installation & Commissioning job. Any variation (s), including statutory, shall be to Vendor’s account and the Owner shall not be liable for the same. Such tax(s) shall be deducted at source by Owner while making payments against each invoice.

6) Working hours prevailing at site, normally 8 hours/day – Monday through Saturday and

holidays as applicable to Owner’s site personnel shall apply. 7) Vendor’s supervisory personnel to observe/abide by the working conditions, safety codes &

Indian Laws. 8) Vendor’s personnel shall be required to reach site within 15 days from the date of intimation

by HPCL/ WorleyParsons India Pvt. Ltd. for the Installation & Commissioning.

9) Bidder to quote per diem rate considering the above provisions in e-portal of HPCL and for detail refer preamble to price Schedule. The Unpriced price Schedule (submitted along with Unpriced bid with prices blanked out) should contain the words ‘Quoted’ or ‘Not quoted’ or “Not Applicable” against each item.

10) For evaluation of bids, Installation charges shall be added to the rates quoted against

supply items.

B) Training- Not applicable.

C) Annual Maintenance Charges- Not Applicable.

Page 119: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0049 103 of 170

Chapter - 6

Bid Form & Price Schedule Formats

Page 120: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0049 104 of 170

BID FORM

To: (Name and address of Owner/Consultant) Date: Gentlemen, Having examined the Conditions of Contract and Specifications including Addenda Nos (Insert Numbers) the receipt of which is hereby duly acknowledged, we the undersigned, offer to execute job in conformity with the said Drawings, Conditions of Contract and specifications for the same (total bid amount in words and figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid. We undertake if our bid is accepted, complete execution for SUPPLY AND INSTALLATION OF CAR PARKING SHEDS FOR IPS1, IPS2 & IPS 3 LOCATIONS as agreed and specified in the IFB document. If our bid is accepted we will obtain the guarantee of a Bank in a sum not exceeding (10) % of the Contract price for the due performance of the Contract. We agree to abide by this bid for a period of 120 days from the date fixed for bid opening under Instructions to Bidders and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof in your notification of award (Letter of Award) shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any bid, you may receive. Dated this Day of

Signature ………………………………………

In the capacity of duly authorized to sign bid for an on behalf of Witness: __________________ Address: __________________

Signature

Note :

1. Bidder to submit Bid-form on Company Letterhead duly signed and stamped by Competent Personal having power of attorney.

Page 121: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0049 105 of 170

REFER PRICE SCHEDULE UPLOADED

ON HPCL E-TENDER PORTAL:

https://etender.hpcl.co.in

Page 122: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0049 106 of 170

PREAMBLE TO PRICE SCHEDULE

S.N0 Description Unit Quantity

1

Supply and installation of Car Parking shed structure with integrated solar

panels and rain water harvesting system as per scope of work attached

with the tender document at MB Patnam (IPS-1) Booster Station

Location.

Nos 1

2

Supply and installation of Car Parking shed structure with integrated solar

panels and rain water harvesting system as per scope of work attached

with the tender document at JK Gudem (IPS-2) Booster Station Location.

Nos 1

3

Supply and installation of Car Parking shed structure with integrated solar

panels and rain water harvesting system as per scope of work attached

with the tender document at Bogaram (IPS-3) Booster Station Location.

Nos 1

Page 123: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0049 107 of 170

Sr. No.

Notes

1 Scope of supply including testing, inspection, documentation etc. shall be strictly as per Material Requisition and other documents which are part of IFB. Bidder shall confirm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, IFB, Material Requisition etc. and quoted the prices accordingly without any deviation.

2 Bidder must quote the price only in online Price schedule in e-portal of HPCL in line with above format. Bidder to clearly indicate 'Quoted' / 'Not Quoted' against each item description in the price column in the unpriced Price Schedule. Bidders to submit Price in the Price Schedule in their Priced Bid and Unpriced Part with indicating 'Quoted' / 'Not Quoted' in the Unpriced Bid.

3 Bidder confirm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, IFB/e-tender, Material Requisition etc. and quoted his prices accordingly without any deviation.

4 Bidder to quote firm freight charges in the space provided in the price Schedule in line with instructions provided in IFB document which shall be considered for evaluation and ordering.

5 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped. For any deviation to the formats, offer may be rejected.

6 Bidder should quote only for the item for which he is approved with HPCL /Consultant. Bidder should indicate "Not Applicable" in the price Schedule against the items for which the bidder is not eligible to quote (based on their enlistment with HPCL/Consultant ).In case Bidder quotes for the item for which he is not enlisted with HPCL /WorleyParsons, that item shall not be considered for evaluation.

7 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed, unless otherwise categorically Specified in IFB.

8 Quoted Prices to include Mandatory Spares , Pre-commissioning / commissioning spares, all special tools and tackles & documentation, as per MR. However, bidder to provide list of two years Operational & Maintenance Spares along with Unpriced (Technical) Bid.

9 Bidder to note that Technical loading, if any, shall be as per loading criteria specified in the MR and the same shall be considered for evaluation. Hence, bidder shall quote accordingly.

10 Bidders to upload the Un-priced and Priced part of their bids strictly in the Un-priced & Priced folders respectively in the e-tender portal of HPCL

11 Bidder to provide item wise price as mentioned in online price schedule format. However, evaluation and ordering shall be done on Overall Lowest basis. Bidder to note that evaluation and ordering shall be done on Overall Lowest basis including Installation & Commissioning.

12 Bidder’s quoted prices shall be deemed to include bidder’s entire scope of work and all obligations and responsibilities, as mentioned in Material Requisition and IFB / e-tender documents, irrespective of whether the same are specifically covered in the “Description” under above price Schedule or not.

13 The Lumpsum charges quoted by Bidder for Installation & Commissioning shall be as per “Terms & Conditions for Installation, Testing & Commissioning" enclosed with the IFB. Lumpsum charges as quoted by the Bidder shall be considered for evaluation.

Page 124: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 108 of 170

Chapter - 7

Delivery Schedule

Page 125: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 109 of 170

DELIVERY SCHEDULE Name of Bidder :

Bid Document No. : 18000010-HD-11994

Item: Supply and Installation of Car Parking Sheds For IPS1, IPS2 &

Item Description Delivery from the date of Letter of Award (LOA)

All items as per MR

For Supply, Installation & Commissioning - 04 (Four) months from Date of L.O.A

Note :

1. Above referred delivery period shall be considered for liquidates damages. 2. The above delivery for Items at FOR site basis shall be reckoned from the date of LOA

Signature & Stamp of Bidder

Page 126: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 110 of 170

The detailed addresses of sites are mentioned in Annexure-V of Chapter-9

Page 127: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 111 of 170

Chapter - 8

BRIEF SUMMARY

OF AGREED TERMS & CONDITIONS

(A T & C)

Page 128: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 112 of 170

AGREED TERMS AND CONDITIONS

This questionnaire duly filled shall be returned along with each copy of Un-priced

bid. Clauses confirmed hereunder should not be repeated in the bid. ALL THE

COMMERCIAL TERMS AND CONDITIONS SHOULD BE INDICATED IN THIS

FORMAT ONLY. IF REQUIRED DETAILS INCLUDING DEVIATION TO GTC, IF

ANY, SHOULD BE INDICATED IN ONLINE DEVIATION FORMAT ONLY.

In view of the rejection clause no. 16.0 of Chapter-2, ITB, will be strictly adhered

to, bidders are advised to comply to the terms and conditions of the bid document

in the First Instance itself.

S.NO. DESCRIPTION BIDDER'S CONFIRMATION

1 Confirm Your Offer is in complete compliance with the scope of supplies as specified in the Bid document

2 Confirm you have quoted your prices strictly in the applicable Price schedule format (enclosed with the Bid document) along with Unit and Total Prices

3 INSPECTION : Confirm your quoted prices are inclusive of all testing and inspection requirements as specified in the bid document. However, in addition to Bidder’s own inspection, goods and services will be subject to inspection (stage wise and final as specified in MR) by Owner/Owner’s Consultant for which no extra charges shall be payable by Owner, since all travel, personal and incidental expenses of Owner’s inspectors shall be borne by Owner/owners’ consultant.

4 Confirm acceptance / compliance with the following conditions /clauses of the Bid document (i) Confirm price basis of your offer is

strictly in accordance with Cl. nos 1 and 2 of Chapter-3.

(ii) Confirm You have furnished Bid security

(Bank Guarantee) for the requisite amount in the required format as per

Page 129: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 113 of 170

terms of bid document (iii) Confirm that You shall furnish Contract

Performance Bank Guarantee (Performance Security) as per terms of Bid document.

(iv) Confirm your Firm delivery period shall

be strictly as per requirement specified in the Bid Document.

(v) Confirm that Your offer will remain Valid

for acceptance for a period of 120 DAYS from the Bid due date or extended due date (if the same is extended).

(vi) Confirm that the quoted prices shall

remain FIRM AND FIXED till complete execution of Order

(viii) Confirm that the Force Majeure shall

be as per General Purchase Conditions

(ix) Confirm acceptance of Price Reduction

for delay in delivery as per Chapter-3 of Bid document.

(x) Confirm total acceptance to Payment

Terms as per Chapter-3 Special Conditions of Purchase

xi) Arbitration clause shall be as per

Special Purchase Conditions xii) Confirm that Defect Liability period

shall be as per Bid Document

5 Confirm Terms related to Taxes and Duties shall be as per Provisions of Bid document

6 All correspondence must be in English Language Only

7 Indicate dispatch Point

8 Confirm Basis Quoted prices are exclusive

Page 130: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 114 of 170

of transit Insurance.

9 Indicate Rate of GST Tax payable extra on finished goods

10 Deleted

11 Deleted

12 Deleted

13 Statutory variation in GST during the contractual delivery period on Finished goods only will be to Owner's account.

14 Confirm, if there is delay beyond contractual delivery date for reasons attributable to Bidder, any increase in GST will be borne by the Bidder and any decrease shall be passed on to Owner.

15 Confirm, in case of delay in delivery, due to reasons attributable to Bidder, any new or additional taxes and duties imposed after contractual delivery dates shall be to Bidder's account.

16 Please confirm that you have not been banned or delisted by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must clearly be stated. This does not necessarily be cause for disqualification. However, if this declaration is not furnished the bid shall be rejected as non-responsive.

17 Please confirm that you have filed in, signed and attached the enclosed “Proforma of Declaration of Black Listing/Holiday Listing” along with your Unpriced offer.

18 Owner reserves the right to make any changes in the terms and conditions of bid document. Confirm

19 The Bidder is required to state whether any of the Director's Bidder is a relative of any Director of Owner or the Bidder is a firm in which any Director of Owner or his relative is a partner.

20 (a) Confirm acceptance in Toto of the Terms and Conditions contained in the Bid document (i) Instructions to Bidders.

Page 131: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 115 of 170

(ii) Special Conditions of Contracts (ii) General Terms & conditions of Supply (iii) All other commercial documents /

attachments / Chapters of the bid document

(b) In case of reservations, confirm that

clause wise comments have been specified as annexure to this format.

(c) All the terms and conditions have been

indicated in this format (including Annexure, if any) and have been repeated in the Bid elsewhere. It is noted that terms and conditions indicated elsewhere including any printed terms and conditions shall not be considered by the owner

21 Bidder shall furnish details of the Concurrent Commitment with their schedule / expected completion dates.

22 Furnish Financial Turnover figures of last 3 years of bidder / manufacturer and or trading company (house) which ever is applicable TURNOVER

2014-2015 (2015) 2015-2016 (2016) 2016 - 2017 (2017)

In support of above Bidder shall enclose copies of its published Annual reports of preceding 3 years. Confirm compliance.

BIDDERS NAME :

ADDRESS :

SIGNATURE & SEAL:

FAX NO. TEL NO.: EMAIL:

Page 132: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 116 of 170

Chapter - 9

Proforma & Annexures

Page 133: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 117 of 170

1) Annexure-A : Bid Security Form (EMD)

2) Annexure-B : Performance Bank Guarantee (PBG)

3) Annexure-C : Letter of Authority for attending Pre-Bid and Subsequent Negotiations/Conferences

4) Annexure-D : Declaration Form

5) Annexure-E : Undertaking for Concurrent commitment

6) Annexure-F : Bidder’s Queries

7) Annexure-G : MSME/NSIC Certificate Details

8) Annexure-H : Bar Chart/Pert Chart Schedule for Construction

9) Annexure- I : Proforma for Details of Indian Agent 10) Annexure- J : Composite BG - Mobilization Advance, Security

Deposit / Retention Money/Performance Guarantee

11) Annexure-K : Bidder’s General Information

12) Annexure-L : Annual Turnover Form

13) Annexure-M : Integrity Pact

14) Annexure-N : Bank Guarantee Format for advance

15) Annexure- P : Technical Check list

16) Annexure- Q : Reference list

17) Annexure-R : Compliance Statement

18) Annexure-S : Grievance Redressal Mechanism

19) Annexure-T : Advice from supplier/contractor for E-payment

20) Annexure-U : Reverse Auction Clause.

21) Annexure- V : Detailed Addresses of sites

22) Annexure-X : Bank Guarantee For Security Deposit

23) Annexure-Y : Arbitration Clause

24) Annexure-Z : Details of P.F. Registration TDS / TAN / ESIC

25) Annexure-AA : Details of Plant and Equipment owned by Bidder

26) Annexure-AB : Details of Proposed Head Office and Site Organization

27) Annexure-AC : List of Technical Staff

28) Annexure-AD : Details of Measuring & Testing Equipment

29) Annexure-AE : Commercial Questionnaire

30) Annexure- AF : Check List for Submission of Bid

Page 134: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 118 of 170

ANNEXURE-A

BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT (On Non-Judicial stamp paper of appropriate value)

TO: Hindustan Petroleum Corporation Limited (Address as applicable)

IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED a Government of India Company registered under the Companies Act, 1956, having its registered office at 17, Jamshedji Tata Road, Bombay-20 (hereinafter called “the Corporation” which expression shall include its successor in business and assigns)issued a tender on Messrs. ................................................ a partnership firm/sole proprietor business/a company registered under the Companies Act, 1956 having its office at (hereinafter called “the Tenderer” which expression shall include its executors, administrators and assigns) against Tender no............ dated .................... (hereinafter called ‘the tender’ which expression shall include any amendments/ alterations to ‘the tender’ issued by “the Corporation”) for the supply of goods to/execution of services for “the Corporation” and “the Corporation” having agreed not to insist upon immediate payment of Earnest Money for the fulfillment of the said tender in terms thereof on production of an acceptable Bank Guarantee for an amount of ₹....... (Rupees ................................. only). We, ................................... Bank having office at ..................................................... (hereinafter referred to as “the Bank” which expression shall include its successors and assigns) at the request and on behalf of “the Tenderer” hereby agree to pay to the Corporation without any demur on first demand an amount not exceeding ₹........... (Rupees ...................................... only)against any loss or damage, costs, charges and expenses caused to or suffered by “the Corporation” by reason of non-performance and fulfillment or for any breach on the part of “the Tenderer” of any of the terms and conditions of the said ‘tender’. 2. We,........................................ Bank further agree that “the Corporation” shall be

sole Judge whether the said ‘Tenderer’ has failed to perform or fulfill the said ‘tender’ in terms thereof or committed breach of any of the terms and conditions of ‘the order’ and the extent of loss, damage, cost, charges and expenses suffered or incurred or would be suffered or incurred by “the Corporation” on account thereof and we waive in favour of “the Corporation” all the rights and defenses to which we as guarantors and/or “the Tenderer” maybe entitled to.

3. We,................................. Bank further agree that the amount demanded by “the

Corporation” as such shall be final and binding on “the Bank” as to “the Bank” 's liability to pay and the amount demanded and “the Bank” to undertake to pay “the Corporation” the amount so demanded on first demand and without any demur notwithstanding any dispute raised by “the Tenderer” or any suit or other legal proceedings including arbitration pending before any court, tribunal or arbitrator relating thereto, our liability under this guarantee being absolute and unconditional.

Page 135: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 119 of 170

4. We,.......................................Bank further agree with “the Corporation” that “the Corporation” shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said ‘tender’/or to extend time of performance by “the Tenderer” from time to time or to postpone for any time to time any of the powers exercisable by “the Corporation” against “the Tenderer” and to forbear to enforce any of the terms and conditions relating to “the tender” and we shall not be relieved from our liability by reason of any such variation or extension being granted to “the Tenderer” or for any forbearance, act or omission on the part of “the Corporation” or any indulgence by “the Corporation” to “the tenderer” or by any such matter or things whatsoever which under the law relating to sureties would but for this provision have the effect of relieving us.

5. NOTWITHSTANDING anything hereinbefore contained, our liability under this

Guarantee is restricted to.₹ ......... (Rupees....................................... only). Our liability under this guarantee shall remain in force until expiration of six months from the due date of opening of the said ‘tender’. Unless a demand or claim under this guarantee is made on us in writing within said period, that is, on or before .................................... all rights of “the Corporation” under the said guarantee shall be forfeited and we shall be relieved and discharged from all liabilities thereunder.

6. We, …………………………………. Bank further undertake not to revoke this

guarantee during its currency except with the previous consent of the “the corporation” in writing.

7.0 We,......................................... Bank lastly agree that “the Bank” 's liability under

this guarantee shall not be affected by any change in the constitution of “the Tenderer” .

8.0 “The Bank” has power to issue this guarantee in favour of “the Corporation” in

terms of the documents and/or the agreement/Contract or MOU entered into between “the Tenderer” and “the Bank” in this regard.

IN WITNESSW HEREOF the Bank has executed this document on this ........................ day of ………

For ........................ Bank

(by its constituted attorney) (Signature of a

person authorized to sign on behalf of “the Bank”)

Page 136: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 120 of 170

ANNEXURE-B

BANK GUARANTEE FOR PERFORMANCE OF THE OBLIGATIONS OF

SUPPLIER / CONTRACTOR (On Non-Judicial stamp paper of appropriate value)

TO : Hindustan Petroleum Corporation Limited (Address as applicable)

IN CONSIDERATION OF THE HINDUSTAN PETROLEUM CORPORATION LTD. a

Government of India Company registered under the Companies Act,1956, having its

registered office at 17, Jamshedji Tata Road, Bombay -400 020 (hereinafter called "the

Corporation" which expression shall include its successors and assigns) having awarded

to

M/s ___________________________________________________ a partnership

firm/sole

proprietor business/a company registered under the Companies Act, 1956 having its office

at

______________________________ (hereinafter referred to as "the Supplier" which

expression shall wherever the subject or context so permits includes its successors and

assigns) a supply contract in terms inter alia, of "the Corporation's" Order No.

____________

dated __________________ and the General procurement conditions of "the Corporation"

and upon the condition of "supplier's" furnishing security for the performance of "the

Supplier's" obligations and/or discharge of "the supplier's" liability under and/or in

connection with the said supply contract upto a sum of ₹. _______________

(Rupees_____________________) amounting to 10% (ten percent) of the total contract

value.

We, ______________________ (hereinafter called "the Bank" which expression shall

include its successors and assigns) hereby jointly and severally undertake and guarantee

to pay to "the Corporation" in rupees forthwith on demand in writing and without protest or

demur of any and all moneys anywise payable by "the Supplier" to "the Corporation"

under, in respect of or in connection with the said supply contract inclusive of all the

Corporation's losses and damage and costs, (inclusive between attorney and client)

charges, and expenses and other moneys anywise payable in respect of the above as

specified in any notice of demand made by "the Corporation" to the Bank with reference to

this Guarantee upto and aggregate limit of ₹ ___________ (Rupees

__________________________ ) and "the Bank" hereby agrees with "the Corporation"

that:

1 This Guarantee/Undertaking shall be a continuing Guarantee / Undertaking and shall

remain valid and irrecoverable for all claims of "the Corporation" and liabilities of "the

Page 137: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 121 of 170

Supplier" arising upto and until midnight of _______________ 2 This Guarantee/Undertaking shall be in addition to any other guarantee or security

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

2 "The Corporation" shall be at liberty without reference to "the Bank" and without

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

4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of constitution or insolvency of "the supplier" but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to "the Corporation" in terms hereof

5. "The Bank" hereby waives all rights at any time inconsistent with the terms of this

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

6. The amount stated in any notice of demand addressed by "the Corporation" to "the Bank" as liable to be paid to "the Corporation" by "the supplier" or as suffered or incurred by "the Corporation" on account of any losses or damages or costs, charges/and/or expenses shall be as between "the Bank" and "the Corporation" be conclusive of the amount so liable to be paid to "the Corporation" or suffered or incurred by "the Corporation", as the case may be, and payable by "the Bank" to "the Corporation", in terms hereof.

7. Notwithstanding anything contained herein above:

i) Our liability under this guarantee shall not exceed R.......... ii) This Bank Guarantee shall be valid upto and including .......; and

Page 138: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 122 of 170

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

8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in

terms of the documents and/or the agreement/contract or MOU entered into between "the supplier" and "the Bank" in this regard.

IN WITNESS Where of __________________ Bank, has executed this document at ________________ on _______________ 20…..____________________________ Bank (by its constituted attorney)

(signature of a person authorized to sign on behalf of "the Bank")

Page 139: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 123 of 170

ANNEXURE-C

LETTER OF AUTHORITY

PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND

SUBSEQUENT NEGOTIATIONS/CONFERENCES

To. Date: HINDUSTAN PETROLEUM CORPORATION LIMITED,

(Address as applicable) Attn...................................... Dear Sirs, We..................................................hereby authorize following representatives (s) to attend the Pre Bid meeting / Negotiation or for any other correspondence and communication against your Bidding document number No. ...........................for.................................... (Item Name)....................................... 1. Name & Designation : ......................... Signature............................ 2. Name & Designation : ........................ Signature............................ We confirm that we shall be bound by all and whatsoever our representative (s) shall commit. Yours faithfully,

Signature........................................... Name & Designation.........................

For & on behalf of............................

Note: This Letter of Authority should be on the letterhead of the Bidder and should be signed by a person competent and having the power of attorney to bind the Bidder.

Page 140: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 124 of 170

ANNEXURE-D

DECLARATION

(To be submitted along with Un-priced bid)

We (M/s. __________________________) hereby declare that we have not been

banned or delisted or blacklisted or put on holiday list by any government or quasi

Government agencies or PSUs.

We (M/s. __________________________) confirm that we are not on Holiday/ Negative /

Suspension / Banning list of HPCL on due date of submission of bid.

We (M/s. __________________________) confirm that we are not under liquidation, court

receivership or similar proceedings.

I/we also (Co. name), _________________________________________herewith declare that we are registered as MSME/NSIC/SSI or other _______________ (Please specify and provide supporting document).

I/we also (Co. name), _________________________________________herewith declare

that we are registered under GST with GSTIN No _______________ (Please

specify and provide supporting document).

Stamp and Signature of Bidder

Note : 1. If a bidder has been banned or delisted or blacklisted or put on holiday list by any

Government or quasi Government agencies or PSU, this fact must be clearly stated with details and it may not necessarily be a cause for disqualifying him. If this declaration is not given, the bid will be rejected as nonresponsive.

2. In case of Limited Liability Partnership, all partners should sign it. 3. This Declaration should be on the letter head of the Bidder and should be signed

by a person competent and having the power of attorney to bind the Bidder.

Page 141: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 125 of 170

ANNEXURE -E

UNDERTAKING OF ADEQUATE CAPACITY

An Undertaking from the Bidder Confirming that their Plant / Facility has Adequate Capacity to handle Concurrent Orders and the Supplies to be made to HPCL will not get delayed due to the concurrent orders from other Clients

PRESENT COMMITMENTS AS ON 31/05/2018

SR. NO.

CLIENT/ OWNER/ CONSULTANT

DESCRIPTION OF THE WORK & SITE

VALUE OF CONTRACT (In Rupees)

DATE OF COMMENCEMENT OF WORK

SCHEDULE COMPLETION PERIOD

%AGE COMP. AS ON DATE

EXPECTED DATE OF COMPLETION

REMARKS

Stamp and Signature of Bidder

Note: To be submitted on letter head of company.

Page 142: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 126 of 170

Annexure F

BIDDER’S QUERIES

SL. NO.

BIDDING DOCUMENT

SUBJECT BIDDER'S

QUERY OWNER'S REPLY

PAGE NO. CLAUSE

NO.

NOTE: Bidder’s Queries may be submitted online.

Page 143: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 127 of 170

Annexure –G

MSME / NSIC CERTIFCATE DETAILS

TO BE FILLED BY BIDDERS REGISTERED WITH MSME

TO BE FILLED BY ALL BIDDERS

1 NAME OF BIDDER

2 WHETHER REGISTERED WITH MSE : YES/NO,

IF YES PLEASE UPLOAD THE MSE

CERTIFICATE

YES/NO

2.1 NSIC/ MSE REGISTRATION CERTIFICATE IS

VALID

UPTO

2.2 MONETARY LIMIT OF NSIC REGISTRATION

CERTIFICATE

3 WHETHER ITEM QUOTED IS COVERED IN

NSIC / MSE REGISTRATION CERTIFICATE IF

YES. PLEASE MENTION THE ITEM NAME IN

NSIC / MSE CERTIFICATE UNDER WHICH

TENDERED ITEM IS COVERED

4 WHETHER YOU HAVE SUCCEEDED IN

SECURING ORDERS FOR SAME ITEMS (ITEM

QUOTED), IN COMPETITION (I.E. WITHOUT

PRICE PREFERENCE) WITH LARGE SCALE

UNITS DURING THE PRECEEDING 12

MONTHS FROM THE DATE OF THIS TENDER

(SAY : YES OR NO)

5 WHETHER FIRM IS OWNED BY SC/ST

ENTERPRENEURS (SAY YES OR NO) IF YES,

PLEASE UPLOAD SC/ST CERTIFICATE

Stamp and Signature of Bidder

Note to Bidder:

1. It is mandatory for all the bidders to provide above data, in case bidder is non MSE,

please mention “N.A”.

Page 144: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 128 of 170

Annexure –H

BAR CHART/PERT CHART SCHEDULE FOR CONSTRUCTION -

DELETED

Page 145: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 129 of 170

Annexure –I

PROFORMA FOR DETAILS OF INDIAN AGENT –DELETED

Page 146: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 130 of 170

Annexure –J

COMPOSITE BANK GUARANTEE FOR MOBILISATION ADVANCE, SECURITY DEPOSIT/RETENTION MONEY/PERFORMANCE GUARANTEE

(On Non-Judicial stamp paper of appropriate value) To:

Hindustan Petroleum Corporation Limited (Address as applicable) IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED, a Government of India Company registered under the Companies Act, 1956, having its registered office at 17, Jamshedji Tata Road, Bombay-20 (hereinafter called "The Corporation" (which expression shall include its successor in business and assigns) having placed an order on Messers ............................ a partnership firm/sole proprietor business/a company registered under the Companies Act, 1956 having its office at .............. (hereinafter called "the supplier" (which expression shall include executors, administrators and assigns) vide order No.......................dated.............. (hereinafter called "the order" which expression shall include any amendments/alterations to "the order" issued by "the Corporation") for the supply of goods to/execution of services for "the Corporation" and "the Corporation" having agreed : a) not to insist upon immediate payment of Security deposit for the fulfilment and performance of the said order b) to pay "the supplier" as and by way of advance upto a sum of ₹ __________ (Rupees _____________________________ only) being ____% of the value of "the order"; c) that "the supplier" shall furnish a security for the performance of "the supplier's" obligations and/or discharge of "the supplier's" liability in connection with the said "order"; and "the Corporation" having agreed with "the supplier" to accept a composite Bank Guarantee for the mobilisation advance, security deposit, retention money and performance guarantee. We, .................................................... Bank having office at .......................................... (hereinafter referred to as "the Bank" which expression shall includes its successors and assigns) at the request and on behalf of "the supplier" hereby agree to pay to "the Corporation"without any demur on first demand an amount not exceeding ₹........... (Rupees.............................only) against any loss or damage, costs, charges and expenses caused to or suffered by "the Corporation" by reason of non performance and fulfilment or for any breach on the part of "the supplier" of any of the terms and conditions of the said "order". 2. We, ............................. Bank further agree that "the Corporation" shall be sole judge whether the said "Supplier" has failed to perform or fulfill the said "order" in terms thereof or committed breach of any terms and conditions of "the order" and the extent of loss, damage, cost, charges and expenses suffered or incurred or would be suffered or incurred

Page 147: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 131 of 170

by "the Corporation" on account thereof and we waive in the favour of "the Corporation" all the rights and defences to which we as guarantors and/or "the Supplier" may be entitled to. 3. We, ................................. Bank further agree that the amount demanded by "the Corporation" as such shall be final and binding on "the Bank" as to "the Bank" 's liability to pay and the amount demanded and "the Bank" undertake to pay "the Corporation" the amount so demanded on first demand and without any demur notwithstanding any dispute raised by "the Supplier" or any suit or other legal proceedings including arbitration pending before any court, tribunal or arbitrator relating thereto, our liability under this guarantee being absolute and unconditional. 4. We, .................................. Bank further agree with "the Corporation" that "the Corporation" shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said "order"/or to extend time of performance by "the Supplier" from time to time or to postpone for any time to time any of the powers exercisable by "the Corporation" against "the Supplier" and to forbear to enforce any of the terms and conditions relating to "the order" and we shall not be relieved from our liability by reason of any such variation or extension being granted to "the Supplier" or for any forbearance, act or ommission on the part of "the Corporation" or any indulgence by "the Corporation" to "the Supplier" or by any such matter or things whatsoever which under the law relating to sureties would but for this provision have the effect of relieving us. 5. However, it has been agreed between "the Supplier" and "the Corporation" that there shall be only one Composite Bank Guarantee for both the advance and security deposit performance guarantee/Retention Money @ of ____% valid till the end of the defects liability period as per the terms of the P.O. No. _______________ dated ______________ and that in proportion with the recovery of advance @ ______% per bill the same amount/value automatically stands credited to the defects liability account/security deposit or retention money as the case may be and will continue to be credited/treatedtill the entire advance of ₹ _______________________ is fully recovered from the running bills and from the date of full recovery of the advance of ₹ __________________ this guarantee automatically, shall stand valid towards the ____% retention money/defects liability, fully valid in all ® respects unto a further period of 3 (three) months, as per the Purchase Order of "the Corporation". 6. Not withstanding anything contained herein above : i) Our liability under this guarantee shall not exceed ₹ .......... ii) This Bank Guarantee shall be valid upto and including .......; and iii) We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before the expiry of 30 days from the date of expiry of this guarantee. 7. We, ........................................ Bank further undertake not to revoke this guarantee during its currency except with the previous consent of "the Corporation" in writing.

Page 148: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 132 of 170

8. We, ......................................... Bank lastly agree that "the Bank"'s liability under this guarantee shall not be affected by any change in the constitution of "the Supplier". 9. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of the documents and/or the Agreement/Contract or MOU entered into between "the Supplier" and "the Bank" in this regard. IN WITNESS WHEREOF the Bank has executed this document on this ............................. day of ...........................

For ........................ Bank

(by its constituted attorney)

(Signature of a person authorised

to sign on behalf of "the Bank")*

Page 149: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 133 of 170

ANNEXURE-K

BIDDER’S GENERAL INFORMATION

Bid Document No. ……………………………………………………………… To Hindustan Petroleum Corporation Limited (Address as applicable)

1.1 Bidder Name ____________________________

1.2 Number of Years in Operation:

____________________________________

1.3 Registered Address __________________________________________ __________________________________________

1.4 Operation Address if different from above: ___________________________________________ 1.5 Telephone Number __________________________________________ (Country code) (Area Code) (Tel. Number) 1.6 E-mail address __________________________________________ 1.7 Website : ____________________________________________ 1.7 Telefax Number __________________________________________ (Country Code) (Area Code) (Tel. Number) 1.8 Name & Mobile no. of Concerned person(s) ______________________________________________ 1.8 ISO Certification, if any (if yes, please furnish details)

Page 150: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 134 of 170

2.0 GENERAL 2.1 Income Tax PAN No. of the firm. ___________________________________________________ 2.2 Provident Fund Registration No. of the firm. ____________________________________________________ 2.3 ESI Registration No. of the firm. ____________________________________________________ 2.4 GST Registration No. of the firm. _____________________________________________________ 2.5 GST Registration No. of the firm ______________________________________________________ 2.6 Excise Registration number, if any ______________________________________________________ 2.7 Excise Range _______________________________________________________ 2.8 Local Sales Tax No, if any _______________________________________________________

Stamp and Signature of Bidder

Page 151: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 135 of 170

ANNEXURE-L

ANNUAL TURNOVER STATEMENT

Bid Document No. ………………………………………………………..

The Bidder shall indicate herein his annual turnover during preceding Three(3) years based on the audited balance sheet/profit & loss account statement.

Financial Year Annual Turnover (Rs.)

Networth (Rs.)

2016-2017 / 2017 2015-2016 / 2016 2014-2015 / 2015

AVERAGE ANNUAL TURNOVER FOR

LAST THREE YEAR

NOTE:

1. 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 allotment XXXX Add: Reserves (As defined Above) XXXX Less: Accumulated Losses XX Less: Deferred Revenue Expenditure to the extent not written off

XX

Net worth XXXX

x. Bidder shall furnish necessary documentary evidence by uploading the documents in the e-portal of HPCL, such as notarized copies of audited Annual Report/Balance Sheet for last three (3) years as mentioned above, Original Certificate from Chartered Account indicating Turnover & Net worth.

Stamp and Signature of Bidder

Name of Bidder Company:

Page 152: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 136 of 170

ANNEXURE-M

Deleted.

Page 153: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 137 of 170

ANNEXURE-N

BANK GUARANTEE FOR ADVANCES (On non-judicial stamp paper of appropriate value)

To, Hindustan Petroleum Corporation Ltd., (Address as applicable) In CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED, a Government of India Company registered under the Companies Act 1956, having its registered office at 17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter called "the Corporation" which expression shall include its successors in business and assigns) having placed an order on Messrs ___________________ a partnership firm/sole proprietor business / a company registered under the Companies Act, 1956 having its office at _______________________ (hereinafter called "the Supplier" which expression shall include its successors and assigns) vide Order No. ____________ dated _________ (hereinafter called "the Order" which expression shall include any amendments/alterations thereto as issued by "the Corporation") for the supply of goods/to the execution of Service for "the Corporation" and having agreed to pay the supplier as and by way of advance upto a sum of ₹. _________ (Rupees ____________________________________ only ) being _____ % of the value of the order in terms of "the Order" on production of an acceptable Bank Guarantee for an amount of ₹. ____________ (Rupees __________________________________ only) 1. We, ____________________ Bank having office at _________________ (hereafter

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

2. We, _______________ Bank further agree that "the Corporation" shall be sole judge

whether the said "Supplier" has committed breach of any of the terms and conditions of "the Order" and the extent of loss, damage, cost charges and expenses suffered or incurred or would be suffered or incurred by "the Corporation" on account thereof and we waive in favour of "the Corporation" all the rights and defences to which we as guarantors and/or "the Supplier" may be entitled to.

3. We, ___________________ Bank further agree that the amount demanded by "the

Corporation" as such shall be final and binding on "the Bank" as to "the Bank's" liability to pay and amount demanded and "the Bank" undertake to pay "the Corporation" the amount so demanded on first demand and without any demur notwithstanding any dispute raised by "the Supplier" or any suit or other legal proceedings including arbitration pending before any court tribunal or arbitrator relating thereto, our liability under this guarantee being absolute and unconditional. (We __________________ Bank further agree that the guarantee herein contained shall remain in full force and continue to have full effect so long as the said amount remains unadjusted, provided, however, the value of the guarantee shall

Page 154: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 138 of 170

progressively reduce upon any adjustments being made by "the Corporation" against the said advance and "the Corporation" rights shall extend only to the value of the unadjusted amount.

4. We, __________________ Bank further agree with "the Corporation" that "the

Corporation" shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said "order"/or to extend time of performance by "the Supplier" from time to time or to postpone for any time or from time to time any of the powers exercisable by "the Corporation" against "the Supplier" and to forbear to enforce any of the terms and conditions relating to "the Order" and we shall not be relieved from our liability by reason of any such variation or extension being granted to "the Supplier" or for any forbearance, act or omission on "the Supplier" or by any such matter or things whatsoever which under the Law relating to sureties would be for this provisions have the effect of relieving us.

5. Notwithstanding anything contained herein above: i) Our liability under this guarantee shall not exceed Rs.......... ii) This Bank Guarantee shall be valid upto and including .......; and

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

6. We, ________________ Bank further undertake not to revoke this guarantee during

its currency except with the previous consent of "the Corporation" in writing. 7. We, ____________________ Bank lastly agree that "the Bank" liability under this

guarantee shall not be affected by any change in the constitution of "the Supplier". 8. We, _________________ Bank has power to issue this guarantee in favour of "the

Corporation" in terms of the documents and/or the agreement/contract or MOU entered into between" the supplier" and "the Bank" in this regard.

IN WITNESS WHEREOF the Bank has executed this document on this

________________ day of ___________________

____________________________ (FOR _________ BANK)

(by its constituted attorney) (Signature of a person authorized

to sign on behalf of "the Bank")

Page 155: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 139 of 170

ANNEXURE-P

CHECKLIST-TECHNICAL

Requisition for Supply & Installation of Car Parking Sheds Project VVSPL Capacity Augmentation Project

Bidder confirms the following, as a minimum, is enclosed in the offer: Sr. No.

Requirement Complied by Bidder

1.0 Total compliance to technical requirements of the Material Requisition, as per Compliance Statement document, enclosed.

Yes/No

2.0 Bidder has quoted for all Schedules items covered in specification. Yes/No

3.0

Bidder meets Bidder’s qualification criteria (BQC) and documentary evidence in support of BQC is enclosed in the offer as per following, as a minimum:

Yes/No

a) Name & Location of Plant Yes/No

b) Past track record for Supply and Installation of Car Parking Sheds For IPS1, IPS2 & IPS 3 Locations as specified in BQC for the last seven years (i.e. copies of W.O./PO, Inspection release notes, completion certificate etc.)

Yes/No

4.0 Bidder confirms that for the items quoted by the bidder, the entire process of Medium Voltage Switchgear manufacturing shall be carried out in the proposed plant.

Yes/No

5.0 Documents/ Catalogues etc.as per specification enclosed. Yes/No

To be filled, signed and stamped by Bidder. Stamp and Signature of Bidder

Page 156: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 140 of 170

ANNEXURE-Q

Reference List of Supply and Installation of Car Parking Sheds for IPS1, IPS2 & IPS 3 Locations for Last Seven

Years

1 2 3 4 5

SR No.

Client (Company Name, Address, Email ID, Contact Phone No.)

Year, Month, date of Work Completions

Purchase Order & Date Work Completion Certificate & Date

To be filled by Bidder.

Stamp and Signature of Bidder

Page 157: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 141 of 170

ANNEXURE-R

COMPLIANCE TO BID REQUIREMENT

Requisition for Supply & Installation of Car Parking Sheds Project VVSPL Capacity Augmentation Project Bidding Document No 18000010-HD-11994

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 Addendum to the Bidding Documents for subject work issued by Owner/Consultant. We hereby further confirm any terms and conditions mentioned in our bid (Un-priced as well as Priced Part) shall not be recognized and shall be treated as null and void.

Bidder’s Seal Signature of Bidder

Name of Bidder

Page 158: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 142 of 170

ANNEXURE-S GRIEVANCE REDRESSAL MECHANISM

1.0 Background

Hindustan Petroleum Corporation (HPCL) has developed the following mechanism to deal with references/grievances if any that are received from Parties who participated /intends to participate in the Corporation Tenders. The scheme is as under:

2.0 Definitions : Grievance

For the purpose of this scheme, the word ‘Grievance’ would mean a written and signed representation received from party, who has participated/intends to participate in the tender of the Company, seeking inter-alia a review of the process of finalization of tender on the grounds that his right as a party to the tender has been affected for the reason to be provided by him which needs to be examined and decided in the interest of equity.

Grievance Redressal Cell (GRC)

It is the group that will review the references received from the Parties and decide the matter.

3.0 Authorities to handle grievances 3.1 There will be a process to deal with the grievances received from the

tendering parties of the prospective tenderers based on the Tender document issued.

3.2 The first level, say Level-I of such process will comprise of a Grievance

Redressal Cell (GRC). This Cell will consist of the following:

Sr. No.

SBU/Function

Head

Member Finance Member Procurement (Co-ordinator)

Refineries GRCs

1

Visakh Refinery

Head-Refinery

Head- Finance

Head- Materials

2

Mumbai Refinery

Head-Refinery

Head- Finance

Head- Materials

Marketing GRCs

1

Retail SBU

Head-Retail

Head- Comml.**

Head- Proc.**

2

Direct Sales

Head-Direct Sales

Head- Comml. **

Head- Proc.**

3

LPG

Head-LPG

Head- Comml. **

Head- Proc.**

4

Aviation

Head-Aviation

Head- Comml.**

Head- Proc.**

Page 159: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 143 of 170

* includes Marketing Projects, ** concerned SBU,

® *** concerned SBU/dept

5

Projects & Pipelines*

Head-P&P

Head- Comml.**

Head- Proc.**

6

Operaions & Distributions(O&D)

Head-O&D

Head- Comml.**

Head- Proc.**

® 7

Gas, Renewable & Business Develop- ment, Mktg SBU/dept

Head - Gas, Renewable & Business Development, Mktg SBU/dept

Head–Comml. ***

Head- Proc.***

Corporate GRCs

1

Corporate Head-IS/HR

(as applicable)

Head- Finance (Corp.)

Head- Procurement

(DGM-Administration)

® REVISION : PROC-004/23.12.2014

3.3 The Co-ordinator for each of the Cell is respective Head –

Materials/Procurement of Visakh Refinery, Mumbai Refinery, Marketing SBUs & Corporate.

3.4 All the grievances will be lodged with the Co-ordinator of the Cell. 3.5 This Cell will examine the grievances and decide the matter. 3.6 The second level of Grievances Redressal Mechanism is the Executive

Committee – Refineries for both Mumbai & Visakh Refineries, Executive Committee - Marketing & Executive Committee – Corporate for respective functions. The decision of the Executive Committee is final.

4.0 Grievances Redressal Process

LEVEL –I 4.1 If a grievance is received by the Grievance Redressal Cell, the Co-ordinator

will first acknowledge the receipt of the grievance to the aggrieved party within 48 hours from the time of receipt of the grievance (Excluding intervening Holidays).

4.2 The Grievance Redressal Cell (GRC) will forward the Grievance to the

Tender Inviting Authority at the earliest, who will offer his comments/views to the Cell within 2 days of receipt from GRC.

4.3 On receipt of comments from Tender Inviting Authority, the Grievance

Redressal Cell will meet and look into the grievances expressed by the aggrieved party along with the views/comments of the Tender Inviting

Page 160: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 144 of 170

Authority. The Grievance Redressal Cell can call for relevant records and documents to enable it to firm up its decision on the grievance.

4.4 The Grievance Redressal Cell will decide the matter within 14 days and

thereafter communicate the decision to the aggrieved party.

LEVEL –II

4.5 The second level of Grievance Redressal Mechanism is the Executive Committee - Refineries for both Mumbai & Visakh Refineries and Executive Committee – Marketing & Executive Committee – Corporate for respective functions which would examine and decide on any appeal/ representation on the decision of the Grievance Redressal Cell.

4.6 Parties aggrieved by the decision of the Grievance Redressal Cell, can

appeal / represent to the Executive Committee within 7 days of receipt of the decision with a copy to GRC Level-I for co-ordination. Appeal received

after seven days will not be considered. 4.7 The EC will decide the matter in appeal within 14 days and thereafter

communicate the decision to the aggrieved party. The decision of the Executive Committee is final.

5.0 Time limitation for the handling of grievances 5.1 Grievances regarding the Pre-qualification process should be lodged by the

aggrieved party within one week from the date of Publication calling for pre-qualification bid Grievances received after one week from date Publication will not be considered.

5.2 The decision on Grievance pertaining to Pre-Qualification should be

finalized before the shortlisting of the parties is concluded. 5.3 Specific Grievances regarding the Notice Inviting Tender (NIT) should be

lodged by the aggrieved party within one week from the last date of sale of tender document or one week prior to the Due date for Bid Submission, whichever is earlier. Grievance regarding NIT, received thereafter shall not be considered.

5.4 Grievances relating to the tender process (other than “Notice Inviting

Tender related grievances”) should be lodged within one week the date of operating the unpriced bids.

5.5 The Grievance Redressal Cell shall examine the case and decide within 15

working days from the date of receipt of the grievance and advise the function concerned of the same so that they can process the tender further.

Page 161: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 145 of 170

5.6 Any grievance after price bid opening should be redressed before award of the contract No grievances shall be entertained which are received after one week of price bid opening.

5.7 The Co-ordinator of the Grievance Redressal Cell, on receipt of the

grievance by the aggrieved party, should inform the Tender Inviting Authority not to finalise the contract till the disposal of the grievance by the Grievance Redressal Cell. The grievance lodged should be disposed of within a reasonable period of 14 working days so that there is no undue delay in awarding the contract.

6.0 Interim Suspension of Tendering Process 6.1 After any grievance is received by the Co-ordinator of the Grievance

Redressal Cell, the Cell Members will meet and examine whether the tendering process relating to the concerned matter is to be suspended or not in consultation with the Tender Inviting Authority. The Cell will examine whether there exists a prima facie ground for suspending the tendering process and decide the matter. It may consult, if required, the Executive Committee as to whether the tendering process has to be suspended till a final decision is taken on the grievance.

6.2 The decision to suspend the tendering process or not and disposal of the grievance should preferably be taken by the Grievance Redressal Cell and/ or Executive Committee at the earliest but not later than 14 working days from the receipt of grievance keeping in mind the Schedule of activities connected with the tender concerned.

6.3 When it is decided to suspend the Tendering Process, the grievance should be examined and disposed off by the Grievance Redressal Cell & Executive Committee at the earliest, but not later than 15 days since it will be necessary to either continue with the tender as per earlier norms or it is decided to re-invite the tender with suitable changes.

7.0 Other General Provisions 7.1 A final written reply to the aggrieved party will be given by coordinator of

Grievance Redressal Cell / Executive Committee within 21 working days from the date of receipt of the grievance in line with the minute of respective GRC/EC.

7.2 The Grievance Redressal Cell / Executive Committee, while firming up its

recommendations, can seek the views of other relevant Department like Finance, Vigilance and Legal or any other Department concerned with the issue.

7.3 The Grievance Redressal Cell & / Executive Committee is entitled to give a personal hearing to the aggrieved party, if necessary.

Page 162: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 146 of 170

7.4 If a Grievance is related to a contract already awarded and acted upon, and

if the Grievance Cell & Executive Committee is of the view that the grievance needs review for remedial action for future tenders, it would submit its recommendation to the concerned SBU/Dept. head for future tenders.

7.5 Company’s Tender Grievance Redressal Mechanism will be displayed in its

Website in the Tenders Page. 7.6 The Grievance Redressal Cell & Executive Committee will maintain a

grievance register giving details of the tender number, date of receipt of grievance letter, nature of grievance in brief, details of the decisions taken and the date of communication to the aggrieved party.

7.7 The Grievance Redressal Cell & Executive Committee will also submit a

quarterly report on the grievances handled to the Committee of Functional Directors. A copy of Yearly Report will be submitted to the Board for information.

7.8 The relevant clause of Grievance Redressal Mechanism Procedure

should be incorporated in GTC of all Tender documents along with the name and address of the Officer-designate of the Grievance Redressal Cell/ Secretary of the concerned Executive Committee, to whom the grievance letter/ Appeal should be addressed to.

8.0 Integrity Pact

Notwithstanding the GRP guidelines above, the provisions of the Integrity Pact will be applicable independently to tenders of ₹ 1 Crore & above.

Page 163: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 147 of 170

Annexure - T ADVICE FROM SUPPLIER/CONTRACTOR FOR E-PAYMENT

(ON LETTER HEAD) Hindustan Petroleum Corporation Limited (Address as applicable) Dear Sirs, The following is a confirmation/ updation of may bank details and I hereby affirm my our choice to opt for payment of amounts due to me under various contracts through electronic mode. I understand that Hindustan Petroleum Corporation Limited also reserves the right to send the payments due to me by a cheque/ demand draft/ electronics mode or through a banker. A) Supplier/Contractor Details

1. Supplier/Contractor Name

2. Supplier Contractor Code

3. Address (including Pin Code)

4. Controlling officer name/SBU: E&P

5. P.A. No.

6. E-mail ID

B) Particulars of bank Account

1. Bank Name

2. Branch Name & branch code

3. Branch Address (incl. Pin Code)

4. 9 digit MICR No. of Bank and Branch

(As appearing in the MICR Cheque issued by Bank)

(Please do not give multicity cheque book code Number)

5. Account Type (Saving/Cash Credit/Current)

6. Account Number (as appearing on cheque)

7. IFSC Code of the Branch (for RTGS)

8. IFSC Code of the Branch (for NEFT)

9. NEFT Code No.

I/we hereby declare that the particulars given above are correct and the complete and also undertake to promptly advise and changes to the above details to HPCL. If the transaction is delay or not effected for reasons of incomplete or incorrect information or banking delays. I shall not hold Hindustan Petroleum Corporation Limited responsible. I also agree for printing of the bank details on the cheque or DD if the payment is effected by cheque/DD. The charges, if any, levied by my bank shall be settled by me/us.

Page 164: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 148 of 170

Name (in capital) & signature of supplier / contractor

Authorized signatory

Date: Official rubber stamp

Note

1. Bank details (B.1 to 9) to be confirmed by the bankers. Such confirmation shall duly signed & stamped by the bankers. Supplier code, bank account number and RTGS/NEFT number required essentially.

2. Please enclosed cancelled /photocopy of a cheque

Page 165: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 149 of 170

Annexure – U

Reverse Auction – Terms & Conditions and Procedure HPCL proposes to conduct Reverse auction for the items or schedules or on overall basis as specified in the tender. Please go through the Terms & Conditions and Procedure given below and submit your acceptance to the same by signing and uploading this document along with unpriced bid.

Terms and Conditions:

1. HPCL reserves the right to carryout ‘Online Reverse Auction’ with techno-

commercially accepted bidders for determining the lowest bidder for the requirements mentioned in this tender enquiry.

2. Online reverse auction shall be conducted by HPCL on a specified date and

time. The vendors shall be participating in the reverse auction from their own offices / place of their choice. Internet connectivity shall have to be ensured by the bidders themselves. In extreme case of failure of Internet connectivity, (due to unforeseen circumstances), fax/ E- Mail communication shall have to be made immediately to Purchase Dept. HPCL may decide to extend the bidding time, at their discretion, but not as the right of the bidder.

3. Bidders are requested to confirm their willingness to participate in ‘Online Reverse

Auction’ during their bid submission by confirming compliance to the Terms & Conditions and Procedure specified herewith. Please note that non acceptance to participate in the Reverse Auction process may lead to rejection of the bid without any further evaluation.

4. HPCL will pre-decide the commercial loading, if any, on the basis of the taxes

& duties quoted by the bidder, and loading on account of commercial deviations, if any. The loading factors shall be displayed in the portal prior to the date scheduled for Reverse Auction Event.

5. As part of Reverse Auction process, the Start Bid price shall be specified by HPCL

on Reverse Auction Portal, which shall be the lowest of the price bids submitted by the bidders on the e-procurement portal i.e. ‘Bids opened for RA event’ and HPCL’s in-house estimate. Please note that such priced bid opening shall be system driven and therefore bidder’s identity vis-à-vis quoted price shall be confidential.

6. In case of overall evaluation tenders, the Reverse auction shall be conducted on the

bottom line, net delivered cost. 7. Reverse auction shall be held for a period of 60 minutes and shall be

automatically extended by a further period of 5 minutes in case of receipt of any bid during the last 5 minutes of the auction period. This process shall continue until no bids are received in the last 5 minutes of the auction. Thereafter reverse auction shall get automatically closed. This shall be an automated process.

Page 166: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 150 of 170

8. Any time extensions due to Force Majeure or unforeseen circumstance shall be

granted at the sole discretion of HPCL. 9. Order may be placed on the lowest bidder, emerging out of the reverse auction process and

HPCL’s decision on award of contract shall be final and binding on all the bidders.

10. HPCL reserves the right to further rationalize the prices with lowest bidder for

reducing the price at any time before ordering.

11. HPCL reserves the right to cancel the reverse auction after event is scheduled but

before actual event taking place or after the reverse auction has completed in case of failure or any other reason. The reasons for cancellation shall be conveyed to all vendors.

12. In cases where tender is required to be cancelled after opening of priced

bid and identification of L1 vendor and Reverse Auction was also part of tender, reasons for cancellation shall be conveyed to all vendors.

13. During Reverse Auction Process, if no bids are received within the

scheduled/rescheduled date & specified time of the reverse auction, HPCL at its discretion can scrap the reverse auction and proceed with the opening of the Electronic priced bids submitted by the bidders. In which case HPCL shall display the bidder’s identity and original rates.

14. The bid on the Reverse Auction Portal will be taken as an offer to sell. Bids

once made, cannot be cancelled / withdrawn and the bidder shall be bound to sell the material/services at the final bid price, and as per the specifications mentioned in the tender. Should the bidder back out and not make the supplies as per the rates quoted or in case the material supplied/services is not as per specifications mentioned in the tender, HPCL shall take appropriate action as per the terms & conditions mentioned in the tender.

15. At the end of the Reverse Auction, HPCL will decide the successful bidder,

basis the evaluation criteria specified in the tender. HPCL’s decision on award of Contract shall be final and binding on all the Bidders.

16. HPCL shall not have any liability to bidders for any interruption or delay in

access to the reverse auction portal irrespective of the cause. 17. The participation of vendors in the tendering process shall be construed as

acceptance to the terms & conditions and procedure for the reverse auction until and unless the contrary is explicitly mentioned in the deviation sheet.

18. In case any bidder does not accept Reverse Auction Terms & Conditions and

Procedure, HPCL reserves the right to reject the vendor at the Techno-commercial evaluation stage.

19. In case a bidder agrees for reverse auction in the un-priced bid but withdraws

acceptance any time after tender due date & time, the EMD of such bidder may be forfeited along with rejection of offer at the sole discretion of HPCL.

Page 167: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 151 of 170

20. Once Auction is started, no communication from vendor is entertained.

21. The Bidder shall not involve himself or any of his representatives in Price

manipulation of any kind directly or indirectly by communicating with other suppliers / bidders.

22. The Bidder shall not divulge either his Bids or any other exclusive details of

HPCL to any other party.

23. HPCL’s decision on award of Contract shall be final and binding on all the Bidders.

24. HPCL can decide to extend, reschedule or cancel any Auction. If any changes are

made by HPCL after the first posting and the Bidder continues to access the site after that time, it shall be presumed that the bidder has accepted the changes.

25. HPCL shall not be responsible for any damages, including damages that result from,

but are not limited to negligence. HPCL will not be held responsible for consequential damages, including but not limited to systems problems, inability to use the system, loss of electronic information etc.

Reverse Auction Procedure

1. In case HPCL decides to conduct Reverse Auction, the qualified bidders would

be communicated on the same thru E-mails about the date and time of the Reverse Auction event. The Reverse auction event shall be conducted in the HPCL e-tender portal under link “Reverse auction”.

2. Reverse Auction shall be available to Bidder only after two factor authentication.

Initially vendor will login to the site https://etender.hpcl.co.in with his Login Id and password. Thereafter they shall click on the “Reverse auction” link in the portal to view/participate in ongoing/upcoming reverse auctions.

3. Brief procedure to participate in RA:

I. Bidders may click on “Reverse Auction”, followed by click on 'password' and

Download the encrypted password.

II. Save the downloaded password and open Signing Utility, Select action as

"Decrypt Reverse Auction Password".

III. Browse the downloaded file. Select appropriate certificate and click on Decrypt Password. Copy the password and paste in "Password" field and click on Reverse Auction.

4. HPCL will display Start Bid price i.e., Bench Mark price (which shall be the

lowest of the price bids submitted by the bidders on the e-procurement portal i.e. ‘Bids opened for RA event’ and HPCL’s in-house estimate), which shall be visible to all the vendors at the start of the Reverse Auction.

Page 168: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 152 of 170

5. Identity of bidders never gets disclosed during reverse auction process

6. HPCL shall specify the minimum amount/percentage by which the bidders can

reduce their bids at a time on the Reverse Auction Portal. This amount is referred as the ‘bid decrement factor’ and shall be specified by HPCL.

7. Bidders shall start bidding from this Bench Mark Price. The bidder can bid

lower than the prevailing Lowest Bid at any time during the event by one decrement or multiples of the Bid decrement.

8. The bidder shall be able to view the following values on his screen along with

the other necessary fields in the Reverse Auction:

• Item-wise Leading Bid in the Auction (Delivered Cost)

• Bid Placed by bidder (Delivered Cost)

• Bid value contemplated by bidder before submission(Delivered Cost)

9. Bidder can reduce his bid repeatedly during the auction period 10. Bidders shall be provided information on item wise pro-rated reduction in the

rates, for guidance.

11. Deleted

12. The Closing Price(s) offered by the bidders at the conclusion of the Reverse

Auction shall be valid for a minimum period of 30 days or as mentioned in tender, from the date of conclusion of the Reverse Auction.

13. In case of Item-wise evaluation tenders, any or all items may undergo Reverse

Auction separately at the discretion of HPCL.

14. Deleted

15. In case of SOR type tenders, where vendor has quoted a single percentage plus

or minus against the offered rate, the decrement shall be applicable on the bench mark value on base of 100 (i.e. it could be 107 in case of plus 7% or 94 in case of minus 6 percent). This value shall be delivered cost i.e. inclusive of taxes and loading factor.

16. HPCL reserves right to conduct single reverse auction for multiple items with

separate decrement option.

17. Deleted

18. Successful vendor shall be required to submit the final prices digitally signed and submitted as token of acceptance without any new condition other than those

already agreed to before start of auction.

Page 169: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 153 of 170

Page 170: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 154 of 170

Annexure – V

Address of Site Representatives of HPCL

S.No Location Address

Location-in-

charge (LIC) Contact Person Contact details

1 VVSPL-

Visakha

VVSPL- Visakha:

Hindustan Petroleum

Corporation Limited:

VVSPL, Visakha

Dispatch Station, VR-

ATP area, Naval Base

Post,Visakhapatnam,

Andhra Pradesh- 530

014

Y V N

SHARMA,

DGM-VVSPL

C Pratap, Chief Manager-

Maintenance 0891-2858908

Project Office

K V Sreenivas Raju- Chief

Manager- Projects 0891-2858909

SURYANARAYANARAJU

N V - Senior Manager-

Projects

0891-2858902,

Mob-

+918885507755

Vikram Singh- Manager-

Projects

0891-2858902,

Mob-

+918881702111

Kilaru Vamsi Krishna-

Senior Project Engineer

0891-2858902,

Mob-

+919845262466

2 IPS-1

VVSPL, IPS-1:

Hindustan Petroleum

Corporation Limited

VVSPL, Intermediate

Pigging Station-1,

M.B.Patnam (V),

Nathavaram (M),

Narsipatnam (T)

Visakhapatnam

Andhra Pradesh- 531

115

Page 171: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 155 of 170

3 VVSPL-

Rajahmundry

VVSPL- Rajahmundry:

Hindustan Petroleum

Corporation Limited,

VVSPL, Rajahmundry

Booster Station,

Korukonda-

Gokavaram Highway,

Gummaladoddi

Rajahmundry

Andhra Pradesh - 533

289

BANOTHU

KRISHNA,

Manager

Operations

BANOTHU KRISHNA,

Manager Operations

0883-2496602 ,

0883-2496595

Project office -Komma

Vikas Reddy 09493568286

4 IPS-2

IPS-2:Hindustan

Petroleum Corporation

Limited

VVSPL, CP station-115/

IPS-2

Guntupalli,

Kamavarapukota, West

Godavari

Andhra Pradesh- 534

449

5 VVSPL-

Vijayawada

VVSPL- Vijayawada:

Hindustan Petroleum

Corporation Limited

VVSPL, Vijayawada

Booster Station

Kattubadipalem,

Kondapalli

Krishna District,

Vijayawada

Andhra Pradesh- 521

228

RANJAN

BHOWMICK,

Chief

manager-

Operations

RANJAN BHOWMICK,

Chief Manager-

Operations

0866-2872606

6 VVSPL-

Suryapet

VVSPL- Suryapet:

Hindustan Petroleum

Corporation Limited

VVSPL, Suryapet

Booster Station

Imam pet village,

Suryapet, Nalgonda

District

Andhra Pradesh- 508

213

P ANAND

VICTOR ,

Manager-

Operations

P ANAND VICTOR,

Manager-Operations 08684-200558

Page 172: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 156 of 170

7 SV-17

VVSPL, SV-17:

Hindustan Petroleum

Corporation Limited

VVSPL, Sectionalizing

valve station-

17Bogaram village,

Ramanapeta mandal

Nalgonda District

Telangana- 508 113

8 VVSPL-

Ghatkesar

VVSPL- Ghatkesar:

Hindustan Petroleum

Corporation Limited

VVSPL, Ghatkesar

receiving station

Ankushapur village,

Ghatkesar,Rangareddy

District

Telangana- 501 301

SURESH

KUMAR R,

Chief

Manager-

Operations

SURESH KUMAR R, Chief

Manager- Operations 040-939366689

Page 173: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 157 of 170

Annexure-X BANK GUARANTEE FOR SECURITY DEPOSIT

(On Non-Judicial stamp paper of appropriate value)

To : Hindustan Petroleum Corporation Limited (Address as applicable) IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED, a Government of India Company registered under the Companies Act, 1956, having its registered office at 17, Jamshedji Tata Road, Bombay-20 (hereinafter called "The Corporation" (which expression shall include its successor in business and assigns) having placed an order on Messers ............................ a partnership firm/sole proprietor business/a company registered under the Companies Act, 1956 having its office at .............. (hereinafter called "the supplier") (which expression shall include executors, administrators and assigns) vide order No....................... dated.............. (hereinafter called "the order" which expression shall include any amendments/alterations to "the order" issued by "the Corporation") for the supply of goods to/execution of services for "the Corporation" and "the Corporation" having agreed : a. not to insist upon immediate payment of Security Deposit for the fulfilment and

performance of the said order b. that "the supplier" shall furnish a security for the performance of "the supplier's"

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

We, .................................................... Bank having office at ............................................ (hereinafter referred to as "the Bank" which expression shall includes its successors and assigns) at the request and on behalf of "the supplier" hereby agree to pay to "the Corporation" without any demur on first demand an amount not exceeding ₹ ........... (Rupees.............................only) against any loss ordamage, costs, charges and expenses caused to or suffered by "the Corporation" by reason of non performance and fulfilment or for any breach on the part of "the supplier" of any of the terms and conditions of the said "order".

2. We, ............................. Bank further agree that “the Corporation" shall be sole judge whether the said "Supplier" has failed to perform or fulfill the said "order" in terms thereof or committed breach of any terms and conditions of "the order" and the extent of loss, damage, cost, charges and expenses suffered or incurred or would be suffered or incurred by "the Corporation" on account thereof and we waive in the favour of "the Corporation" all the rights and defences to which we as guarantors and/or "the Supplier" may be entitled to.

3. We, ................................. Bank further agree that the amount demanded by "the Corporation" as such shall be final and binding on "the Bank" as to "the Bank's” liability to pay and the amount demanded and "the Bank"undertake to pay "the Corporation" the amount so demanded on first demand and without any demur notwithstanding any dispute raised by "the Supplier" or any suit or other legal

Page 174: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 158 of 170

proceedings including arbitration pending before any court, tribunal or arbitrator relating thereto, our liability under this guarantee being absolute and unconditional.

4. We, .................................. Bank further agree with "the Corporation" that "the Corporation" shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said "order"/or to extend time of performance by "the Supplier" from time to time or to postpone for any time to time any of the powers exercisable by "the Corporation" against "the Supplier" and to forbear to enforce any of the terms and conditions relating to "the order" and we shall not be relieved from our liability by reason of any such variation or extension being granted to "the Supplier" or for any forbearance, act or ommission on the part of "the Corporation" or any indulgence by "the Corporation" to "the Supplier" or by any such matter or things whatsoever which under the law relating to sureties would but for this provision have the effect of relieving us.

5. However, it has been agreed between "the Supplier" and "the Corporation" Bank Guarantee for security deposit is Valid upto a period of 3 (Three) months beyond the expiry of the defects liability period as per the terms of the Order No. _______________ dated __________.

6. Not withstanding anything contained herein above : i. Our liability under this guarantee shall not exceed ₹ .......... ii. This Bank Guarantee shall be valid upto and including .......; and i. We are liable to pay the guarantee amount or any part thereof under this Bank

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

7. We, ........................................ Bank further undertake not to revoke this guarantee

during its currency except with the previous consent of "the Corporation" in writing.

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

9. “The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of the documents and/or the Agreement/Contract or MOU entered into between "the Supplier" and "the Bank" in this regard.

IN WITNESS WHEREOF the Bank has executed this document on this ............................. day of ...........................

For ........................ Bank (by its constituted attorney)

(Signature of a person authorised to sign on behalf of "the Bank")*

Page 175: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 159 of 170

Annexure- Y

ARBITRATION CLAUSE

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

2) The appointing authority shall nominate an officer/ retired officer of Hindustan

Petroleum Corporation Limited (referred to as owner or HPCL) or a retired officer of any other Government Company in the Oil Sector of the rank of Chief Manager & above or any retired officer of the Central Government not below the rank of a Director to the Govt. of India, to act as the Sole Arbitrator to adjudicate the disputes and differences between the parties. The contractor/vendor shall not be entitled to raise any objection to the appointment of such person as the Sole Arbitrator on the ground that the said person is/was an officer (employee) and/or shareholder of the owner, another Govt. Company or the Central Government or that he/she has to deal or had dealt with the matter to which the contract relates.

3) In the event of the Arbitrator to whom the matter is referred to, does not accept

the appointment, or is unable or unwilling to act or resigns or vacates his office for any reasons whatsoever, the Appointing Authority, shall nominate another person as aforesaid, to act as the Sole Arbitrator.

4) Such another person nominated as the Sole Arbitrator shall be entitled to

proceed with the arbitration from the stage at which it was left by his predecessor.

5) It is expressly agreed between the parties that no person other than the Appointing Authority or a person nominated by the Appointing Authority as aforesaid, shall act as an Arbitrator. The failure on the part of the Appointing Authority to make an appointment on time shall only give rise to a right to a Contractor to get such an appointment made and not to have any other person appointed as the Sole Arbitrator.

6) The Award of the Sole Arbitrator shall be final and binding on the parties to the

contract The work under the Contract shall however, unless suspended by the Owner, continue during the Arbitration proceedings and no payment due or payable to the concerned party shall be withheld (except to the extent disputed) on account of initiation, commencement or pendency of such proceedings.

Page 176: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 160 of 170

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

8) The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the Parties unless the Sole Arbitrator otherwise directs in his award with reasons. The

lumpsum fees of the Arbitrator shall be ₹ 70,000/- per case for transportation contracts and ₹1,00,000/- for engineering contracts. Reasonable actual expenses for stenographer, etc. will be reimbursed. Fees shall be paid stage wise i.e. 25% on acceptance, 25% on completion of pleadings/documentation, and balance 50% on completion of arguments and receipt of award by the parties.

9) Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act,

1996 or any statutory modification or re-enactment thereof and the rules made thereunder, shall apply to the Arbitration proceedings under this Clause.

10) The Contract shall be governed by and constructed according to the laws in force in

India. The parties hereby submit to the exclusive jurisdiction of the Courts situated at (say Mumbai*) for all purposes. The Arbitration shall be held at a place convenient to both parties and failing an agreement, the Arbitrator shall decide the venue. The Arbitration shall be conducted in English language.

11) The Appointing Authority is the Functional Director** of Hindustan Petroleum Corporation

Limited.

(Note:- * = Delete the bracketed portions after mentioning the correct place. )

** Procurement Authorities may mention, the proper designation whether Director-Marketing or Director-Refineries.

Page 177: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 161 of 170

Annexure- Z

DETAILS OF P.F. REGISTRATION TDS / Tan / ESIC

Bidder to furnish details of Provident Fund/TDS/Tan/ESIC Registration:

PF REGISTRATION NO. :

DISTRICT & STATE/ DETAILS :

We hereby confirm that the above PF/tds/Tan/ESIC Account is under operation presently and shall be used for all PF/TDS/Tan/ESIC related activities for the labor engaged by us in the present work (if awarded to us).

(SIGNATURE OF BIDDER)

Page 178: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 162 of 170

Annexure- AA

DETAILS OF PLANT AND EQUIPMENT OWNED BY BIDDER AND AVAILABLE FOR IMMEDIATE DEPLOYMENT & LIST OF EQUIPEMENTS, TOOLS & TACKLES PROPOSED TO BE DEPLOYED FOR RESPECTIVE JOBS TO BE SUBMITTED IN THE FOLLOWING FORMAT. – DELETED

Page 179: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 163 of 170

Annexure- AB

DETAILS OF PROPOSED HEAD OFFICE AND SITE ORGANIZATION –DELETED

Page 180: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 164 of 170

Annexure- AC

LIST OF TECHNICAL STAFF - DELETED

Page 181: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 165 of 170

Annexure- AD

DETAILS OF MEASURING & TESTING EQUIPMENT AVAILABLE WITH BIDDER FOR USE ON THIS WORK – DELETED

Page 182: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 166 of 170

Annexure- AE

COMMERCIAL QUESTIONNAIRE NOTE: The Commercial Questionnaire has been posted online only for e-tender.

Page 183: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 167 of 170

Annexure- AF

CHECK LIST FOR SUBMISSION OF BID

(COMMERCIAL PART)

Bidders are requested to submit the checklist duly filled-in along with original and each copy of “Unpriced bid”. This check list will facilitate the bidder to ensure that the necessary data/ information as called for in the bidding document has been submitted by them along with their offer. This, however, does not relieve the bidder of his responsibilities to make sure that his offer is otherwise complete in all respects:

Please confirm compliance and submission of documents by marking tick ( )

S. N0. DESCRIPTION COMPLIED/

SUBMITTED

1.0 Techno-commercial part of the bid with all the details have been submitted

Yes/No

2.0 Following details have been submitted in the Unpriced part:

i)

ii)

Covering letter

Power of Attorney in favour of the person who has signed the bid on stamp paper of appropriate value.

Yes/No

Yes/No

iii) Bid Security/ Earnest Money Deposit (EMD) as per the

Proforma enclosed with General Terms and Conditions for Works Contract.

EMD complies requirement of Yes/No

a) Speci f ied Bank Yes/No

b) A m o u n t Yes/No

c) V a l i d i t y Yes/No

iv)

Specific Experience as called for in "Qualification Criteria" of Notice Inviting Tender along with Annexure- AC of Chapter-9 – DELETED

Yes/No

v) Details of experience on works of similar nature executed during the last seven years as per Annexure-Q of Chapter-9

duly filled in all the columns against “Yes under column titled “Complied/Submitted”: Yes/No

Page 184: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 168 of 170

S. N0. DESCRIPTION COMPLIED/

SUBMITTED

Vi) List of plants & equipments proposed to be deployed as per Annexure-AA of Chapter-9 – DELETED

Yes/No

vii) Site Organization Chart proposed as per Annexure-AB of Chapter-9 - DELETED

Yes/No

Viii) Annual turnover Statement as per Annexure -L of Chapter -9 Yes/No

ix) Compliance to Bid Requirement as per Annexure-R of Chapter -9

Yes/No

x) Reply to commercial questionnaire as per Annexure- AE

to ITB.

Yes/No

Xi)

xii)

Details of PF/TDS/Tan/ESIC Registration No. as per Annexure- Z to Chapter-9.

Fresh solvency certificate from your Bankers Date of Issue of this certificate should not be earlier than one year from the due date of opening of Techno-Commercial part.

a) Certif icate date

Yes/No

Yes/No

b) From (Name of Bank)

xiii) Organization Details:

a) In case of a proprietorship firm, the name and address of proprietor, and certified copy of "Certificate of Registration of firm".

b) In case Bidder is a partnership firm, certified copy of the partnership deed.

c) In case of company (whether private or public), certified copy of the `Certificate of Incorporation' together with certified Memorandum/Articles of Association.

Yes/No

Yes/No

Yes/No

xiv) Schedule of construction in the form of Bar Chart/Pert Chart- DELETED

Yes/No

xv) QA/QC Program relevant to this work Yes/No

xvi) HSE Program relevant to this work Yes/No

3.0 Confirm that proper page nos. have been given in sequential way in all the documents submitted along with your offer with Index. DELETED

Yes/No

Page 185: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 169 of 170

4.0 Original copy of Bidding Document and its Addendum (if any), duly signed & stamped on each page by authorized bid signatory.

Yes/No

5.0 Price bid is submitted on-line

Yes/No

6.0 Confirm that any cutting/overwriting in the "PRICE-PART" has been signed in full and stamped. - DELETED

Yes/No

SIGNATURE OF BIDDER :

NAME OF BIDDER :

COMPANY SEAL :

Page 186: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-PP-ITT-0047 170 of 170

Chapter - 10

1. CONTRACTOR HSE MANAGEMENT PLAN

Document No: 14495-00-HS-PLN-0001

2. TECHNICAL

(SCOPE OF WORKS No.: 14495-00-CI-SOW-

0005)

Page 187: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-HS-PLN-0001 Rev : A Page 1 of 83

VVSPL CAPACITY AUGMENTATION PROJECT

Contractor HSE Management Plan

Project No: 403102-14495

Document No: 14495-00-HS-PLN-0001

16-Feb-17

I-Think Lodha Techno Campus, 5

th Floor, Tower B,

Pokhran Road No. 2 Thane (West) – 400607 Tel: +91 2266515700 Fax: +91 2267818000

© Copyright 2017 WorleyParsons

Page 188: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 189: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 3 of 83

CONTENTS

1 INTRODUCTION ................................................................................................................ 6

1.1 Purpose and Scope ............................................................................................................ 6

2 EVALUATION, ALIGNMENT AND LEADERSHIP ............................................................. 8

2.1 Evaluation of Contractor HSE ............................................................................................ 8

2.2 HSE Alignment and Leadership ......................................................................................... 9

3 PLANNING AND GOVERNANCE .................................................................................... 11

3.1 HSE Planning and Readiness .......................................................................................... 11

3.2 Change Management ....................................................................................................... 15

3.3 Governance and Assurance ............................................................................................. 16

3.4 Analysis and Performance Reporting .............................................................................. 17

3.5 Lessons Learned .............................................................................................................. 18

4 SUBCONTRACTORS AND SUPPLY CHAIN .................................................................. 19

4.1 Subcontractor HSE Selection........................................................................................... 19

4.2 Subcontractor HSE Planning and Readiness .................................................................. 20

4.3 Subcontractor HSE Management .................................................................................... 21

4.4 Procurement and Suppliers .............................................................................................. 21

5 HSE COMPETENCY AND TRAINING ............................................................................. 23

5.1 Safety Critical Positions ................................................................................................... 23

5.2 Short Term Service Employees ....................................................................................... 24

6 COMMUNICATIONS AND ENGAGEMENT ..................................................................... 25

6.1 Behavioral Based Safety - Serious about Zero (SAZ) ..................................................... 25

6.2 Employee Assistance Program (EAP) ............................................................................. 26

7 INCIDENT AND NEAR MISS NOTIFICATION AND INVESTIGATION ........................... 27

8 MINIMUM HSE STANDARDS AND FIELD PRACTICES ................................................ 28

8.1 Site Establishment and Access ........................................................................................ 28

8.2 Blasting and Use of Explosives ........................................................................................ 31

Page 190: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 4 of 83

8.3 Communicable Diseases ................................................................................................. 32

8.4 Confined Spaces .............................................................................................................. 33

8.5 Control of Work ................................................................................................................ 34

8.6 Decommissioning and Demolition .................................................................................... 36

8.7 Drilling and Piling ............................................................................................................. 37

8.8 Earthworks ....................................................................................................................... 38

8.9 Electrical ........................................................................................................................... 39

8.10 Environment Licensing and Controls ........................................................................... 41

8.11 Ergonomics .................................................................................................................. 42

8.12 Excavation .................................................................................................................... 42

8.13 Fall Prevention ............................................................................................................. 43

8.14 Fitness for Work ........................................................................................................... 44

8.15 Hand and Power Tools ................................................................................................. 45

8.16 Hazard and Risk Field Based Tools ............................................................................. 46

8.17 Hazardous Substances and Dangerous Goods ........................................................... 48

8.18 Health Surveillance ...................................................................................................... 50

8.19 Health Promotion.......................................................................................................... 50

8.20 First Aid and Medical Treatment .................................................................................. 51

8.21 Injury/Illness Management ........................................................................................... 51

8.22 Lifting and Rigging........................................................................................................ 51

8.23 Lone and Remote Work ............................................................................................... 53

8.24 Mobile Plant and Mechanized Equipment .................................................................... 53

8.25 Performance Testing, Commissioning and Start-up .................................................... 56

8.26 Personal Protective and Lifesaving Equipment ........................................................... 57

8.27 Safe Work Conditions .................................................................................................. 58

8.28 Scaffold, Stairways and Ladders .................................................................................. 60

8.29 Simultaneous Operations/Activities.............................................................................. 60

Page 191: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 5 of 83

8.30 Transport ...................................................................................................................... 62

8.31 Underground ................................................................................................................ 63

8.32 Waste Management ..................................................................................................... 64

8.33 Welding and Cutting ..................................................................................................... 65

8.34 Golden rules for reducing risks. ................................................................................... 66

8.35 SHE Passport – A Good practice guide. ...................................................................... 68

APPENDIX 1 - APPENDIX 1RELEVANT LEGISLATIVE AND AUTHORITY LICENSE CONDITIONS

APPENDIX 2- CONTRACTOR MOBILIZATION HSE TASK CHECKLIST

APPENDIX 3- APPENDIX 3CONTRACTOR HSE LEADING AND LAGGING KEY PERFORMANCE

INDICATORS

Page 192: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 6 of 83

1 INTRODUCTION

Achieving successful HSE outcomes across our business is fundamental to WorleyParsons. Poor HSE

outcomes are unacceptable, and a major cost and risk to our people, our communities and our reputation. In

order to successfully achieve our vision of zero harm, it is necessary that we clearly outline our minimum

standards for operating.

This document aligns with the WorleyParsons framework and HSE standards, and provides an outline of the

key expectations and minimum requirements of our contractors and their subcontractors.

1.1 Purpose and Scope

The purpose of this HSE Specification is to describe the minimum HSE requirements to contractors for the

project. It outlines the expectations and provides the framework for achieving zero harm to people and

assets zero environmental incidents. Contractors and their subcontractors must adhere to these

Specifications and resource and budget accordingly.

1.1.1 Scope

This specification is applicable to the work that contractors and their subcontractors are engaged to provide

under WorleyParsons managed projects. It applies to the project at all contractor and subcontractor

worksites unless specified otherwise.

This specification will be subject to review and applicability in relation to any project/ contract work sites

where WorleyParsons does not have day to day responsibility for HSE.

This specification does not attempt to identify every policy, process, procedure or work practice to be

implemented for the safe execution of the work. This specification only identifies the most critical

requirements for each health, safety and environment discipline topic.

Each contractor and its subcontractors are responsible to identify and comply with all HSE legislation

applicable to its scope of work.

The commitments made by contractors in compliance with the Contractor HSE Specification applicable

requirements and other plans, processes and procedures must be costed and built into the contractor’s

proposal. This is to be documented adequately to satisfy WorleyParsons management that suitable and

sufficient provision for HSE resources and processes (including subcontractor) has been made during the

proposal.

Contractors are accountable for the HSE performance and compliance of all subcontractors they engage.

Contractors are therefore required to ensure appropriate selection, management, control and budgetary

processes are in place and implemented throughout the project. Subcontractors under the control of

Page 193: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 7 of 83

contractors are required to work to all HSE requirements stipulated within this document as applicable to the

scope of works.

A list of Minimum Applicable Legislation, Country Standards and Codes of Practice has been

provided in Appendix 1.

.

Page 194: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 8 of 83

2 EVALUATION, ALIGNMENT AND LEADERSHIP

WorleyParsons expects dedication to the health and safety of people and property and the protection of the

environment from its contractors and their subcontractors. WorleyParsons acknowledges clear description of

critical HSE requirements is fundamental to consistently achieving successful project HSE outcomes.

WorleyParsons requires contractors and subcontractors under their responsibility to adopt, implement and

enforce practices and behaviors necessary for the safe and environmentally responsible performance of the

contract scope of works.

Each contractor’s executive management team must embrace and role model the project HSE values,

beliefs and responsibilities within their scope. WorleyParsons strongly believes that to achieve a strong HSE

culture within any organization, it must be led from an aligned and well prepared executive and senior

management team. A collaborative approach with our contractors will also promote internal learning and

development for both parties in further improving HSE performance.

Leadership communication and collaboration between WorleyParsons and contractor executive and project

management will occur early to align expectations, define roles, responsibilities and assess the HSE culture.

This process will involve considerable time commitments by contractor executive and project management

up front and throughout the various stages of the project to ensure alignment of expectations is maintained.

The initial alignment sessions will provide the basis for the development of the risk based contractor HSE

program, tailored to the outcomes from the HSE evaluation.

2.1 Evaluation of Contractor HSE

WorleyParsons evaluates the HSE capability and competence of contractor organizations to ensure their

ability to meet minimum HSE standards and deliver successful project HSE outcomes. Typically evaluation

starts with prequalification, however in cases where contractors have already been appointed evaluation is

focused on identifying any gaps the contractor may need to address prior to commencement of works.

2.1.1 HSE Prequalif ication and Evaluation

Contractors will be assessed for their alignment to WorleyParsons and project HSE objectives, and their

ability to meet minimum HSE standards. Typically this will be done through prequalification and may involve

desktop review of contractor documentation, statistics, references, site visits and interviews of key

personnel. Contractors must in turn prequalify their subcontractors.

Regardless of whether HSE prequalification is undertaken by WorleyParsons, all contractors working under

the management of WorleyParsons are evaluated to determine their ability to deliver zero harm outcomes.

Any identified areas of weakness are addressed within a tailored management strategy for the contractor.

Page 195: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 9 of 83

2.2 HSE Alignment and Leadership

When project leadership takes personal accountability for HSE it leads to successful HSE outcomes. This is

underpinned by corporate leadership prioritizing HSE, both within WorleyParsons and within our contractor

organizations. In recognition of this, and in order to best set up our projects and our contractors to succeed a

series of alignment workshops are run, initially with contractor executive and project leadership and later with

the entire contractor and subcontractor workforce.

2.2.1 HSE Leadership and Recognition

WorleyParsons expects from contractor executive their full commitment to a strong and proactive culture.

WorleyParsons requires contractor executive management to adopt, implement and enforce rules and

practices necessary for the safe and environmentally responsible performance of the contract scope of

works. The contractor executive management team must be the first to embrace and be the role model for

the project HSE values, beliefs and responsibilities within their scope. Leadership communication and

collaboration between WorleyParsons and contractor executive and project management will occur early to

align expectations and define responsibilities.

Contractor executive shall ensure overall responsibility to provide a safe workplace during the term of the

contract. In meeting this commitment contractor executive shall ensure:

• The contractor HSE Policy is in place, articulated to the whole workforce and reviewed annually;

• Consultation and engagement with personnel and subcontractors to ensure project alignment is

conducted regularly;

• HSE compliance and resource provisions are clearly outlined in project budgets covering personnel

and subcontractors;

• Frequent monitoring of HSE performance and regulatory compliance is conducted and appropriate

action taken where required; and

• Contractor executive are visible role models in HSE performance.

2.2.1.1 V ISIBLE HSE LEADERSHIP

Contractors must develop their own HSE leadership program outlining and defining visible HSE leadership

activities which should include personal HSE Key Performance Indicators, site visit programs, engagement

with personnel, participation in behavioral based programs such as Serious About Zero (SAZ), response to

incidents, stewarding the implementation of improvement initiatives, action plans to improve HSE

performance and celebrating success (recognition). It must be clear in the program who from outside of the

immediate project team is participating.

Additionally, it must be outlined how contractor corporate/ executive management is to engage, and be

visible to their crews working on the project. Contractor HSE programs must incorporate any subcontractors

as applicable.

Page 196: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 10 of 83

2.2.1.2 RECOGNITION PROGRAMS

Contractors must develop and implement an HSE recognition program for the duration of work. The

recognition program shall focus primarily on leading HSE indicators, HSE behaviors and actions by teams

and individuals. The program shall be tailored to achieve the established objectives and desired outcomes

that give due consideration to the local culture, norms and values.

Contractors shall describe the structured means that it will utilize which serves as the basis for determining

recognition, active line management and worker/subcontractor participation and achievement of

performance indicators.

Page 197: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 11 of 83

3 PLANNING AND GOVERNANCE

3.1 HSE Planning and Readiness

Project specific pre and post mobilization deliverables, tasks and activities must be established and

documented for the contractor scope of works, and must as a minimum meet the requirements outlined in

this document. Any contractual, legislative or project specific HSE requirements must be identified and

addressed during planning, along with minimum site setup HSE requirements, including medical and

security arrangements. Contractor HSE budgeting, resourcing and delegations must be confirmed adequate

in line with the requirements of this document.

Formal review that all HSE requirements have been successfully met is undertaken during the readiness

review (described further below).

3.1.1 HSE Risk Assessment

It is a requirement to conduct a scope specific HSE risk assessment to detail the HSE risks, controls and

mitigating action plans for the contractor and subcontractor scope with WorleyParsons construction and HSE

personnel as an input to contractor planning. Controls must be identified for all extreme and high risks and

incorporated into HSE planning and programs.

The contractor will also be expected to participate in an overall project HSE risk assessment.

The WorleyParsons Risk Management Process is based on International Standard ISO 31000, “Risk

Management- Principles and guidelines”. The use of an alternate process by the contractor needs to be

endorsed by WorleyParsons. The WorleyParsons process concentrates on a qualitative assessment of risks

and the development by the contractor of a Risk Register and Action Plan to manage and control identified

risks

The contractor shall describe and implement a systematic and structured hazard and risk management

process to identify, assess and manage HSE risks to As Low As Reasonably Practicable (ALARP)

throughout all stages of the project (i.e. execution planning, pre/post mobilization through to worksite

execution) associated with its scope. The contractor shall describe how its hazard and risk management

process is integrated into all key discipline activities (i.e. engineering, procurement, construction,

maintenance and pre-commissioning) associated with its scope.

The contractor shall ensure their risk assessment processes conducted (and resulting risk register)

incorporate the subcontractor activities and together are integrated to any overarching project risk

assessment process conducted by the WorleyParsons project team. The contractor will be required to

participate in any project overarching risk assessment process and shall ensure appropriate resources, time

and budget is allowed for follow up of issues which arise during the process. Based on the HSE risk

Page 198: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 12 of 83

assessment outcomes, the contractor shall identify specific HSE programs/initiatives needed that are not

already covered by the WorleyParsons project program.

These may include but not limited to identify programs/initiatives around:

• High risk activities

• Physical, chemical and other hazards

• Medical surveillance requirements

• Construction environmental impact

• Project security

• Emergency action and response

• Special training requirements

High and extreme HSE risks may require notification to the Project HSE Manager and status reporting at

project reviews. The risk register and progress on action plans shall be an integral component of the project

readiness reviews.

3.1.2 HSE Planning

The Contractor Mobilization HSE Task Checklist contained in Appendix 1 outlines the requirements to be

addressed during planning which cumulatively build up the HSE program. The progress of the HSE program

should be tracked within an HSE s-curve.

The contractor shall prepare and submit to WorleyParsons for review and approval a Project Health, Safety

and Environment Management Plan outlining how the contractor shall manage HSE, address any extreme

or high risks identified in the Risk Assessment, and make clear all HSE procedures, forms and other control

documents that will be used on the project.

On projects where non-WorleyParsons, or hybrid, systems are adopted by the contractor, Bridging Plans will

be required to provide a comparison of each system element to demonstrate that the WorleyParsons

minimum standards have been achieved. This includes projects where the contractor requires the use of

their HSE management systems.

3.1.2.1 REGULATION

The contractor shall always remain in compliance with its obligations as required under local/state/federal

legislation governing the conduct of their work on the project. The contractor is required to identify and

familiarize with applicable statutory acts, regulations and codes applicable to the scope. The

contractor shall identify and familiarize with statutory licensing and or permit requirements and maintain

currency with the applicable licenses and or permits for the duration of the project.

The project scope of work may require compliance with applicable industry, customer specific codes of

practice and/or accreditation schemes. The contractor shall identify and maintain compliance and

Page 199: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 13 of 83

accreditation with these as applicable to the scope of works and throughout the term of the project where

required.

The contractor may be required to establish liaison protocols and communication with the regulators. A

register of HSE compliance shall be maintained by the contractor and be incorporated with HSE KPI’s

reporting at applicable performance review meetings.

3.1.2.2 HSE POLICIES

The HSE Plan shall include current copies of the contractor Health, Safety and Environmental Policy and all

other related policies as appendices.

The HSE Plan shall include a statement confirming that the Policy statement shall be made available to all

customer, WorleyParsons, contractor and subcontractor personnel and shall be explained as part of their

HSE induction and periodically reviewed by the contractor management for project compliance and

alignment to WorleyParsons HSE requirements.

3.1.2.3 CONTRACTOR HEALT H SAFETY AND ENVIRONMENT MANAGEMENT PLAN

In accordance with the general requirements defined within this document, the contractor shall prepare and

submit a Project Health, Safety and Environment Management Plan to WorleyParsons for review and

approval after Contract Award. The contractor Project Health, Safety and Environment Management Plan

shall describe how the contractor will manage project health, safety and environmental considerations

across all its work sites. The contractor shall ensure adequate budget is allocated for the delivery of the HSE

Plan.

The contractor may utilize a Project Health, Safety and Environment Management Plan structure that aligns

with the contractor internal current management system requirements and which is known and understood

within its organization. The contractor shall develop and include a compliance matrix which demonstrates

the linkage between WorleyParsons Health, Safety and Environment requirements as defined within the

Contract to the relevant sections of the contractor Health, Safety and Environment Management Plan as an

attachment.

Where requested the contractor shall develop a specific Environmental Management Plan that describes its

arrangements (i.e. processes, procedures and work practices) for managing environmental issues and

associated risks in accordance with all applicable licenses, permits and approval conditions issued by the

applicable regulator.

The Health and Safety Management Plan must address:

• Contract conditions and requirements;

• HSE roles of key parties, and the HSE responsibilities and levels of authority of key project persons;

• Outcomes of the risk assessment (with emphasis on extreme and high risks and control mitigation

measures);

Page 200: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 14 of 83

• Evaluation outcomes of contractor/ sub-contractor experience and HSE performance where

relevant;

• Outline of the reporting system (leading, lagging key performance indications (KPI’s), incidents,

reward and recognition);

• Outline of the project HSE leadership program, including KPIs and incorporating the HSE alignment

strategy with integration of alignment activities;

• Identification of the legislative, regulatory and other requirements governing HSE matters on the

project and escalation of breaches or material risks;

• Align and reference the HSE methods, processes and tools to be used during the project; and

• Competency, induction and training requirements

For projects with field execution, HSE planning must also

• Take account of site establishment (i.e. input to camp/ accommodation layout, medical, hygiene,

messing, waste, traffic management, site security, environmental management);

• Site HSE rules;

• Emergency response plans;

• Remote sites; and

• Demobilisation

The contractor shall ensure their HSE Plan is integrated to any overarching project HSE Management Plan

as implemented by the WorleyParsons project team.

3.1.2.4 HSE ORGANIZAT ION AND RESOURCES

A risk based resource allocation process shall be used by the contractor to define the roles, responsibilities

and composition for the organization. This process shall be reflective of the required management control

measures to be implemented as identified outcomes from the contractor risk assessments.

In defining the contractor organization composition the level of risk based resourcing and supervision shall

include consideration of the following:

• Type of work to be undertaken;

• The overall level of risk within the scope of works;

• Competency requirements of roles;

• Numbers of personnel engaged overall within the project;

• Cultural and language barriers; and level of HSE sophistication within contractor and subcontractor

organizations

In establishing the risk based resource allocation the contractor shall ensure:

• The contractor HSE Plan clearly defines roles and responsibilities for the implementation of HSE

arrangements (i.e. processes, procedures, key activities, etc.);

Page 201: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 15 of 83

• Roles and Responsibilities shall be provided for all contractor key project management and

supervision (i.e. Project Manager, Relevant Discipline Managers and Line Supervision) through to

worker level personnel; and

• Roles and responsibilities shall be included for contractor corporate or other management positions

that contribute whether full time or part time to the project HSE management for services under the

contract.

The contractor shall define the structured method of how roles and responsibilities are formally

communicated to their personnel.

A copy of and/or reference to a HSE organization chart shall be included as an appendage to the contractor

HSE Plan. The contractor shall provide the names and CV’s of proposed HSE professionals, project team

managers and supervisors who will be engaged on the project for review and approval by WorleyParsons

prior to commencing.

3.1.3 Readiness Reviews

The project will undertake a review of the contractor preparedness prior to their mobilization, and again post

mobilization to determine readiness for field execution works. These reviews are undertaken to ensure that

the required contractor HSE planning, preparation and resourcing is in place, and will include the contractor

project HSE program and agreed pre/post mobilization HSE deliverables. Reviews will be tailored to the

contractor scope of work (including subcontractor activities), HSE risk and outcomes from evaluation and

alignment workshops, and the contractor HSE Strategy, (an outcome from the maturity evaluation which will

tie back to the evaluation of strengths and weaknesses), with the emphasis on improvement measures

undertaken to identified weaknesses.

Typically readiness reviews occur in two parts: a review of the contractor preparedness prior to their

mobilization, and again post mobilization to determine readiness for field execution works.

Should the contractor be found to be underprepared pre mobilization, the contractor must provide to

WorleyParsons a proposal from their executive management defining how the identified gaps will be rectified

and by when. If a post mobilization readiness review finds that the contractor is not ready, then field work

cannot commence by the contractor without the written permission from WorleyParsons.

The Contractor Mobilization HSE Task Checklist contained in Appendix 1 will be used in assessing the

contractor status in relation to the pre and post mobilization readiness review processes.

3.2 Change Management

Effective change management is crucial to effective project delivery. All project related temporary and

permanent changes to personnel, systems, procedures, equipment, technology, products and materials,

physical environment and legislation shall be identified and managed by the contractor to ensure HSE risks

arising from these changes remain at an acceptable level.

Page 202: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 16 of 83

Change management procedures shall be established by the contractor including risk identification,

assessment, the development of control measures and recording and tracking of any change which has the

potential to affect the health and safety of people or the environment.

The risk assessment of a change is appropriate to the nature of the change and the exposure associated

with it. The risks and impacts arising from changes are communicated to relevant stakeholders, monitored

and managed; and personnel impacted are appropriately trained.

The contractor process for managing changes shall address the authority for approval of changes,

compliance with all relevant regulations, applicable standards and permits, licence or authority requirements,

documentation (including reasons for the changes), deadlines and training requirements. Records for all

change management activity are retained

Contractor systems shall ensure change management actions have been completed, their intended

outcomes validated, relevant systems and documentation, (including drawings) updated and any unintended

risks identified and managed.

The original project scope and duration for temporary changes shall not exceed original authorisation without

formal WorleyParsons review and approval.

3.3 Governance and Assurance

Ongoing alignment sessions will be held between WorleyParsons and the contactor in maintaining a clear

view of the project HSE deliverables. The contractor HSE program s-curve is a key control document for

tracking the progress of HSE activities and milestones and will be used along with agreed leading and

lagging performance indicators to evaluate the contractor’s progress.

3.3.1 Assurance (audits and actions)

WorleyParsons will undertake HSE assessments (audits) for the contractor engaged on WorleyParsons

managed projects. Assessments on projects with a field execution component will include evaluation of key

field practices and tools such as the hazard identification process, Serious About Zero conversations, reward

and recognition, job starts, pre-task talks, step back and JHA. Assessment of the effectiveness of key HSE

management, reporting and leadership processes will also be appraised. The WorleyParsons assurance

program will include peer reviews, and may be integrated with other functions such as quality and security

(R3).

WorleyParsons will conduct annual HSE assessments or at a greater frequency as determined by

WorleyParsons depending upon the scope activities and Health and Safety performance of Contractor.

Outcomes from assurance activity will be communicated to Project Management, and as applicable the

contractor project and executive management.

It is expected in turn that the contractor develop and deploy a project assurance plan and schedule to

undertake self-assessment, and assessment of subcontractor HSE performance. The contractor shall define

Page 203: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 17 of 83

the types, frequency, location and assessor of the various HSE assessments to be conducted during the

execution of the work. Key focus areas will be those defined ‘high risk’ activities as determined from the risk

assessments undertaken and on HSE performance incurred during the project.

In the development of the contractor assessment plan, the following must be considered:

• WorleyParsons and contractor shall participate in jointly held HSE assessments;

• The contractor shall conduct HSE assessments on a minimum quarterly basis;

• Each HSE assessment shall include a Terms of Reference that details objectives, scope,

boundaries, timing methodology, facilitator roles, reporting, etc.;

• A kick off meeting with key the contractor personnel prior to commencement;

• A debrief meeting upon completion to communicate preliminary findings, observations and

suggestions;

• A written report that describes the findings, observations and Corrective / Improvement Actions;

• All corrective / improvement actions to entered into the AIM database, or other agreed project action

tracking database to monitor status of action close out;

• The contractor shall take responsibility to verify the effectiveness of actions taken in the field; and

• The contractor to share the results of HSE assessments with WorleyParsons.

3.3.2 Inspections and Monitoring

A program of Health, Safety and Environmental site inspections shall be established, implemented and

maintained by the contractor. The program of inspections shall cumulatively address all significant hazards /

environmental aspects and their associated controls.

The frequency and specific nature of each inspection shall be appropriate to the nature of the workplace and

the hazards and environmental aspects associated with the scope of works. All inspections shall be led by

an appropriate member of the contractor line management, with others in attendance as necessary.

All inspections shall be documented in a form that is appropriate to the needs of the workplace. It is

recommended that inspections are conducted using a checklist as an aide to those conducting the

inspections of focus areas / topics. Actions arising from inspections are to be entered into AIM, or other

agreed project action tracking database and stewarded by the appropriate level of contractor management

and actions are closed out in a timely manner.

The contractor shall be prepared to discuss the results at the progress meeting with WorleyParsons.

3.4 Analysis and Performance Reporting

Contractors shall measure, assimilate and report leading and lagging indicator performance applicable to the

scope of works and level of risk. The indicators shall be incorporated within the contractor HSE Plan

together with the outline of the project reporting requirements.

In establishing and reporting HSE performance the contractor shall:

Page 204: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 18 of 83

• Apply any overarching project targets and indicators;

• Set aggressive yet attainable targets for leading HSE performance indicators applicable to their

scope of work;

• Evaluate HSE performance indicators trends against the established targets on a monthly basis as a

minimum;

• Utilize the HSE s-curve to track progress of key HSE activities and milestones;

• Develop and steward structured action plans to address performance indicator trends which are not

meeting established targets;

• Communicate performance indicator trends, emerging themes and risks associated with upcoming

work tasks to WorleyParsons and its contractor personnel on a monthly basis as a minimum; and

• Submit hours worked and HSE performance reporting in accordance with any timeframes and

templates provided by WorleyParsons.

3.5 Lessons Learned

3.5.1 Shared Learnings

Contractors shall conduct a project level lessons learnt workshop post contract award to capture lessons

learnt and best practices from previous projects and apply them into their HSE planning process.

WorleyParsons shall participate at its sole discretion.

Contractors shall capture, evaluate and apply lessons learnt and best practices identified throughout the

execution of the work. The capture of learnings is expected to be predominately from inspections, HSE

assessments, near miss reporting and incident investigations.

The sharing of lessons learnt may be conducted through frequent site communication / toolbox meetings or

alerts.

Page 205: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 19 of 83

4 SUBCONTRACTORS AND SUPPLY CHAIN

The contractor is accountable for the HSE performance and compliance of all subcontractors engaged by

the contractor. The contractor is required to ensure appropriate selection, management, control and

budgetary processes are in place and implemented throughout the project.

Subcontractors under the control of the contractor are required to work to all HSE requirements stipulated

within this document as applicable to the scope of works.

4.1 Subcontractor HSE Selection

The contractor shall utilize a systematic process for the evaluation and selection of subcontractors engaged

by the contractor to provide services and HSE capability for the execution of the work. This process may

require a desktop prequalification and follow up with site visits and interviews.

4.1.1 Evaluation

The contractor shall provide to WorleyParsons the process used in the subcontractor screening and

evaluation in assessing the subcontractors capability and capacity to perform the scope of works safely. This

process should include but not limited capturing the subcontractor technical capabilities and experience,

relevant qualifications and licenses, HSE management systems, HSE performance, supporting processes

and applicable insurances.

The Areas requiring improvement shall be identified and a subcontractor management strategy shall be

implemented by the contractor in addressing potential gaps.

4.1.2 Contract

Contract conditions between the contractor and subcontractor must clearly state the HSE processes and

performance outcomes of the project. At all times, the contractor shall be accountable for subcontractor

compliance and performance with the requirements of this specification.

4.1.3 Al ignment and Engagement

HSE alignment is required with all subcontractors. Interface requirements must be defined and agreed by

the contractor and subcontractor. The contractor shall either include subcontractors within their alignment

workshops, or conduct specific alignment workshops with their subcontractors through the initial phases of

the project and ongoing throughout the term of the project in maintaining a clear view of HSE deliverables

and expectations by subcontractors.

The contractor and subcontractor frontline supervisors must participate in an engagement program, and

undertake training specific to their duties on the project. This engagement program will specifically address

what personal commitment and action is expected of the contractor and subcontractor individuals. Activities

Page 206: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 20 of 83

and methods to rollout the alignment program to subcontractor must be defined in the contractor project

plans.

4.2 Subcontractor HSE Planning and Readiness

Project specific pre and post mobilization deliverables must be established for subcontractor scope of works

and communicated to the subcontractor.

4.2.1 Risk Assessment

The contractor shall ensure subcontractor risk assessment processes conducted (and resulting risk register)

are integrated to any overarching project risk assessment process conducted by the contractor and

WorleyParsons project teams.

4.2.2 Health Safety and Environment Management Plan

The contractor HSE Plan shall describe how subcontractors engaged will integrate project health, safety and

environmental considerations across all its work sites. Subcontractors may utilize a Project Health, Safety

and Environment Management Plan structure that aligns with the contractor

4.2.3 Resourcing and Budget

The risk based resource allocation process shall be used by the contractor to define the roles,

responsibilities and composition for the organization shall include subcontractor scope of works.

The contractor shall ensure that sufficient budgeting provision has been included for compliance

requirements covering the subcontractor scope of work. Budget provisions shall ensure the HSE

requirements associated with leadership, alignment, planning, and execution and field practices are

included.

4.2.4 Subcontractor Readiness Review

The contractor must undertake a review of the subcontractor preparedness prior to their mobilization, and

again post mobilization to determine readiness for field execution works. The readiness review process of

the subcontractor shall be integrated with the overall the contractor readiness review conducted with

WorleyParsons. Readiness reviews are to include the subcontractor project HSE plans, program and HSE

deliverables.

Approval to proceed will align with the approval of the WorleyParsons project team processes. Where the

subcontractor is found to be underprepared in either of the readiness review processes, the contractor will

be held accountable to remedy any compliance gaps prior to commencement of any field work by the

subcontractor.

Page 207: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 21 of 83

4.3 Subcontractor HSE Management

Subcontractor management includes the evaluation, monitoring, and control processes to address HSE

considerations throughout the subcontracting process for subcontractors engaged by the contractor to

provide services for the execution of the work.

The contractor must have in place appropriate formal systems, procedures and safe practices for the

management and control of subcontractor, including without limitation:

• Integration of subcontractors into the activities and processes included in the contractor HSE Plan;

• Active and continuous oversight of subcontractors to verify safe work practices are employed and

they are complying with the HSE contract requirements and applicable HSE Plans;

• A systematic approach for managing subcontractor non-compliance with HSE contract requirements

and applicable HSE Plans;

• Active monitoring of subcontractor HSE performance indicators, and integration of them into

contractor overall HSE performance indicators for the work;

• Details of qualifications/certificates of competency and competency assessments approved for all

personnel required to commence works;

• Training programs developed and subcontractor personnel undertake applicable training;

• Structured forums for providing periodic feedback to subcontractors senior management regarding

their HSE performance; and

• The contractor shall summarize its subcontractor management process within the contractor HSE

Plan.

4.4 Procurement and Suppliers

The contractor shall ensure that the planning, design and procurement of new sites, plant and equipment

takes into account known and projected HSE aspects and risks, and considers provisions for maintenance,

modification, decommissioning, disposal and closure. The contractor is required to provide to

WorleyParsons, information on the risk assessment performed and the identified hazards associated with

equipment and products prior to their delivery or commencement of work.

The contractor ensures that the health, safety and environmental requirements related to equipment and

materials are specified to suppliers prior to purchase and compliance with these requirements are verified

prior to, or upon, delivery. Where required, appropriate health and safety documentation (e.g. SDS's) is be

provided by the supplier.

The procurement and supply of plant and equipment shall ensure no short or long term adverse

consequence to people and the environment. Procured plant and equipment shall not contain the

following:

• Ozone depleting substances, e.g. PCB’s – poly chlorinated biphenyls

• Asbestos

• Lead based paints

Page 208: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 22 of 83

Technical standards for design, construction and commissioning (including any modifications) of procured

and supplied plant and equipment shall ensure compliance with health, safety and environmental legislation,

relevant industry codes and standards.

WorleyParsons supports the core conventions of the International Labour Organisation’s 1998 ‘Declaration

on Fundamental Principles and Rights at Work’. The procurement and supply processes of plant and

equipment and associated activities by the contractor and their suppliers shall ensure they have strong

governance and visibility across the total supply chain. This governance and visibility shall confirm

compliance and responsibility of the contractor and their suppliers with human and labour rights practices

and the protection of the natural environment.

Page 209: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 23 of 83

5 HSE COMPETENCY AND TRAINING

The contractor is responsible for the selection, screening, training and verifying the competence of its

personnel, including subcontractors. The contractor shall conduct a competency assessment that covers all

aspects of their scope of work. Competency requirements shall be detailed in Position Descriptions. A

training need analysis matched with the competency requirements shall form the Contractor Training

Strategy and Training Matrix for the scope of work. The Contractor Training Strategy and Training Matrix

shall identify the target audiences and the timeframe for each package/module (including refresher training)

to be delivered. This information shall be included as an attachment to the contractor HSE Plan and be

subject to periodic review.

All project personnel must undergo orientation / induction (industry, project and site). The contractor shall

also ensure that orientation and familiarization with equipment and safe working procedures is carried out for

new personnel or personnel using equipment or undertaking duties that they are unfamiliar with.

The contractor shall utilize qualified, and when required by WorleyParsons, Accredited HSE Training

Professionals to conduct training. The contractor shall also develop and implement in-house training

packages that cover various HSE topics associated with the work. The contractor training packages shall

have a process to verify knowledge, understanding and/or competency of individual personnel.

The contractor shall provide copies of the various training packages to be implemented for the work to

WorleyParsons for review and acceptance.

The contractor must ensure all qualifications, licenses; certificates and employment history are included in

individual profiles. Dates for refresher training shall also be included on individual profiles. The contractor

shall keep site records summarizing all competencies and qualifications of its personnel.

WorleyParsons reserves the right to mandate project specific training to all people working on the project.

This training may be specific to field based tools, work practices, or in relation to an identified high risk.

5.1 Safety Critical Positions

It is incumbent on the contractor to evaluate the competency of all nominated personnel employed in safety

critical positions prior to commencement on site. The WorleyParsons project team will plan to conduct ad

hoc evaluations post commencement on site. If it is deemed an individual does not meet the required

competency it will be the responsibility of the contractor to train/re-train the person to meet the required

standards set down in the defined task specific competency requirements.

Safety Critical Positions:

• Must have clearly defined HSE position requirements established and documented (position

descriptions);

• Are subject to random and post incident drug and alcohol testing where permissible legally;

Page 210: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 24 of 83

• Are required to undertake pre-employment medicals to project defined criteria; and

• Are subject to dismissal for first offences.

Defined safety critical positions in the field as a minimum include:

• Those in a role managing field work (i.e. tram leaders, supervisors, managers etc.)

• Heavy equipment operators, includes crane and elevated work platform operators

• Riggers, Dogman

• Scaffolders

• Electricians

• Permit issuers

• Confined space watchers

• Flagman

• Designated passenger vehicle drivers

5.1.1 Supervisors and Frontline Managers

Supervisors and Frontline Managers must receive training in HSE leadership, supervising teams and

addressing unsafe work practices. They must have participated in Alignment Workshops as outlined in

section 2.2.1 of this document.

5.2 Short Term Service Employees

The short term service employee (STSE) process provides for the identification of inexperienced personnel

so that the contractor will 1) provide additional oversight 2) provide additional assistance and 3) implement

additional controls and/or restrictions for activities performed, as deemed appropriate.

The criteria to be applied by the contractor to determine a STSE is as follows:

• Length of employment shall be no greater than 1 year

• Length of service within industry shall be no greater than 2 years

The contractor shall ensure appropriate processes are in place to manage risks identified with STSA and

report the average ratio of STSE relative to total number of personnel at the work site to WorleyParsons on a

monthly basis.

The contractor shall develop and submit to WorleyParsons for review and approval a written mitigation plan

when the established STSE threshold exceeds a 1:15 ratio or when the performance of STSE is negatively

impacting HSE performance.

Page 211: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 25 of 83

6 COMMUNICATIONS AND ENGAGEMENT

The contractor shall develop and implement structured methods to communicate and engage with its

workforce regarding various workplaces HSE issues associated with the work. The contractor shall define

within the HSE Plan its various communication methods (both internal and external). As a minimum, the

following meetings shall be included:

• Pre-Mobilization HSE Kick off meeting (on site)

• Job Start / Daily Pre-Start meetings (Each shift change)

• Weekly Toolbox meetings

• Weekly Progress Meeting

• Weekly HSE Walkthrough

• Quarterly Contractor HSE Committee Meeting

A Contractor HSE Committee with representatives from management, field workforce and subcontractors

shall be established under an agreed terms of reference. Contractor HSE Committee meetings shall be held

on a minimum monthly basis.

The contractor shall develop and implement a series of structured HSE campaigns in order to educate and

raise awareness regarding the risks associated with their scope of work and the control measures in place.

Campaigns are expected to focus on identified actions from the contractor HSE Strategy. The HSE

campaigns shall form part of the contractor continuous improvement. The contractor shall develop and

submit a schedule of HSE campaigns for the life of the Project after contract award.

There shall be at least one HSE notice board at each contractor site. The notice board shall be displayed in

a prominent position at the site, including information in multiple languages as applicable, and be maintained

by the contractor HSE department. The HSE Policy and map of evacuation muster points shall be visible on

the notice board. Recommended documents to be displayed on notice board include:

• Internal HSE alerts;

• External HSE alerts;

• HSE campaign information and initiatives;

• Issue resolution process;

• How to report hazards, near misses and incidents;

• Future training courses (if provided); and

• Emergency numbers

6.1 Behavioral Based Safety - Serious about Zero (SAZ)

Serious about Zero conversations are the WorleyParsons initiated behavior based conversation process

performed by trained observers (WorleyParsons and/or Contractor Managers, Supervisors, HSE Advisors

and / or Workers) who periodically engage in HSE conversations with personnel whilst they carry out a job

Page 212: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 26 of 83

task. The objective of SAZ is to positively reinforce safe behaviors and to change at-risk behavior through

constructive feedback.

Contractors shall adopt and implement the WorleyParsons Serious About Zero (SAZ) conversation program,

or agreed equivalent. If contractors wish to submit an alternative behavior based conversation program for

WorleyParsons review and approval, the program shall meet the following minimum requirements:

• The level of implementation (i.e. who within the Contractor project organization performs behavioral

based observations) is defined;

• The behavior based conversation process shall include both observation and conversation

components, regardless of the level of implementation;

• Provides a structured training program for the workforce;

• Provides structured guidelines which describe the methodology for performing conversations;

• Promotes systematic resolution to address at-risk behavior trends on a weekly basis (e.g. at – risk

behaviors are actioned via pre-start shift meetings, toolbox meetings, specific training, etc.); and

• Trend Analysis data should be submitted to WorleyParsons Project HSE Manager.

6.2 Employee Assistance Program (EAP)

Employee Assistance Programs (EAP) and Peer Support programs provide an avenue for intervention,

which aims to minimize the impact of work and personal issues on the individual’s fitness for work. It can

also assist in reducing occupational stress and conflict levels. The contractor shall provide an EAP service

for their personnel and subcontractors.

Page 213: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 27 of 83

7 INCIDENT AND NEAR MISS NOTIFICATION AND INVESTIGATION

When a Contractor incident or near miss occurs immediate action shall be taken by the contractor to make

the workplace safe. The contractor shall report all near misses and incidents to WorleyParsons immediately.

The contractor shall record the incident or near miss into the AIM database on projects where they have

direct access, or shall otherwise submit an initial incident summary within 24 hours post incident to

WorleyParsons. A final report within 5 working days to WorleyParsons unless otherwise agreed.

A Root Cause Analysis (RCA) investigation will be undertaken for defined HSE incidents and near misses as

directed by the WorleyParsons. The contractor shall be required to provide full participation in any

investigation and attend Incident Review Board (IRB) meeting/s where requested to attend.

Contractor related actions arising from investigations shall be entered into the AIM database, or other

agreed project action tracking database, and closed out within the nominated timeframe. Timely completion

of actions shall form part of the Contractor HSE Performance Evaluation by WorleyParsons.

Contractor incidents that involved damage to the environment and/or assets may require contractor action(s)

to return the workplace or other place / facility to the state that it was in prior to the incident. Claims for

environmental remediation and/or asset repair replacement will be made on the contractor to make good

such action(s)

Page 214: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 28 of 83

8 MINIMUM HSE STANDARDS AND FIELD PRACTICES

The contractor is expected to have systems, processes, procedures and forms in place applicable to their

scope of work. The contractor is accountable for ensuing that any contractor or subcontractor processes and

practices that will be applied on the project comply with the minimum standards outlined in this specification.

Any exceptions to the requirements in this specification must be formally requested in writing by the

contractor, and must be formally approved by the WorleyParsons Project Manager ahead of any field work

commencing.

8.1 Site Establishment and Access

For projects with field execution requiring site establishment, the Contractor shall take into account the

following:

A survey of the site is carried out before work commences on site with consideration of the following:

• Location of the site. (Is/Was the surrounding area of a high security risk which may include

remaining ordinance, land mines?)

• Conditions on site and surrounds. (What was the site usage prior that may have unseen existing

hazards, heritage significance, contamination)

• Access to the site.

• Drainage of the site and other environmental factors.

• Ground conditions (wet weather conditions, marshy conditions, ground movements).

• Services available (water, sewers, electricity, gas, telephones, etc.).

• Disposal sites for excess soil or rubbish.

• Security on site (access security, security of materials delivered, etc.).

• Medical facilities and services as determined by a Health Risk Assessment

• Accommodation requirements.

Before work commences on site any parties who will be affected by the works are notified of the intention to

commence work.

Structures which cannot or shall not be removed for the duration of the works and which may be affected by

the works (i.e. buildings, trees, overhead cables) are protected to avoid accidental damage.

Boundaries are established and once set out they are treated in accordance with the contract to make the

works safe and secure. Fencing with lockable gates are provided in every case where possible.

All amenities on site are established including:

• Office facilities

• Welfare facilities (accommodation, camp kitchens, etc.)

• Workshops and storage for materials, tools, plant etc.

Page 215: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 29 of 83

• Medical facilities and response services

• Training centers

Once established depending upon location and nature of the contract, the boundary security of the

compound, offices, plant etc. necessary security arrangements implemented to protect against theft and

vandalism.

Services (e.g. water, gas, and electricity, waste) to the site are provided as soon as practicable.

Arrangements are made to regularly clean and maintain all offices and welfare facilities

Site clearance activities as a component of the site establishment also takes into account any license

requirements.

8.1.1 Emergency Response Management

The Contractor shall develop and implement structured processes for the planning and management of

emergency events in order to minimize the potential impacts to people, the environment, property and

reputation.

The Contractor shall develop a Project Emergency Response Plan which shall be submitted to

WorleyParsons for review and approval after contract award. The Contractor Project Emergency Response

Plan shall interface with the respective WorleyParsons Project Emergency Response Plan.

Minimum risk scenarios to be addressed include:

• Personal injury and illness that constitutes being a medical emergency;

• Environmental spill or release;

• Property damage;

• Security breaches;

• Fire/explosion; and

• Significant weather related event

The contractor shall summarize its project emergency response arrangements within the Contractor HSE

Plan. The contractor shall be appropriately resourced (i.e. relevant manning and equipment) to undertake

and manage emergency rescues for their own emergency situations that may be associated to their scope of

work i.e. working at height, confined space etc.

8.1.2 Severe Weather / Adverse Natural Event Conditions

In preparation of the local operating environment and possible severe weather and/or adverse natural

events, the contractor may be required to develop a Project Severe Weather / Natural Disaster Response

Plan in accordance with overarching Response Plans. The Plan shall address areas of likelihood including

but not limited to a high winds, cyclone/hurricane/typhoon, tornado, lightning, heavy rains, flood, dust storm,

bushfire, earthquake, and tsunami.

Page 216: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 30 of 83

The plan shall manage the safety of contractor personnel when the project shuts down in response to an

approaching event where sufficient notification is provided. Contractor personnel and subcontractor

personnel shall be trained in the appropriate precautions and responses in the event of severe weather

occurring.

As part of the plan the contractor shall outline how they intend to address the issue that all materials, plant,

equipment and items in their work areas should be able to be adequately secured and in a state of readiness

during the event so when an alert is issued, all abovementioned items can be confirmed as secure.

8.1.3 Fire Risk Management

The contractor shall have in place a system to determine and implement adequate fire prevention and

suppression provisions, including the location/placement of provisions and firefighting support required to

protect the contractor scope of works.

Such a system shall comply with legislative requirements and manufacturer’s specification. In addition to the

fire prevention/suppression provisions the system shall ensure:

• Training and competency of the contractor personnel required to operate provisions;

• Contractor personnel aware of safe means of site evacuation and regular evacuation drills

conducted;

• Availability where required of 3rd party resources to respond to fire emergency situations;

• All such equipment and supplies shall be provided, replenished and maintained by competent

person(s);

• Hot work performed in designated areas and under hot work permit; and

• Smoking prohibited where fire hazards exist.

8.1.4 Site Access

8.1.4.1 INDUCTION – CONTRACTOR PERSONNEL

All contractor personnel (including temporary and permanent transfers) to any will be required to undergo a

work location specific induction, introduced by a member of the work location senior management team prior

to site access.

The site specific content of the induction shall be identified during the development of the project and prior to

commencement at site and documented in brief in checklist format.

Subcontractors engaged by the contractor and engaged for a one-off job (e.g. crane mechanic during a

repair or maintenance of a crane) will be required to undergo an abridged site specific induction and will be

required to be escorted by a nominated inducted person while on the site.

The HSE induction training is valid for the duration of the contract for work onsite. All contractor personnel

may be required to undergo an HSE induction refresher when the site is under commissioning control.

Page 217: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 31 of 83

8.1.4.2 V ISITORS

All contractor visitors to site shall initially report to the security office/ reception where they will sign in and

the person they are visiting is informed. Site management can deny visitor access if an appropriate host

cannot be contacted. The contractor is responsible for advising of all visitors prior to the visitor’s arrival.

Contractor visitors must undergo an escorted visitor’s induction after which security/ reception will hand them

over to their host. The escorted visitor’s induction and validity processes shall be developed by the

contractor in consultation with WorleyParsons to reflect local safety and operating requirements.

The contractor is responsible for vendor administration and communication associated with meeting these

requirements, which must be complete prior to an individual gaining access to the site for work. The

contractor is responsible for their personnel behavior at accommodation facilities and will demonstrate

accountability should there be any reported incidents or events of inappropriate or unacceptable behavior.

.

8.2 Blasting and Use of Explosives

8.2.1 Abrasive Blasting

All contactor abrasive blasting work must be subject to a WorleyParsons approved work permit (hot work,

confined space etc.). Pressure blast vessels shall be manufactured in accordance with and an approved

Boiler and Pressure Vessel code.

The contractor engaged in abrasive blasting operations is to establish a blasting enclosure of a design and

at a location approved by WorleyParsons. Blasting in work areas shall be fully enclosed and where dust may

enter other work areas, dust extraction and filters will be put in place by the contractor.

Garnet shall be used as the blasting media unless specified otherwise. Garnet used shall ensure limit free

silica generated by the operations. Blasting medium shall be fully removed (either manually or vacuumed)

from work areas daily and scaffold platforms prior to being dismantled. Blasting medium shall not be allowed

to enter the marine environment.

All air hoses and associated connections / coupling used shall be manufactured by an internationally

reputable proprietor (e.g. Atlas Copco, Ingersoll Rand) which comply with a recognized international

standard. The contractor shall establish a safe and efficient means of discharging static electricity from the

blast nozzle when dry blasting and sufficient supply of water when executing wet blasting operations. The

blast nozzle shall be of a dead-man’s handle type, and be equipped with an operating valve that must open

manually and cannot be tied to prevent automatic cut off

Machines, hoses respirators and other applicable safety and operational equipment shall be inspected in

accordance with a schedule and all inspections shall be documented. Testing and repairs shall be

undertaken by qualified personnel only

Page 218: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 32 of 83

Carbon monoxide monitoring alarm system shall be in place – activated to statutory levels or 10ppm as a

minimum

8.2.2 Explosive Blasting Operations

The contractor shall submit a Blast Management Plan to identify the processes and manage all risks

associated with drilling and use of explosives in blasting within the scope of works. The plan shall include all

safe working procedures for the security, supply, and storage, on site transport, use, handling, security and

disposal of explosives.

The contractor shall permit only authorized and qualified persons to handle and use explosives. All

equipment used in the drilling and blasting operations shall be regularly inspected and maintained and

certified.

8.2.2.1 DRILLING

The contractor is to monitor dust levels and implement appropriate corrective actions when necessary during

drilling operations. Drilling noise shall be minimized by the use of down hole hammer machines wherever

practicable. Exclusion Zones and Signage shall be placed around drilling operations where noise levels

exceed 85dBA

8.2.2.2 BLASTING

The contractor shall provide all licenses for transportation, storage and use of explosives to WorleyParsons

prior to bringing any explosives on to client premises. Personnel authorized to prepare explosive charges or

conduct blasting operations shall use every reasonable precaution including, but not limited to, visual and

audible warning signals, flags, or barricades, to ensure personnel safety. Insofar as possible, blasting

operations above ground shall be conducted between sunup and sundown.

8.3 Communicable Diseases

The contractor shall have a system in place to identify, assess and control activities which may place

personnel at risk of acquiring a communicable disease during the course of their work. The controls

identified by the system shall be adequate to protect personnel from communicable diseases.

The contractor system shall be inclusive of and not limited to:

• The provision of appropriate information and instruction to contractor personnel at risk of acquiring a

communicable disease during the course of their work;

• The provision of appropriate medical services including first aid, immunization, counselling and

medical follow up for potential exposures;

• The development and promotion of relevant safe working practices to minimize exposure to blood

borne pathogens;

Page 219: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 33 of 83

• Reporting and investigating incidents which place personnel at risk of acquiring a communicable

disease; and

• Regular review of the system in place for identifying, assessing and controlling communicable

diseases

8.4 Confined Spaces

WorleyParsons classifies any entry to a confined space as high risk and defines a confined space as an

enclosed or partially-enclosed space which:

• Is at atmospheric pressure during occupancy;

• Is not intended or designed primarily as a place of work;

• May have restricted means of entry and exit, and may:

o Have an atmosphere which contains harmful levels of components

o Not have a safe oxygen content

o Cause engulfment

Site activities including construction, commissioning, and maintenance and decommissioning may require

works in defined confined space areas including but not limited to:

• Storage tanks, process vessels, boilers, pressure vessels, silos and other tank-like compartments,

internal structural compartments; and

• Pipes, sewers, shafts, ducts, trenches, excavations and similar.

The contractor shall have a detailed process in place for works requiring confined space entry. The process

shall include but not be limited to the:

• Identity of confined spaces;

• Permits;

• Hazard assessment;

• Personnel competency and training;

• Operational execution of works and precautions;

• Safety equipment; and

• Emergency response.

A register of confined spaces shall be maintained for each site and regularly updated. Notices shall be

placed at each confined space identified on the register, stating that a permit is required for entry. The

requirement for notices shall also apply to temporary confined spaces such as trenches.

All entry into confined spaces will be subject to a WorleyParsons approved confined space entry work

permit. A confined space entry permit shall only be authorized by person(s) certified by WorleyParsons to

generate a confined space entry permit.

All contractor personnel conducting work in relation to confined spaces (including Standby Person) must

have received training in accordance with WorleyParsons recognized standards. Only competent contractor

Page 220: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 34 of 83

personnel can enter a confined space. The contractor shall maintain a register of competent persons and

training undertaken.

A Confined Space Risk Assessment shall be undertaken prior to any entry to a confined space. The

completed risk assessment shall be attached to the Confined Space Entry Permit. Openings for entry to and

exit from the confined space shall be of adequate size to permit rescue of all persons who may enter the

confined space. Those persons involved in an emergency response shall be made aware of the conditions

and the number of persons in the confined space

The contractor must provide their own gas testing / monitoring and calibration equipment in addition to

providing their own confined space rescue capability. All equipment provided by the contractor shall be

inspected and tested in accordance with a schedule to ensure fit for purpose and all inspections shall be

documented. Testing and repairs shall be undertaken by qualified personnel only.

8.5 Control of Work

8.5.1 Isolation and Lock Out

The contractor shall have in place a procedure to manage isolations including, at minimum, requirements

for:

• Identification of the equipment to be isolated;

• Approval to work from equipment owner;

• Confirmation that effectiveness of isolation can be proven;

• Isolation of the equipment using Safety Lock and Danger Tag; and

• Testing that the equipment is isolated.

The procedure shall include managing isolations for stored mechanical energy and hazardous substances.

As a minimum the requirements shall include equipment under pressure of vacuum, pneumatic and

hydraulic drives, moving parts and hazardous materials within the system.

The procedure shall include managing isolations from electrical energy. The procedure shall require that

after an isolation and prior to any work commencing, testing for "dead" shall be carried out by a competent

person using test lamps or test sticks; and test lamps or test sticks shall be supplied to local or internationally

recognized Standards, and checked before and after ‘testing for dead’ to ensure they are functioning

correctly.

The procedure shall include the identification of which pieces of equipment are isolated by a specific isolator.

Labels shall be used for this purpose. They shall be permanently attached on or adjacent to the means of

isolation and the equipment to be isolated. Labels shall not be attached to items that may be removed, e.g.

motor or coupling guards.

The procedure shall include managing de-isolations including, at minimum, requirements for: assurance that

all personnel are clear and cannot be injured, removal of the isolation lock and tag, restoration of energy

Page 221: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 35 of 83

source (de-isolate), a second check again that personnel are clear, test operation of equipment, and

handover of equipment control back to the owner.

Isolations shall only be undertaken by trained and competent contractor persons.

8.5.2 Permit to Work

The contractor shall have a system in place where work categories requiring a permit to work (permit) shall

be defined for each site, group of sites, or project as appropriate, based on the risks involved. Work requiring

a permit shall be defined after considering factors such as work type, work location, complexity of the job,

environmental conditions and the types of potential hazards. The permit to work system shall address all the

hazards identified by experience, history, and the hazard register(s) developed during risk assessments of

operations at the site or sites. It shall provide specific controls for work where regulatory and / or customer

requirements exist and will provide specific controls where indicated by industry best practice (for example,

all confined space entry is controlled by a specific permit).

The contractor shall nominate and document the Permit Authorities and their responsibilities. There shall be

nominated contractor personnel to manage the permit to work system. The contractor personnel assigned to

designated permit roles will be trained in the permit to work system, its operation and shall be competent in

their specific roles in its operation.

Each contractor work location will have a system for the approval of works to be conducted. The work

location shall also designate who is authorized to give approval. WorleyParsons, as a minimum expects the

following work types to be covered by a permit to work:

• Simultaneous operations;

• Confined space entry;

• Hot work in a hazardous environment;

• Work in hazardous atmospheres (asbestos, silica dust, H2S, etc.);

• Excavation;

• Explosives use;

• High voltage / high energy access;

• Radioactive substances use;

The contractor shall develop and implement a documented work permit process. The Permit to Work

document shall specify:

• Work nature and scope;

• Equipment isolation and preparation for work;

• Personal protection; and

• Checks, responsibilities and approvals

The operational requirement of the permit system is required to include:

Page 222: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 36 of 83

• Permit display and distribution (completed and approved permit to be held by permit holder and

displayed at location);

• Permit lifespan (shall not permit work permits to remain current beyond a reasonable work interval);

• Permit handling on completion of work (declaration work is complete and site clean and in a safe

condition);

• Permit handling on failure to complete work (communication of the work status);

• Permit retention for completed work (as required by law or three months, whichever period is longer)

NOTE: The customer or project may require the contractor to follow the customer or project permit to

work system.

8.6 Decommissioning and Demolition

8.6.1 Decommissioning

All planned contractor decommissioning activities/projects shall require a risk assessment to assist with

hazard identification, and risk control identification, prior to the work commencing. The assessment shall

include, but not be limited to:

• State of knowledge of what is to be decommissioned;

• Current condition of item/s including contents of vessels / pipes / other hollow items;

• Complexity of decommissioning operations;

• Hazards to personnel working at site;

• Hazards to adjacent property or the public (including public facilities and infrastructure);

• Simultaneous operations within the site or at adjacent sites;

• Health hazards due to toxic or other wastes generated by the decommissioning operations

• Wastes or potential discharges that constitute an environmental discharge that must meet all

statutory and WorleyParsons requirements;

• Electrical energy; and

• Potential energy such as contained pressure

A site audit shall be conducted by the contractor to identify potentially hazardous substances, and a register

of hazardous materials anticipated during decommissioning operations shall be kept at the site. A Site

Decommissioning Risk Management Plan shall be written by the contractor to support the planned

operations, and shall include work controls as appropriate to the associated hazards and be approved by a

designated authority. The plan shall include removal of hazardous materials to the extent practicable before

decommissioning begins such as by purging, gravity drainage, replacement with inert fluid etc.

A check shall be made of regulatory requirements associated with the decommissioning plans to ensure that

all requirements have been satisfied prior to commencement of operations.

Page 223: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 37 of 83

Prior to commencing decommissioning work, a physical inspection shall be completed by the contractor.

This is particularly important to confirm plant or equipment readiness for decommissioning. The inspection

should check for:

• Structural condition including degradation, materials of construction and potential weaknesses;

• Physical and controls interface with items that are not to be decommissioned

• Confined spaces inventory;

• “Interim hazards” that can exist (e.g. fluids to be removed, unexpected contents, etc.);

• Confirm location and marking of hazardous sites such as contaminated areas; and

• Confirm location, type and status of overhead hazards (power lines, lighting towers, etc.).

Documentation shall be generated that records the final decommissioned status of all items especially where

this status may represent hazards to later demolition operations. This documentation shall be complete prior

to commencement of planning for demolition

8.6.2 Demolit ion

All contractor planned demolition shall require a risk assessment to assist with hazard identification, and risk

control identification, prior to the work commencing. The contractor shall ensure all legal and regulatory

requirements associated with the demolition are in place and title, permits and approvals have been satisfied

prior to commencing demolition.

Prior to the commencement of demolition, a site audit shall be conducted by the contractor to identify

potentially hazardous substances, and a register of hazardous materials anticipated during demolition

operations shall be kept at the site. The plan shall include removal where practicable before demolition

begins

A Site Demolition Risk Management Plan shall be written by the contractor to support the planned demolition

operations, and shall include work controls as appropriate to the associated hazards and be approved by a

designated authority where required.

An authorized, documented execution plan shall be developed and communicated to all Supervisors and

contractors. It shall include site clean-up operations. The execution plan shall link to the Risk Management

Plan and include requirements for daily / shift planning meetings.

8.7 Dril l ing and Piling

Contractor personnel involved with drilling operations shall monitor dust levels and implement appropriate

corrective actions when necessary during drilling operations. Drilling noise is minimized by the use of down

hole hammer machines wherever practicable. The Contractor shall ensure exclusion zones and signage is

placed around drilling operations where noise levels exceed 85dBA.

Refer also Hand and Power Tool section.

Page 224: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 38 of 83

8.7.1 Piling

The contractor shall ensure safe operational and maintenance procedures are in place for any piling

activities conducted within the project. These procedures incorporate processes on pile driving and

extraction, correct selection of plant and equipment, works on or over water, use of sheet piles and work

platforms, ramps and berms.

Procedures shall be in place by the contractor to manage health, safety and environmental hazards from

support equipment including: trailer mounted concrete pumps; concrete holding drums, concrete hoses, air

compressors, vibrating hammers, bentonite plants, concrete skips and tremie equipment. All piling

operations equipment shall have current inspection records that meet statutory requirements where present.

8.8 Earthworks

8.8.1 Land Clearing

Vegetation clearing within the contractor scope of works, will occur in accordance with licensed approvals

and WorleyParsons approval. Prior to any proposed clearing activities, WorleyParsons written approval

must be given as the area may be preserved as a unique habitat area, or a cultural heritage area or other

sensitive place. The contractor is required to carry out a risk assessment for the proposed clearing activity.

All disturbed areas are required to be formed into stabilized slopes no greater than 1 in 3, batters,

embankments, stockpiles, and bare areas.

8.8.2 Topsoil Preservation

Where possible, topsoil (if any) will be removed from beneath building sites, roads and other excavated sites

prior to construction. This material will be preserved in piles, and will be recycled for rehabilitation and re-

vegetation landscaping activities.

Short term stockpiles will be located in a position approved by WorleyParsons usually near to the source of

the soil, that is, along roads and adjacent to cleared pads. All soil stockpiles will be protected from erosion

by means of drainage ditches, berms, coverings and or other methods. Stockpiles will have final slopes no

greater than 1 in 3

8.8.3 Erosion control

The contractor (if it is within the scope of work) will keep erosion control devices in working condition; will

maintain sediment retention basins and all other sediment control structures. The conditions with erosion

potential will be minimized at the source area by grading and providing drainage to cleared areas as soon as

possible after their creation. Where indicated by WorleyParsons, graded areas will control sediment runoff by

incorporating appropriate final slopes and berms with culverts into their design.

Page 225: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 39 of 83

8.8.4 Surface Storm Water Controls – Minimizing & Avoiding Local Water

Pollution

The aim of existing storm water controls is to eliminate the pollution of local natural waterways. The types of

water produced by the contractor on site have been classified into three groups:

• Group 1: Contaminated water containing miscible and non-miscible oils, i.e. Oily water, Continuous

Oil Contaminated (COC) will be directed to the Waste Water Treatment Plant (WWTP), or if

sufficient oil quantity and quality occurs will be contained and recycled.

• Group 2: Site surface waters that may or may not be polluted are directed to a first flush basin and to

Effluent Treatment Plant (ETP) if contaminated.

• Group 3: Natural unpolluted rain water – directed via sedimentation ponds to the drainage channel

for discharge to the sea, inland waterway or land.

8.8.5 Dust Control

The contractor shall have in place dust suppression and control measures for dust generated on the project

site as a result of undertaking the scope of works. Dust impact shall be managed and controlled to satisfy all

local and national regulatory requirements. Work procedures should be designed or redesigned to minimize

the production and dispersion of dust.

In deciding the method of controlling dust hazards the contractor will consider;

• The use of fume/dust extractor and filtration systems where possible, such as in workshops for

power tools, spray painting etc.

• Vacuuming dust from areas where cutting processes take place.

• Use of dust suppressants, such as water for large roadwork activities in the form of water carts or

integrated into plant.

Dust will be controlled with fresh water sprays, treated effluent water or by the application of WorleyParsons-

approved dust suppressants. Sea water will not be used as a dust control spray on the road or for

compaction activities. The frequency of water application will be controlled by the contractor meeting

specific maximum dust measurements as required by Environmental Approvals, with the goal of no dust

going beyond the boundary of the work area.

Monitoring and review processes shall be undertaken by the contractor to assess the current controls and

effectiveness and implement corrective action where required.

8.9 Electrical

All installations, and work performed on installations by the contractor, shall meet the requirements of

relevant statutory regulatory authorities. The hazards and risks from the use, installation, repair;

maintenance and testing of electrical equipment and systems (including high voltage) shall be assessed by

the contractor.

Page 226: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 40 of 83

Only competent and licensed contractor personnel shall work on electrical equipment and systems

applicable to the scope of works. The contractor shall have a procedure in place to ensure this competency

is maintained (annually at minimum), and recorded formally

A formal preventative maintenance and testing system shall be in place to ensure that all contractor

electrical equipment and power supplies are maintained and in a serviceable condition. A procedure shall be

in place to ensure regular examination of equipment and supplies (minimum three (3) months). A register

shall be maintained by the contractor of all electrical equipment used within the scope of works, the

preventative maintenance undertaken on this equipment and results of regular compliance testing.

All tested equipment shall be durably and legibly tagged with the following information:

• Plant or item number;

• Date of inspection/test;

• Next due test date;

• Electrician’s certificate number; and

• Tester’s signature.

The contractor electrical equipment shall only be used by trained and competent persons

When electrical equipment including hired equipment is tested and found to be unsatisfactory, it shall be

withdrawn from service immediately and have a warning tag attached to it warning against further use.

Equipment shall not be returned to service until it has been repaired and retested by a licensed electrician.

8.9.1 High Voltage

Work near high voltage equipment shall be avoided where possible. The contractor shall put in place

controls to eliminate or minimize the risks to personnel where work on HV equipment is necessary. High

Voltage Regulatory and International Standard requirements pertinent to a region shall be identified,

documented, maintained and communicated. The contractor shall have in place a procedure to ensure all

high voltage equipment and systems have current inspection and maintenance records and only competent

and authorized personnel shall work with high voltage equipment or near high voltage equipment.

The contractor shall ensure a minimum of two persons when working on high voltage equipment inside a

high voltage substation, such as applying portable grounds (earths) or carrying out works under an Electrical

Access Permit. Where the substation contains high voltage equipment with exposed live parts, a person

shall be posted as a Safety Observer. The role of the Safety Observer shall be documented.

8.9.2 Overhead Power Lines

Where the need to work near or under overhead power-lines is unavoidable, the contractor shall ensure

controls are in place to eliminate or minimize the risks to personnel.

A documented risk assessment shall be carried out before any work commences in consultation with all

relevant parties involved in the work. A procedure shall be in place to define the requirements and

Page 227: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 41 of 83

responsibilities of personnel operating mobile equipment, in or adjacent to the vicinity of overhead power

lines. A procedure shall be in place to manage inadvertent contact with power lines to ensure safe recovery

of personnel and equipment.

8.9.3 Ground Fault Circuit Interrupters (Earth Leakage Circuit Breakers)

The Contractor shall ensure that ground fault circuit interrupters (also known as an earth leakage circuit

breaker or residual current device), be installed in order to reduce the severity of electric shock to personnel

and to provide protection for electrical equipment.

Ground fault protection at the following levels as a minimum shall be required on the following underground

installations:

• High voltage distribution;

• All multi-phase low voltage fixed installations (1000mA);

• All single phase low voltage fixed installations (30-300mA);

• All single phase and 3 phase outlets (30mA);

• Transportable electrical equipment (30-500mA); and

• All mobile electric machines (150-500mA).

Ground fault protection at the following levels as a minimum shall be required on the following surface

installations:

• Low voltage distribution (1A);

• Medium and high voltage distribution (5A);

• All single phase outlets (30mA);

• Transportable electrical equipment (100-500mA); and

• All mobile electric machines (150-500mA).

The Contractor shall have a system in place to ensure that all such installation test results are checked,

signed and recorded in a register. All records shall be retained for a minimum period of seven years.

8.10 Environment Licensing and Controls

Depending on the contractor scope, the provisions detailed in this section of the Contractor HSE

Specification may be incorporated into the Contractor Environmental Management Plan. Everyone that

works for the contractor onsite is required to understand and implement the control measures utilized. The

contractor must minimize their environmental impact by implementing work control strategies that will ensure

minimal disturbance and zero harm to the environment.

Note: Environmental matters relating to site demolition and site excavation are covered in the appropriate

sections of Demolition and Earthworks. Further information on waste can be found further down under

Waste.

Page 228: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 42 of 83

8.10.1 Air Quality Control

The contractor shall have an established system in place to identify, assess and control activities that have

the potential to affect local air quality and cause environmental nuisance to local residential and surrounding

areas

All mechanical plant (including power plant) utilized within the contractor scope of work shall be assessed

and considered for use on site that minimizes the environmental impact of the work, including greenhouse

gas emissions.

The burning of wastes or unwanted materials will not be permitted on site unless in a purpose-built and

Company approved incinerator with appropriate emissions control system(s)

Where required, the contractor shall monitor and report greenhouse gas emissions to WorleyParsons and

the appropriate authorities.

8.11 Ergonomics

8.11.1 Manual Handling

The Contractor shall ensure the risks associated with project manual handling tasks are assessed prior to

the activities undertaken and control measures implemented to ALARP (As Low As Reasonably Practicable)

in minimizing the likelihood of musculo-skeletal injuries from occurring. The risk assessment and associated

risk control program shall address both construction and office (ergonomic) activities.

The program shall include full prestart and pre-task planning and assessment, general information for all

new personnel as well as the development of onsite Champions / Focal Points and a refresher / coaching

process to ensure ongoing compliance. The contractor shall submit relevant details of its manual handling

program to WorleyParsons for review and acceptance.

The contractor shall provide all its personnel with specific manual handling training related to work tasks

associated with its scope. The contractor shall plan to utilize mechanical lifting aids to minimize the number

of manual lifts performed by several workers and repetitive lifts so far as reasonably practicable. The

contractor shall not at any time use ladders, regardless of type, as a working platform for any manual

handling activity

8.12 Excavation

The contractor shall have a detailed process in place for works requiring excavation. The process shall

include the requirements around:

• Access and egress into excavations;

• Prevention of falls into excavations;

• Safe number of workers in an excavation;

Page 229: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 43 of 83

• Excavated material deposits;

• Prior excavation works site inspection process (underground services, protected vegetation,

archeologically site);

• Shoring and trench box usage;

• Slope battering;

• Daily inspection;

• When caves, old mine, tunnels and sink holes ae detected;

• Atmospheric and fluid entry testing; and

• Excavations near load bearing foundations and road surfaces

All excavation work undertaken by the contractor requires a work permit.

8.13 Fall Prevention

Wherever practicable, the need for working at height, if there is a reasonably foreseeable risk of a contractor

personnel or object falling resulting in either injury or property damage, should be eliminated. The contractor

work shall be planned at the earliest stage possible to preclude the necessity of work at height.

Each working at height scenario shall have a risk assessment conducted. Before working at heights, an

approved work method shall be selected. Work at heights shall be carried out from permanent platforms

when they are suitable for the work. When a suitable permanent platform does not exist, a temporary

platform shall be provided to prevent the risk of falling.

Where a risk assessment identifies the need for a permanent means of control such as guardrails/ handrails;

permanent fixed platform/walkways; and permanent industrial fall arrest system, these shall be managed in

accordance with recognized local, national or internationally standards.

Where a risk assessment identifies the need for temporary or mobile means of control such as mobile

platforms; scaffolding, hung scaffolding, scissor lift, swinging stages, mechanical elevating platforms,

ladders, man cages/workboxes/sully boxes/boatswain’s chair, fall arrest systems or industrial rope access.

The contractor shall have a system in place to ensure that:

• All mobile elevating work platform (MEWP) operators hold National Certification applicable in the

Country of operation regardless of the height;

• Only authorized and certified as competent contractor operators shall use mobile elevated work

platforms equipment;

• All contractor personnel who operate MEWPs are trained by a competent trainer to be competent in

the safe use and inspection of all equipment used;

• A copy of all authorized and certified as competent operators certificates shall be retained in the site

office files and a register of Competencies and Certification maintained; and

• Emergency rescue plans shall be developed and communicated to Operators and Spotters.

Emergency retrieval systems shall be tested regularly.

Page 230: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 44 of 83

The Contractor shall have in place fall prevention and protection system/s to address situations at a work

site where personnel may fall 6 ft. (1.8 m) or more and where personnel are not protected by guardrails.

The fall prevention / protection system shall specify:

• The fall hazards at the work site;

• The equipment to be used at the work site;

• Calculations on fall distances when using a harness that includes the original length of the lanyard,

maximum energy absorber extension, the height of the individual and clearances;

• The procedures used to assemble, maintain, inspect, use and disassemble the fall protection

system; and

• The rescue procedures to be used if personnel suffer a fall, or are suspended by a personal fall

arrest system or safety net.

A contractor training program shall be in place to train contractor personnel in the use of the fall prevention /

protection system before working at heights in an area with a vertical fall greater than 6 ft. (1.8 m).

The contractor shall ensure a system is in place for equipment used that it is:

• Inspected by personnel as required by the manufacturer before it is used on each work shift,

• Kept free from substances and conditions that could contribute to deterioration of the equipment,

and

• Re-certified as specified by the manufacturer.

8.13.1 Fall ing Object Protection

The contractor shall ensure additional protection when working on elevated platforms and roofs from falling

hand tools, debris, and other small objects by securing these objects from falling or through the installation

of toe-boards, screens, guardrail systems, erection of debris nets, catch platforms, or canopy structures that

contain or deflect the falling objects.

8.14 Fitness for Work

The contractor shall ensure responsibilities, resources, training and competencies required to manage

fitness for work programs are identified and implemented. These programs to include but not be limited to

fatigue management, physical and psychological conditions, drugs and alcohol, return to work management.

Potential changes in fitness for work during extended absences shall be considered and managed for

contractor personnel who take extended leave or who for other reasons are away from their work for an

extended period. When contractor personnel return to work after a fitness for work issue, they are medically

certified as being physically and/or psychologically capable of carrying out the duties proposed for them.

The contractor shall maintain applicable fitness to work records including personnel and site monitoring

assessments and results. Records shall be kept at intervals defined by local legislation.

Page 231: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 45 of 83

8.14.1 Drugs and Alcohol

WorleyParsons prohibits the possession or use of illegal drugs in any of its facilities, including in

accommodation such as construction site camps.

The contractor shall as part of the contractor health program, provide information, instruction and training

programs concerning substance misuse to promote safety and health in the workplace. Where local

legislation permits, the contractor shall implement an active and regular ongoing testing program at work

sites as a method for managing possible impairment due to substance use.

8.15 Hand and Power Tools

The contractor shall ensure that personnel are properly instructed in the selection and use of the correct tool

for the job and that they have the correct safe tool for the job. The contractor personnel shall thoroughly

inspect tools before, during and after use and shall ensure faulty or damaged hand tools are repaired.

In minimizing the possibility of dropped objects, tools left on equipment etc. the contractor shall implement

the following:

• Tools shall be stored in an orderly fashion with an identification system and easy accessibility; e.g.

hooks, shadow boards, cabinets etc. ;

• Tools shall be stored in a clean and dry environment to prevent deterioration of the tool;

• A sign out, sign in register shall be implemented in racking the movement and location of tools;

• Lanyards fitted to tools used in elevated locations; and

• Hand tools visibility with flouro handles

The contractor shall ensure personnel have tools that are safe for use and that personnel are properly

trained in their use.

The following list of tools and equipment are banned on site by WorleyParsons:

• 1mm cutting / knifing discs;

• Knives;

• 9” Grinders;

• Pocket knives / Leatherman tools;

• Stanley knives;

• Shifters;

• Ladders without fall arrest;

• Open Hooks (Lifting); and

• 3 step ladders

Page 232: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 46 of 83

8.15.1 Hand Tool Quality and Cleanliness

The contractor shall provide fit for purpose hand tools. No handmade home tools will be permitted on the

project. If wear or damage is observed, the tool should be withdrawn from use for repair or disposal.

The contractor shall implement a program of regular inspection, lubrication, cleaning and maintenance of

hand, air and electrical tools to ensure safe and optimal performance.

8.15.2 Electrical Risks

All portable electrical tools used by the Contractor shall be doubled insulated type. The insulation resistance

shall be tested by a suitably Qualified and experienced Electrician formally every 3 months in line with the

electrical inspection, re testing and tagging system.

Ground Fault Circuit Interrupter (GFCI) shall be installed on all electrical tools.

8.15.3 Powder Actuated Tools

The contractor shall obtain WorleyParsons approval prior to mobilizing any powder actuated (explosive

power) tools onto the work site.

The contractor shall develop a specific procedure that defines the responsibilities and controls to be

implemented related to the safe use, inspection, storage and security related to powder actuated tools.

Maintenance of explosive powered tools shall be carried out at least once weekly, when the explosive

powered tool is used and completely overhauled by the manufacturer or authorized personnel yearly. A

maintenance register shall be kept by the contractor for all explosive powered tools in each area.

8.15.4 Vibration

The contractor shall undertake a risk assessment for all activities which use vibratory tools like pneumatic

drills, impact wrenches, grinders, electric drills etc.). The contractor shall assess personnel exposed to

potentially high levels of vibration against the fatigue decreased proficiency boundary in accordance with

international standards (ISO 5349, ISO 2631-1). Any working environment likely to expose personnel above

the daily exposure action value (EAV) shall introduce immediate actions to reduce the exposure limit and a

program of controls to reduce exposure to a level that is as low as reasonably practicable (ALARP).

The contractor shall keep a record of the risk assessment, control actions and personnel exposures.

8.16 Hazard and Risk Field Based Tools

8.16.1 Job Hazard Analysis (JHA) Standard

The contractor shall utilize a Job Hazard Analysis process as a pre-task planning tool for its First Line

Supervisors / Foreman and Work Groups to analyze the task prior to commencement. All personnel involved

Page 233: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 47 of 83

in the job tasks shall participate in the development of the JHA and shall sign their acceptance of the risks

and controls agreed.

A procedure shall be in place to define the methodology for conducting, recording and reviewing a Job

Hazard Analysis for all job tasks. The JHA procedure shall include the following basic steps in the process:

Identification of job steps; Hazard Identification; Risk Assessment; Risk Control; and Monitoring and Review.

A register of completed JHA’s shall be maintained. All JHA’s shall be filed for future reference and where

possible be in an electronic format.

8.16.2 Job Start / Pre Start Meetings / Tool Box Talks

The contractor shall ensure the implementation of Job Start / Pre Start meetings as outlined below:

The contractor supervisors shall hold pre-start meetings with their workgroups:

• At the beginning of every shift;

• Immediately prior to the start of any new (i.e. significantly different) task;

• When new personnel join the workgroup;

• After any significant change that may affect the work; e.g. bad weather, etc.

The following topics shall be discussed:

• The detailed requirements of the JHA and work method statement;

• The nature of the work to be completed for the period;

• Permit conditions / requirements;

• Personal protective equipment needed;

• General HSE issues; e.g. weather, access, housekeeping, etc.;

• Tools and equipment required to complete the job;

• Emergency preparedness requirements;

• Interface issues with other contractors / the Customer

Any points of concern should be documented and attended to prior to work commencing.

8.16.3 Personal Hazard Identif ication

Personal Hazard Identification is a pre-task planning process that facilitates the involvement of an individual

worker of hazard identification and control for a specific task that they are going to undertake.

WorleyParsons utilizes Step back as its Personal Hazard Identification process. The contractor may utilize

an alternative Personal Hazard Identification process that is mutually agreed with WorleyParsons prior to

mobilization.

The contractor shall ensure personnel are trained and competent in the Personal Hazard Identification

process and the process is undertaken prior to task commencement and/or when conditions change.

Page 234: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 48 of 83

8.17 Hazardous Substances and Dangerous Goods

Any hazardous substance and /or dangerous good that is intended to be used on site shall have an

applicable risk assessment (with the appropriate Safety Data Sheet (SDS) attached) completed by the

contractor to identify the hazards associated with the activities and appropriate control measures are

implemented. The risk assessment shall be provided for approval to company site management at least 2

weeks prior to their arrival onsite.

A hazardous substance and dangerous goods register shall be maintained on site by the contractor HSE

department. The contractor shall maintain a register of all toxic, flammable and combustible liquids. The

register shall be readily accessible and available in the immediate vicinity to usage at all times and reviewed

monthly to ensure accuracy in the site storage and register content.

All documentation, marking, labelling and placarding requirements are in compliance with local and

international standards. All hazardous and dangerous goods packaging shall be in compliance with the

requirements of the UN Global Harmonized System of Classification of Chemicals (GHS) ST/SG/AC.10/30.

The contractor shall ensure that all storage, utilization and recording and reporting procedures for hazardous

substances and dangerous goods shall comply with local legislation.

Routes for Contractor arranged road vehicles transporting hazardous substances and dangerous goods

must be pre-planned whenever possible to the extent practicable, taking into account routes should be

selected to minimize the risk of personal injury or harm to the environment or property during the journey. All

contractor arranged road vehicles used in the transport of hazardous substances and dangerous goods shall

at all times be in compliance with local and international standards. Drivers of Contractor arranged road

vehicles shall be trained and where required appropriately licensed to operate the vehicle and its cargo.

The Contractor shall have shovels, drip pans and absorbent materials which shall be strategically located

throughout their work site and a means to contain spills should they occur. The contractor shall train site

personnel in spill prevention and management, including chemicals and fuel.

All contractor work sites where waste or waste containing hazardous substances and / or a dangerous good

is generated shall provide for appropriate storage and disposal of that waste from the site. Disposal shall be

through licensed operators and to licensed waste disposal sites which accept hazardous and dangerous

goods

8.17.1 Asbestos

The contractor shall not procure or permit on site, any goods containing asbestos or asbestos containing

materials in the performance of the site works.

The contractor performing site works which may result in exposure to asbestos containing material are

required to have implemented a Permit to Work and supporting Work Method Statement (WMS) to prevent

the exposure of airborne asbestos fibers to personnel and the environment. The WMS shall also contain

Page 235: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 49 of 83

processes around the safe and disposal methods of asbestos removed from plant and equipment. Disposal

of asbestos shall only be through authorized site locations

Prior to commencing any works the contractor shall obtain the site Asbestos Management Plan and

Asbestos Register to determine the location of plant and material where asbestos is contained. Only trained,

competent and in some jurisdictions licensed, contractor personnel and/or subcontractors are permitted to

work on plant and material where exposure to asbestos will be evident.

The contractor shall establish safe work zones where asbestos removal or repair work is to be undertaken.

Air monitoring is to be undertaken by a competent person and analyzed by an accredited laboratory /testing

authority. Air monitoring reports shall be provided to the site manager when required. The contractor shall

establish procedures in managing unplanned exposure to asbestos during project work.

The subsequent disposal of asbestos or asbestos containing material shall only be through disposal sites

authorized to accept asbestos waste. Asbestos waste shall be appropriately contained and labelled prior to

any transportation to the authorized disposal site.

8.17.2 Radioactive Material

The contractor shall develop and implement structured processes for the planning and management of

activities involving the use of radioactive material in order to minimize the potential impacts to people and

the environment.

The contractor shall undertake a hazard identification process (e.g. Job Hazard Analysis/Work Method

Statement) applicable to the scope of works to ensure that procedures and controls are implemented to

protect personnel from radiation exposure.

The contractor conducting works with radiation equipment; i.e. through radiation contractors, are responsible

for all health, safety and environmental protection arrangements relating to the transport, storage, use and

ultimate disposal of the radiation equipment. Prior to using radiation equipment on site, the contractor shall

provide the following information to the Site Manager.

This following information shall be on file before the radiography contractor begins work:

• A copy of the contractor’s radioactive material license or registration;

• The name and phone number of the contractor’s radiation safety officer;

• The type and size of the source of radiation being used or expected to be used in the future;

• The type of radiation equipment, x-ray machine, or source handling equipment to be used;

• A description and location of the project site storage facility to be used; and

• A copy of the contractor’s operating and emergency procedures.

Page 236: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 50 of 83

8.18 Health Surveillance

The contractor shall have in place a system to identify, assess and manage physical, chemical, biological,

ergonomic and psychological hazards in the workplace. The contractor shall identify through health risk

assessment processes the health hazards associated with the scope of works and implement control

measures.

8.18.1 Workplace Exposure Monitoring

The contractor shall have a process in place to measure and monitor potential exposure to the hazards to

health which are identified through the health risk assessment. Industrial hygiene assessments may include,

but are not limited to the following hazards that can be present at the workplace:

• Noise;

• Dust;

• Biological agents;

• Vibration;

• Lead;

• Asbestos;

• Synthetic Mineral Fibers;

• Silica;

• Hexavalent chromium

• Cadmium

• Radiation;

• Temperature – extreme heat / cold;

• Other identified chemicals and hazardous substances.

The contractor monitoring program shall be established and documented detailing baseline survey

outcomes, exposure limit levels per hazard and monitoring results. Where any substance is to be used that

has significant potential to cause an adverse health effect, exposure to that substance shall not exceed

local, national or internationally (as appropriate) recognized occupational exposure limits. Baseline exposure

levels shall be recorded and referenced during workplace exposure monitoring.

Contractor management shall ensure that the required control measures including protective equipment is

properly used, maintained and every person shall make full and proper use of the control measures and

equipment provided and report any defects.

A copy of the monitoring program shall be forwarded to WorleyParsons.

8.19 Health Promotion

The contractor shall develop a health promotion program, and include in the HSE Plan. The health

promotion program shall align with health and hygiene hazards identified within the project

Page 237: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 51 of 83

8.20 First Aid and Medical Treatment

As part of the overall Emergency Response Plan (ERP), a Medical Emergency Plan shall be developed and

implemented by the contractor to cover medical resources available both onsite and offsite to respond to

incidents and the medical facilities to be made available. The Plan shall consider the nature and location of

the work undertaken, likelihood of specific outcomes being realized and any legal requirements.

The contractor shall provide sufficient portable first aid kits and qualified first aid trained personnel for each

work area or team. Training and competence level(s) required of those who shall respond shall meet

recognized international standards for a First Aid at Work Certificate.

Contractor personnel shall be made aware of the location of first aid resources (internally and externally) and

the requirement to report all injuries/ illnesses. All medical injuries and illnesses shall be recorded.

Emergency drills, which involve tests of the medical response capability, shall be conducted at least

quarterly

8.21 Injury/I l lness Management

The contractor shall have systems for workplace injury/illness management (rehabilitation) in place for the

rehabilitation of contractor personnel following work-related injury or illness. These systems shall be made

available to all affected contractor personnel and shall include:

• The steps that will be taken when a work related injury/illness occurs.

• The contact details of the person who has day to day responsibility for the injury management

system.

• The contact details of the person who has responsibility for return to work.

• The steps to be taken to ensure the confidentiality of all personal medical information.

The rehabilitation process shall include the identification of a member of the contractor management to

coordinate the implementation of the return to work programs, when an personnel has been certified unfit for

work or unable to return to full duties

8.22 Lift ing and Rigging

8.22.1 Crane Lift

The contractor shall have in place a system to manage the risks and hazards of crane lifting operations for

the works. This system shall provide details for the following:

• Risks associated with all lifting, crane maintenance, assembly activities and environmental

conditions shall be identified and assessed as part of the planning process;

• Ensuring all cranes/lifting equipment have current inspection records that meet statutory and

customer requirements;

Page 238: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 52 of 83

• Only competent personnel shall work with cranes and lifting equipment. This competency shall be

regularly reviewed. Proof of competency shall include license evidence, theoretical competency and

practical competency on the particular crane to be used;

• A competent single point of accountability shall oversee, direct and control all lifting operations;

• All cranes and lifting equipment shall be periodically (minimum 3 monthly) inspected and tested

(including non-destructive testing as required by the relevant standard) prior to being operated or put

into service;

• A formal selection and acceptance process based on risk assessment shall be in place for all new

(to site) and modified lifting equipment;

• Controls to prevent objects from lifting equipment and loads falling from above;

• The National and or Regulated agreed and documented communication signs to be used as a

minimum; and

• The selection of slings shall be based upon the weight, shape and type of the load (temperature and

sensitivity of material to be moved), and the environmental conditions of the workplace.

The contractor shall have implemented a Lift Study and Checklist process for required lifting operations. A

Lift Study shall be submitted to the Contractor HSE for review 48 hours prior to any critical lift operations as

follows:

• Lifts exceeding 75% of crane rated capacity in the configuration required for the proposed lift;

• Lifts requiring two or more cranes lifting simultaneously (tandem lifts);

• Lifts with helicopters over areas defined as “congested areas”. Which are defined as areas people

utilize or inhabit (e.g., non-wilderness areas);

• The lift is considered to be unusual, awkward or complicated;

• The lift requires the use of specialist one-off lifting equipment;

• The lift needs to be tailed by one or more mobile cranes;

• Multiple crane lifts using cranes of different configurations;

• Lifts involving hazardous materials (e.g., explosives, highly volatile substances); and

• Lifts involving submerged loads.

8.22.2 Lift ing Equipment and Plant

All contractor crane bodies and lifting equipment shall display a unique identity label. High wear items (e.g.

shackles, slings, pad-eyes, shipping and handling basket) shall be color coded to confirm compliance with

certification and inspection requirements.

All contractor cranes shall display their manufacturer defined safe working load (SWL) and the Working Load

Limit (WLL).

Safe Working Loads and Working Load Limits shall not be exceeded. Lifting equipment known or suspected

to have been overloaded shall be withdrawn from service. Lifting shall only be used if the lifting equipment

due date for examination has not been exceeded. A register of all lifting equipment shall be maintained. All

Page 239: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 53 of 83

clamps and lifting beams shall be clearly identified / labelled. Slings, chains, hooks and shackles shall be

stamped with the approved load limitation.

Lifting shall only be used if the lifting equipment due date for examination has not been exceeded. A register

of all lifting equipment shall be maintained. All clamps and lifting beams shall be clearly identified / labelled.

Slings, chains, hooks and shackles shall be stamped with the approved load limitation.

Rigging equipment shall ensure:

• All equipment is permanently marked with a unique identification code/tag;

• An inventory of owned or leased rigging equipment is maintained;

• A log is maintained to track all rigging equipment, noting when items are checked out, their

acceptance condition at issuance and the date and condition when they are returned; and

• Periodic inspections are conducted and formally recorded.

• Rigging equipment shall not be exposed to the elements and shall be stored and maintained in

accordance with the manufacturer’s instructions. When required for protection, items shall be stored

on cribbing and covered.

8.23 Lone and Remote Work

Working alone is considered a high risk activity and the contractor shall address the risks, mitigation and

control processes to eliminate this activity wherever possible. WorleyParsons does not permit personal

working alone on activities that include work unsuitable for one person especially where equipment is to be

operated, working at heights and working over water/ice or other difficult environmental conditions.

A risk assessment shall be conducted by the contractor for all lone and isolated work activities. Contractor

personnel are not permitted to work alone or in isolated areas without appropriate procedures and controls

being implemented. Controls shall include communication equipment and processes, emergency response

and contractor training.

8.24 Mobile Plant and Mechanized Equipment

8.24.1 Mobile Plant

The contractor shall have a system in place for the use of mobile equipment associated with the scope of

works. The system shall include the requirements for:

• A documented risk-based process for selection of new and modified mobile surface equipment prior

to purchase and use;

• A documented risk-based for on the job assessment for both operations and maintenance works

off/on mobile surface equipment;

Page 240: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 54 of 83

• Equipment pre start procedures in place and implemented for all surface mobile equipment,

including daily operator checklists. This procedure shall include assessment of safe gradients and

surface stability requirements;

• A maintenance and inspection program for surface mobile equipment in place and implemented.

Procedures shall nominate works the machine operator may undertake unsupervised and those that

must be undertaken by a competent tradesperson and confirmation testing for safe operation after

any maintenance;

• Operator competency assessment to meet the skills, experience, knowledge, training and

performance expectations of the mobile plant assigned to operate.

All mobile plant shall be fitted with:

• Seatbelt;

• A clearly audible reversing beeper;

• A flashing / rotating amber light that shall be illuminated at all times that the plant is operational; and

• Additional safety equipment and precautions as identified by specific work tasks risk assessments.

8.24.2 Static Plant and Equipment

The contractor shall develop and implement structured control measures and records for the purchase, hire,

transportation, inspection, use and maintenance of static plant and equipment.

8.24.2.1 PURCHASE OR H IRE OF ST ATIC PL ANT AND EQUIPMENT

Prior to the purchase or hire of static plant and equipment the contractor shall consider a range of HSE

issues to ensure the risks to personnel and the environment are managed in accordance with Legislative

and project requirements, which may include but not limited to the following:

• Labelling & Packaging requirements (size, weight)

• Specific Loading, Transportation and Unloading requirements (e.g. fabricated lifting frame)

• Storage / Separation requirements

• Any permits or specific approvals or Certification required?

• Material Safety Data Sheets

• Noise limits (85 dBA) and subsequent noise reduction measures

• Health Assessments

• Operator Licenses, Certificates

• Specific Personal Protective Equipment

• Specific Fire or emergency instructions

• Specific environmental monitoring

• Waste Management /Disposal requirements

• Subsequent impacts on interfacing with other construction work groups or client operations

Page 241: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 55 of 83

8.24.2.2 INSPECTION

Contractor qualified competent person (i.e. Electrician and/or Mechanical Personnel) shall inspect and verify

the condition of all static plant and equipment prior to delivery to the work site.

All static plant and equipment shall be formally inspected every 3 months and color tagged in accordance

with the portable electrical inspection and tagging requirements.

8.24.2.3 MAINTENANCE

The contractor shall perform plant and equipment maintenance in areas within the work site approved by

WorleyParsons. The contractor shall ensure all static plant and equipment under its direct and indirect

control is maintained in good working condition, leak free and in accordance with the manufacturer’s

requirements.

8.24.2.4 RECORDS

The contractor shall establish and maintain records of all static plant and equipment used at the worksite for

the duration of its scope.

8.24.3 Machine Guarding

The Contractor shall ensure machines are fitted with guards so as to prevent access to parts, which may

constitute a hazard to personnel (e.g. moving parts, very hot or very cold parts, etc.). Guards to parts where

access is not necessary for operation, inspection, and maintenance or cleaning shall be fixed. The design

and installation of guards shall be such so as not to interfere with the normal operation or maintenance of

the equipment. Machine guarding and interlocks shall be inspected and maintained at regular intervals. Full

records of inspection and maintenance shall be kept.

8.24.4 Spray Painting & Powder Coating

The contractor shall develop and implement structured methods for spray painting and powder coating

activities associated with its scope of work. The processes shall include

• Risk assessment

• Spray painting and powder coating inside and outside a spray booth

• Ventilation and extraction systems

• Training and instruction

• Maintenance of plant and equipment

• Storage and disposal of paint solvents and chemicals used in the processes.

• Fire and explosion con prevention

Page 242: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 56 of 83

8.24.5 Noise

The contractor shall have a system in place to identify those at risk from noise exposure and to reduce that

exposure. A Noise Exposure Assessment shall be carried out as part of the site planning process and then

reviewed and updated when circumstances change for works conducted under the control of the contractor.

Noise reduction measures should be developed throughout the period of the project. Where a noise

assessment indicates personnel may be exposed to noise levels equivalent to excess of 85 dBA (or lower

when mandated by local regulation) for the duration of an 8 hour working shift, a noise management plan for

the work shall be implemented. A noise management plan (potentially part of a broader environmental

management plan) may require advice from an acoustic specialist, particularly where works are proposed

outside of normal working hours in noise sensitive areas.

All mechanical plant (including power plant) is to be silenced by the best practical means using current

technology and maintained to the manufacturer’s specifications. Internal combustion engines are to be fitted

with a suitable muffler in good repair.

Community consultation may be required for large-scale projects or high-impact works. Where the

community will be significantly impacted, consultation with the community shall be done in conjunction with

WorleyParsons and/or customer.

The exposure measurement levels shall be defined and assessed by applied local legislation, international

standard or equivalent (e.g. utilizing dBA, Lex or Leq).

Equivalent noise exposures

Noise level in dBA Minimum exposure

83 dBA 12 hours

85 dBA 8 hours

88 dBA 4 hours

91 dBA 2 hours

95 dBA 50 minutes

105 dBA 5 minutes

140 dBA (LC, peak noise) Nil

8.25 Performance Testing, Commissioning and Start-up

A programmed schedule of works shall be provided to Worley Parsons in support of the overall

commissioning process. The Contractor shall establish a series of performance testing, commissioning and

start up work method statements applicable to the scope of works. The procedures may cover but not limited

to

Page 243: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 57 of 83

• installation verification;

• pre-functional testing;

• functional performance testing;

• calibration;

• adjustment; and

• Tuning.

The work method statements shall be submitted to Worley Parsons for approval 21 days prior to

commencing the commissioning process.

The contractor shall ensure effective HSE risk control measures are incorporated into the established

procedures/checklists associated with each step of the commissioning process for each item of equipment/

system. The outcomes from the risk assessment will deliver, but not limited to, the recommended safety

control measures to be implemented by the Contractor.

The contractor shall maintain Permit to Work processes throughout the performance testing, commissioning

and start up works. All personnel (including subcontractor) engaged by the contractor to conduct the

performance testing, commissioning and start up work shall be qualified and experienced in such works.

During all the commissioning activities, the contractor shall involve customer operating personnel (nominated

by Client) and impart necessary techniques and knowhow required for safe operation and maintenance of

the facilities.

8.26 Personal Protective and Lifesaving Equipment

The contractor shall develop and implement a Personal Protective Equipment (PPE) program that addresses

the hazards to be encountered; selection, safe use, inspection and maintenance, training of personnel and

monitoring to ensure ongoing effectiveness.

The contractor PPE selection process shall not solely be based upon cost. Consideration needs to include

but not limited to: 1) work environment factors, 2) job task factors (e.g. degree of dexterity, durability,

characteristics of items being handled), 3) personal factors (different sizes and shapes).

The contractor shall develop in table format information relating to the minimum PPE to wear for various

work activities to be performed associated with its scope.

Minimum PPE standard for site entry is as follows:

• Long sleeve shirt made from natural fibers only, with collar and with sleeves rolled down and

buttoned at the cuff, preferably with high visibility and reflective strips;

• Long Trousers / Overalls made from natural fibers only shall be worn at all times, preferably with

high visibility and reflective strips;

• High visibility vest (if no high visibility apparel);

Page 244: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 58 of 83

• For night or underground operations, all persons wear an outer vest or webbing harness fitted with

reflective material so as to be visible from all directions; or have panels or strips of reflective material

securely attached to their clothing so as to be visible from all directions.

• Safety helmets or hard hats; i.e. NOT bump-caps shall be worn at all times. Hat accessories such as

wide brim, hard hat liners and other apparel to protect neck and head are recommended for outdoor

climatic conditions;

• Steel capped safety footwear with ankle support and mid-sole penetration protection shall be worn at

all times. Non-metallic composite toe capped boots, slip on or elastic sided boots are not permitted,

• Safety glasses with side shields shall be worn at all times. (If required to wear prescription glasses

these will also be safety glasses with side shields. Contact lenses are permitted, provided safety

glasses/goggles are worn, but are not permitted when wearing a full face respirator in presence of

H2S). Over-spectacles are only permitted for visitors; i.e. not for those carrying out work at the site;

• Gloves shall be worn for all work tasks except where the task risk assessment demonstrates that

wearing gloves significantly increases the risk. Gloves shall be suitable to the work task involved

and be in good condition. All personnel, including visitors, shall carry a pair of gloves on their person

at all times;

• Hearing protection shall be worn in designated and sign-posted areas and when undertaking noisy

tasks or in areas where there is excessive noise.

Lifesaving equipment (fall protection, fall arrest harness, respiratory protection, and floatation devices) may

be required by hazard identification processes. Contractor personnel shall be trained and where required

certified to use this equipment.

All PPE and lifesaving equipment provided by the Contractor shall comply with relevant local and

international standards e.g. ANSI, ISO, EEC, AS/NZS, API, etc. and be maintained to manufacturer’s

recommendations.

8.27 Safe Work Conditions

8.27.1 Barricading and Signage

The contractor shall ensure barricades and barriers are in place where required by risk assessments or

methods of work and include but not limited to such works as civil installation works, explosive powered tool

use, demolition, hazardous installation works, commissioning and start-up etc.

Barricades and barriers are required for:

• Segregation of personnel from operating equipment (cranes, forklifts, etc.)

• Segregation of operating equipment from operating plant, including high voltage power lines, and

excavations / mines

• Prevention of access to potentially unsafe areas (confined space, high voltage, rotating equipment

etc.)

Page 245: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 59 of 83

• Proximity to high temperature or pressure or high voltage

• Traffic management and segregation

• Containment of dust or particulate substances in the atmosphere (e.g. spray paint, sand blasting

dust, asbestos etc.)

• Falling into open penetrations/cavities/man-holes/where grating or decking has been removed etc.

• Prevention of access to decommissioned facilities, walkways, lifts etc.

• Prevention of access to non-authorized personnel (as controlled by permit to work – not security)

including during non-work hours

• Segregation from specific potentially hazardous work processes (i.e. radiation, pneumatic/hydro

testing, scaffolding, rigging,

• Segregation from discharges from use, storage or transport of hazardous materials

• Prevention of falling: from elevated work areas, or into water.

• Maintaining a controlled condition to allow certain work to take place (e.g. wind breaks, tents or work

covers for electrical work, welding)

• Segregation of installation personnel from commissioning and start-up activities

The use of plastic warning or hazard tape as a barricade is not permitted.

All barricading shall be accompanied with appropriate signage and information tags communicating the type

of hazard associated with the barricading and applicable contact information. The contractor shall maintain

all barricading and warning signs to a high standard and immediately remove it when no longer required.

8.27.2 Notices and Signs

Where an identified workplace hazard cannot be eliminated, the contractor shall ensure that signage

appropriate to the hazard is posted. Signs shall be highly visible from all directions of approach,

standardized in color, shape, size, lettering, symbols and content while meeting local regulatory

requirements. Where there are no local regulatory requirements, the international standard ISO3864 shall be

adopted.

Symbolic signs shall be used in preference to word only or combined word-symbol signs. Where words are

used, they shall be in all languages that are in common usage at the site. Personnel shall be trained to

understand symbolic, safety and road signs, and take appropriate actions required.

Warning signs shall be periodically inspected to ensure they are clean and in the correct position.

8.27.3 Housekeeping

A systematic housekeeping program shall be implemented by the Contractor to eliminate hazards and

potential incidents occurring from substandard housekeeping practices.

Contractor line management shall communicate and frequently reinforce expectations regarding

housekeeping standards. The contractor shall conduct weekly safety walkthroughs and loss prevention

inspections to systematically monitor housekeeping standards

Page 246: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 60 of 83

The contractor shall provide containers for the collection and separation of waste, trash, oily and used rags

and other refuse. Metal (Dumpster type) containers must be used and emptied promptly. Garbage and other

waste shall be disposed of at frequent and regular intervals to approved waste disposal facilities.

The contractor shall bear all costs associated with the cessation of work and clean-up including, where

necessary, Third Parties being brought in to facilitate the clean-up process to the required standard.

8.28 Scaffold, Stairways and Ladders

The contractor shall have in place a system to ensure only competent personnel design, supervise, erect

and approve scaffolding, stairs and walkways. The Competency Register shall be used as a minimum to

record this. Scaffolds, stairs and walkways shall be constructed and loaded in accordance with the

competent person’s design capabilities and experience.

The contractor shall verify all scaffolding, stairs and walkways comply with the requirements of

WorleyParsons recognized standards.

8.28.1 Scaffolding

The design and construction of scaffolding shall comply with a recognized local, national or international

standard. The contractor shall implement systems and processes in meeting the required standards for the

various scaffold configurations and types in use within the scope of works.

8.28.2 Ladders

The contractor shall ensure all portable and fixed ladders are inspected by a competent person on each

occasion before use; actions shall be taken to correct defects immediately. A ladder which has been

damaged or is defective in any way shall not be used for any purpose.

Glass reinforced plastic should be the material of choice and used for all portable ladders. Metal ladders and

ladders with metal stiles or reinforcing shall not be used in any application where they may come into close

proximity of any live electrical circuit. Wooden ladders, where allowed, shall not have any part painted other

than a small area for identification purposes.

Wire rope ladders shall be constructed from flexible steel wire rope. Wire rope ladders shall be proprietary

brand ladders manufactured to a recognized local, national or international standard.

8.29 Simultaneous Operations/Activities

The contractor shall have established procedures in place to manage the activities and risks associated with

Simultaneous Operations (SIMOPS). The procedures may involve SIMOPS processes incorporating but not

limited to the following:

Page 247: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 61 of 83

The SIMOP process is repeated for each instance of SIMOPS activity. This takes place during the design

phase of the project allowing solutions to be designed and reviewed and a dossier prepared. This dossier

can then be reviewed as part of the preparation activities for implementation. In the event that simultaneous

operations introducing hazards are identified after the design phase (i.e. during construction and testing) the

SIMOPS methodology should be applied.

The first stage identifies the requirements for, and the specific area of operations involved and the parties

involved. Each operation is analyzed to ensure its requirements are fully understood. Once a SIMOPS has

been identified a kick off meeting should identify all the activities to be carried out.

An appropriate level risk assessment is conducted and should include known SIMOPS risks. A hierarchy of

control is developed for each work specific SIMOP activity and establishes the roles and responsibilities for

all involved with authority within the SIMOP.

Each party should draw up a dossier which provides a work specific summary for their part in the activities.

This shall include:

• The schedule and identification of main installation features and equipment to be utilized.

• A summary of the main hazards for each of the operations and work specific risk assessment.

• Mitigation strategies and precautions proposed.

• Escape route identification

• Weather limitations for each operation

• Communications including a schedule for normal work activities and emergencies

• Checklist of actions to be taken for each work specific SIMOPS operations

• Contingency plans

Each party reviews each other party’s work specific dossier in a systematic manner. This review will provide

a further analysis of any clashes to work and schedules and required interdependencies.

A SIMOPS Interface document is developed setting out the activities covered by the document and should

be applicable to all parties operations for the specified activity. A SIMOPS Matrix, where appropriate may be

developed to identify those activities permissible when conducted simultaneously.

Once the risk assessment has been completed an execution plan can be formulated taking into account the

prevention, control and mitigation measures identified. Part of the planning process shall include

preparation of emergency response identifying clear responsibilities and procedures to be followed in the

event of an incident

A daily pre operations briefing is undertaken to ensure that all parties are aware of roles and responsibilities

and hierarchy of controls and to validate all lines of communications, operational and emergency prior to

final authorization to proceed to begin. Job Hazard Analysis processes, pre start meetings etc. should be

used to brief personnel on the work to be carried out, what other activities are taking place and to ensure

that all are aware of the safety controls in place and they are satisfied with them

Page 248: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 62 of 83

Permit to Work (PTW) and applicable authorizations are managed through a single PTW by the Project

Manager or authorized nominee

Coordination and management of the SIMOPS is achieved through the arrangements established and set

out in the interface document.

A system is in place to monitor the hierarchy of controls to ensure all parties recognize any deviation from

the control limits and therefore apply an ‘all stop’ or change management processes as appropriate.

8.30 Transport

8.30.1 Land Transport

8.30.1.1 TRAFFIC MANAGEMENT

Where requested by WorleyParsons, based upon the significant movement of light vehicles or heavy mobile

plant, work location and/or combination of all factors, the Contractor shall develop a Traffic Management

Plan for review and acceptance post Contract Award. The Traffic Management Plan and the implementation

of such shall incorporate but not limited where applicable to the design of roads, parking, site road rules,

operating inside live plant areas, vehicle/pedestrian segregation, breakdowns, towing and housekeeping The

Contractor Traffic Management Plan is to be updated as conditions change and communicated to the

workforce.

The movement of any heavy vehicle or mobile equipment by the contractor shall be subject, as a minimum,

to a job hazard analysis, or personal hazard identification, involving the equipment driver / operator and the

Company or the Contractor supervisor responsible for the movement.

8.30.1.2 VEHICLE LOADING AND UNLOADING

Contractual agreements incorporating delivery service requirements and loading/unloading processes

utilized by the Contractor shall include proactive measures to eliminate risk of falls from vehicles.

Consultation shall occur between the transport company and the Contractor to ensure that an appropriate

delivery receipt plan for the loading, transport and unloading has been developed. A Job Hazard Analysis

(JHA) shall be completed before the start of any loading or unloading operation. Delivery vehicles which

arrive on site in such a way that a safe means of loading or unloading is not achievable then they should be

refused access to site and turned away until a safe means is achieved.

Every load must be restrained to prevent unacceptable movement. The load restraint system must meet

relevant regulated performance standards so that the load doesn’t shift when subjected to specific forces.

Over center lever binders, shall not be used by transport service providers who are engaged to perform

services.

Page 249: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 63 of 83

8.31 Underground

The contractor shall take all necessary measures to eliminate or minimize the safety and health risks to

contractor personnel assigned to underground activities. In conjunction with the underground site client, the

following control measures as applicable shall be implemented:

• Adequate training and retraining programs and comprehensible instructions are provided for

Contractor personnel for the work assigned

• Communication and signaling processes

• Electrical, mechanical and other equipment, including a communication system, are health and

safety certified for use in underground operations

• Ensure the monitoring, assessment and regular inspection of the working environment to identify the

various hazards to which the workers may be exposed and to assess their level of exposure. This is

no limited to:

o ventilation and dust control,

o poisonous gases,

o control of ignition sources,

o noise and vibration monitoring,

o temperature and humidity levels.

• Regular health surveillance of workers exposed to occupational health hazards specific to

underground work

• Adequate sanitation and first aid facilities

• Sufficient lighting to the activity undertaken

• Plant / person interaction including those with automated and remotely controlled plant and

equipment

• All persons wear an outer vest or webbing harness fitted with reflective material so as to be visible

from all directions; or have panels or strips of reflective material securely attached to their clothing

so as to be visible from all directions.

• In addition to correct PPE, the Contractor must ensure that any persons travelling or working

underground in the mine are provided with battery operated cap lamps that are of an appropriate

standard and have a sufficient capacity, with an adequate reserve, for the duration of that shift

• An emergency response plan for reasonably foreseeable industrial accidents and natural disasters.

This is not limited to:

• hazardous substances,

• fire and explosion,

• spontaneous combustion,

• inundation (fluids or gases),

• outburst/rock burst,

• strata/lining failure, and

• Ventilation.

Page 250: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 64 of 83

The contractor shall ensure that a procedure is established at the mine for checking all persons in and out of

the mine so that all persons are accounted for at the end of each working shift.

Every contractor haulage vehicle that a person rides on, or might ride on, and that operates in an

environment in which people are working should be fitted with the following items:

• Adequate lights

• An emergency supplementary steering system,

• A suitable fail-to-safe braking system

• An effective method for ensuring the vehicle is visible under all circumstances.

• Suitable firefighting equipment

• A reverse warning system

No internal combustion engine, other than a compression ignition diesel engine, should be installed or used

in an underground mine or tunnel. It should have Sulphur content of not more than 0.05% by weight; and be

free from dirt, sediment, and water.

8.32 Waste Management

The contractor is responsible for managing all solid and liquid wastes within the Scope of Works. The

contractor shall have in place procedures outlining processes for the management, handling, treatment and

disposal of waste substances and materials generated on the project site. The process shall identify the

waste streams likely to be generated across the project sites and the methods of waste control required to

ensure that legislative requirements are not breached.

In developing the waste management processes, The contractor shall adopt across the scope of sorks the

following hierarchy of waste management options:

• reduce and avoid waste generation

• reuse and recycle; and

• treat and dispose (where disposal is only the appropriate option if none of the above offers an

appropriate solution)

Wastes defined as hazardous according to Occupational Safety and Health Administration (OSHA) will be

taken off site to a licensed waste disposal facility for disposal. All sanitary wastewater will be directed to

package tertiary sewage treatment systems or removed offsite.

8.32.1 Liquid Emission / Discharge

The contractor shall have in place a Liquid Emissions / Discharges Management System used to identify,

assess and control activities that have the potential to cause discharges of liquids to surface water, drains,

and the ocean or onto land.

Page 251: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 65 of 83

The contractor system shall contain processes as applicable for the prevention of fugitive liquid emissions

through means including:

• bunding for all liquid storage facilities which are impervious and prevent the escape of liquids stored

• provision of oil in water interceptors and / or holding / settlement pits / tanks / ponds to allow the

separation of suspended solids and immiscible liquids;

• provision of continuous or batch sampling points for drainage systems with automatic or manual

rerouting facilities if specified liquid qualities are not met;

• provision of separate drainage systems / routing

• site vehicles require cleaning before they leave site and use public roadways to prevent their

contaminating the roadways with mud, etc.

• vehicles that require thorough seed, insect, rodent inspection and / or cleaning before entering the

site to prevent environmental contamination.

• opportunities for reuse / recycling of produced water from a dedicated site water treatment facility,

where provided, as is appropriate to the quality of the produced water:

• opportunities for the utilization of gray water and / or rain water should be considered where water

treatment facilities are unavailable.

Chemicals used on site will be waste managed according to their material safety data sheets.

8.32.2 Waste from works

The contractor shall avoid petroleum-based solvents where possible during construction and bio-degradable

cleaning products used instead.

The contractor must supply a waste volume update regularly to WorleyParsons, which will be recorded in a

register. This register is to track and detail final disposal of all wastes within the Contractor control.

8.33 Welding and Cutting

Unless in a designated hot work area, all welding and cutting activities undertaken by the Contractor shall be

covered by the appropriate hot/cold work permit and other permits as applicable e.g. confined space permit.

The contractor shall ensure safe work practices are implemented at all times during the welding and cutting

activities. Work method statements and supporting procedures shall be implemented to support the works

undertaken. The use of screens to protect nearby workers from welding glare shall be implemented by the

Contractor.

Exhaust and general ventilation systems used in the extraction/capture of toxic fumes, gases and dusts shall

ensure maximum exposure standard to personnel are not exceeded. In circumstances for which it is

impossible to provide such ventilation, airline respirators or hose masks approved for this purpose must be

used. Each contractor welder or cutter should have at least one 9.1Kg (20 lb.) all-purpose dry powder fire

extinguishers at the location where the welding or cutting is being performed.

Page 252: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 66 of 83

All contractor persons performing welding activities shall be competent and qualified for the class of work

being performed. The Contractor shall have a procedure in place to ensure this competency is maintained

and recorded formally

8.33.1 Compressed gas and oxygen cylinders

All cylinders shall be clearly marked stating contents and secured as per relevant local Standards. Cylinders

shall not be accepted onsite that are not properly labelled as to contents, capped and secured. The

contractor shall have procedures implemented to cover the transport and moving, placing, storing, use and

refilling of gas cylinders.

8.33.2 Grinding

The use of 9" (230mm) portable grinders for cutting and grinding activities is not allowed under any

circumstances. This requirement is effective for all new projects commencing from 1 July 2014.

The use of 7" (175mm) portable grinders for cutting should be avoided wherever possible. A Job Hazard

Analysis using the hierarchy of controls to eliminate the need to undertake this activity must be done by the

contractor and approved by a WorleyParsons. The use of 7" (175mm) grinders for grinding activities can

only be performed with approval by the WorleyParsons supervisor.

Prior to use all portable grinders shall:

• Be subject to a Job Safety Analysis (JSA) before use and the risk assessment reviewed and

updated accordingly if conditions change

• Be fitted with a 'dead man" switch if above 5" (125mm) in size

• Be fitted with a "soft start" / clutch mechanism if above 5" (125mm) in size

• Be fitted with a handle to allow two-handed operation.

All operators of portable grinders shall undertake Portable Grinder Safety training prior to commencing work

with grinders.

8.34 Golden rules for reducing risks.

Construction is a high-risk activity. This chapter covers the ‘5 Golden rules’ that will help you keep safe and healthy. Remember to:

• Plan and organize what you do

• Make sure you’re trained and competent and know the special risks in your trade

• Raise problems with your supervisor or safety representative. Rule # 1: THE BASICS Tidy sites and decent welfare

Page 253: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 67 of 83

Tidy sites and decent welfare are the basics of a good site. Slips and trips are the most common cause of injuries at work. An untidy site is a poorly managed site. All sites need decent welfare facilities. The minimum welfare requirements are:

• Clean toilets

• Running hot and cold water with soap and towels

• Basins large enough to immerse your arms up to the elbows

• Drinking water

• Some- where warm, dry and clean to sit and eat

• Poor welfare facilities can lead to ill health Rule # 2: PROTECTION TO AVOID FALLS FROM HEIGHT Falls from height are the biggest cause of fatal and serious injuries in construction. They account for 50% of all deaths. Many accidents involve falls from roofs, through fragile materials, from ladders and from leading edges. Generally, make sure you:

• Work from a safe and secure place or platform with proper edge protection

• Use scaffolds and scaffold towers that are competently erected

• Use powered access equipment safely

• Protect holes and leading edges, e.g. with guardrails and toe boards

• When working on roofs never:

• Work in poor weather

• Work on sloping roofs without edge protection

• Throw down waste or equipment

• Take care when working on or near fragile material - you can fall through as well as off it. Ladders: Only use ladders for light work of short duration if there’s no safer alternative .Angle and secure them to prevent slipping (1 out for 4up) .Always make sure ladders are properly maintained Never over-reach Rule # 3: PROPER MANUAL HANDLING Manual handling injuries from working with heavy, awkward materials, often in wet conditions, are one of the most common reasons why workers leave construction. Injuries are made worse by repetitive jobs, such as laying heavy blocks.

• Use mechanical means, e.g. hoists, tele-porters and chutes

• Choose equipment suitable for the job and keep it maintained

• Change to lighter materials, bags etc.

• Avoid repetitive handling

• Avoid awkward movements

• Protect yourself and reduce the strain Rule # 4: PROPER TRANSPORT ARRANGEMENTS

Page 254: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 68 of 83

Workplace transport incidents are the second most common cause of fatalities after falls from height.

• Use barriers and warning signs to separate vehicles and people

• Create clearance around slewing vehicles

• Avoid reversing – where you can’t, use trained banks men

• Make sure loads are secure

• Don’t use plant and vehicles on dangerous slopes

• Only take passengers on vehicles designed to take them

• Make sure vehicles are maintained and operators are trained

• When people and vehicles collide, people come off worse - so keep them apart! Rule # 5: PRECUATION WHILE WORKING ON ASBESTOS If you’re thinking of working in a building that was built or renovated up until the 1980s, you should assume it contains asbestos until proved otherwise. The main asbestos-containing materials (ACMs) are lagging, asbestos insulating board, sprayed insulation, decorative coatings and asbestos cement.

• Check if there is any ACM

• Find out what you need to do to work safely

• If in any doubt, leave it to the experts

8.35 SHE Passport – A Good practice guide.

This chapter on good practice guide describes that what a SHE Passport scheme is and also answers to some basic information about it and gives advice on good practice including a suggested core syllabus. SHE Passport scheme ensure that workers have basic health and safety awareness training and are a way of improving health and safety performance. They also help promote good practice and can help reduce accidents and ill health caused by work. They are especially useful for workers and contractors who work in more than one industry or firm. What are health, safety and environment Passports?

• SHE Passport shows that a worker has up-to-date basic health and safety or health, safety and environment awareness training. Some cover other subjects too.

• SHE Passports are a way of controlling access to work sites – only workers with valid Passports are allowed to work.

• They shall be of credit card size and made of strong plastic with a Photograph and signature.

• Workers can hold more than one SHE Passport if they have been trained for work in more than one industry.

• They are a very simple way for workers who move from one industry to another or work in more than one industry, to show employers they have basic training.

• A SHE Passport belongs to the worker not the employer.

• Some Certification Schemes operate like Passports.

• SHE Passport is a starting point for workers training for health, safety and environment qualifications.

Page 255: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 69 of 83

What should SHE Passport training cover? A SHE Passport holder should know about:

• The hazards and risks they may face;

• The hazards or risks they can cause for other people;

• How to identify relevant hazards and potential risks;

• How to assess what to do to eliminate the hazard and control the risk

• How to take steps to control the risk to themselves and others;

• Their safety and environmental responsibilities, and those of the people they work with;

• Where to find any extra information they need to do their job safely; and How to follow a safe system of work

How SHE Passport scheme will work? An industry or group of companies decide they want a way of ensuring that their employees and any suppliers, contractors, self-employed or agency workers they use have basic health, safety and environment training. They need to decide or consider that:

• What training is needed for workers;

• Qualifications and resources needed by trainers;

• How training will be delivered and assessed;

• How long a Passport will be valid for;

• Need for refresher training before renewal; and

• How records will be kept and checked.

• A training scheme is developed, piloted and fine-tuned.

Courses are offered to workers. It is important to check that training has been successful, so workers must pass a test or an assessment must be made before a SHE Passport is issued. Once the scheme starts, the industry or group of companies will not allow workers on their sites unless they hold an up-to-date and valid SHE Passport. Large firms often have their own ‘approved’ list of contractors. To join this list, contractors may have to demonstrate their health, safety and environmental performance. Having workers with Passports is one way to do this. SHE Passports shall not be:

• A way of knowing or identifying that a worker is competent;

• A substitute for risk assessment;

• A way of showing ‘approval’ of a contractor;

• A reason to ignore giving site-specific information; or

• A substitute for effective on-site management Benefits and advantages of Passport schemes

• They can help reduce accidents and ill health caused by work.

• They can have a significant impact in reducing pollution incidents, minimizing waste and contributing to a cleaner environment for everyone.

• Passports save both time and money because workers need less induction training.

• They show a company’s commitment to having safe and healthy workers

Page 256: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 70 of 83

Revision History

Section Description

Approval Table

Rev Description Originator Reviewer WorleyParsons Approval

Date Client Approval

Date

Page 257: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 71 of 83

Appendix 1 Relevant Legislative and Authority License Conditions

[

• Oil Industry Safety Directorate (OISD) standards (latest) & recommendations

• Oil Industry Joint Implementation Committee’s recommendation

• Petroleum & Explosives Safety Organization (PESO)

• Oil Sector Infrastructure Protection Plan (OSIPP)

• Tariff Advisory Committee (TAC)

• Indian Boiler Regulations (IBR)

• Bureau of Indian Standards (BIS)

• National Building Code for Construction (NBCC)

• Indian Electricity Rules (IE Rules)

• NFPA

• Petroleum Rules and PNGRB guidelines

• Manufacture, Storage& Inspection of hazardous Chemicals(MSHIC)

• Storage Maintenance of Pressure Vessels(SMPV 1984)

• Factories Act, 1948;

• Petroleum Act, 1934 & the Petroleum Rules, 2002;

• Liquid effluent discharge, as per Minimal National Standards for liquid

• effluents and air emissions conforming to Pollution Control Board Standards;

• Civil Aviation Rules;

• Indian Boiler Regulation Act;

• The Electricity Act, 2003 and the Rules and Regulations made there under;

• Requirement of Chief Controller of Explosives;

• OISD Guidelines/norms (latest)

• Pollution Control Board Stipulations/Requirements;

• Requirements of Central/State Government Authorities;

• MOEF stipulations/requirements.

• Building and Other Construction Workers’ Act, 1996 / BOCW Rules (State Wise)

MB Lal Committee’s, OISPP& JIC Recommendation

Page 258: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 72 of 83

Appendix 2 Contractor Mobilization HSE Task Checklist

The following checklist covers both pre-mobilization and post-mobilization HSE tasks for contractors. This checklist may be added to with project specific requirements.

Requirements BSC Before Site Commencement Status at: (insert date)

M Mandatory (where applicable to scope)

BAC Before Activity Commencement AC Activity Complete

R Recommended C + X X days after commencement AP Activity Pending

NA Not Applicable C – X X days before commencement

WORLEYPARSONS REQUIREMENTS Requirement Remarks

1 CUSTOMER, REGULATOR AND COMPANY REQUIREMENTS

1.1 Review contractual agreements and project HSE specifications for HSE requirements and build them into the relevant HSE plan and process.

M BSC

1.2

Identify and familiarize with applicable statutory acts, regulations and codes

Identify and familiarize with statutory licensing and or permit requirements

Confirm project regulator liaison and project protocol for communication with the regulators

M BSC

1.3 Review project scope of work and identify/ document key HSE activities and deliverables. M BSC

1.4 Identify WorleyParsons requirements and determine if a gap assessment and bridging plan is needed M BSC

2 RISK ASSESMENT

2.1

Conduct a scope specific HSE risk assessment with WorleyParsons construction and HSE personnel as an input to the HSE plan

• Discuss and determine the extent of coverage provided by the existing facility emergency response team (if applicable)

M BSC

2.2 Ensure controls are identified for all extreme and high risks and are incorporated into HSE planning and programs M BSC

Page 259: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 73 of 83

2.3

Based on the HSE risk assessment identify specific HSE programs/initiatives needed that are not already covered by the WorleyParsons project program.

Develop (or raise awareness of existing) project specific plans or procedures addressing:

• High risk activities

• Physical, chemical and other hazards

• Medical surveillance requirements

• Construction environmental impact

• Project security

• Emergency action and response

• Special training requirements

M BSC

3 PLANNING AND APPROVALS

3.1

Review project schedule (particularly first six months) and identify key milestones. Input HSE aspects into the project start up plan i.e. 30/60/90 day look ahead

Add to the preliminary list of HSE deliverables based on schedule and ramp up/down/ holidays/phases of project, and submit for WorleyParsons approval

M BSC

3.2 Review HSE budget and confirm adequate for delivery of HSE program, or update R BSC

3.3 Clarify (and confirm alignment with what is documented) project HSE approval protocols and levels of authority associated with key positions

M BSC

3.4 Incorporate key deliverables and activities into project s-curve, and commence measurement and progress reporting

R BSC

3.5 Attend and participate in the project kick off meetings M BSC

Page 260: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 74 of 83

3.6

Define linkage between contractor HSE documents and overarching WorleyParsons project HSE plans. Commence development of priority HSE plans, procedures, standards and requirements as applicable and incorporate relevant aspects of WorleyParsons HSE plans and initiatives.

The following generic plans have been identified as typical for most larger projects, however many of these may have been developed by WorleyParsons for the project and may satisfy the requirements for the contractor organizations also:

• Project HSE Plan

• Office HSE Plan

• Journey Management Plans (including requirements for project related travel including visiting vendor and fabrication shops)

• Assurance Plan

• Security Plan

• Emergency and Crisis Plan

• Offsite fabrication

• Minor contracts

M BSC

Discuss requirements with WorleyParsons and clarify which plans will be developed by WorleyParsons, and which must be developed at contractor level. In many cases there may be a single overarching plan that everyone on the project must work under, regardless of employer.

3.7

Gain formal WorleyParsons approval for the project plans, and ensure:

• Project HSE plans address the contract conditions, top HSE risks, and the legislative requirements of the country where the scheduled activities are to take place.

M BAC

3.8 Develop HSE leadership program, and define personal KPI, site visits, observation behavior program (SAZ), response to incidents and celebrating success

M BSC

3.9 Develop HSE organizational chart and submit to the WorleyParsons HSE manager for approval.

Submit CV of the proposed HSE Manager to the WorleyParsons HSE Manager for approval. M BSC

3.10 Attend project HSE alignment sessions as required by the project management team. M BSC

Page 261: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 75 of 83

3.11 Develop key process metrics (KPI’s) specific to scope activities and identified risks in alignment with the project HSE program.

M BSC

3.12 Establish notification and reporting requirements including contractual and regulatory, and develop reporting templates

M BSC

3.13

Establish procedures and times for

• Job Start Meetings

• Prestart talks

• Tool Box Meetings

• Site HSE Meetings and communication

M BSC

3.14 Determine type and method of record-keeping, training database system and general files retention and procure if necessary (i.e., software programs etc.)

M BSC

Page 262: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 76 of 83

3.15

Define task specific competency requirements and develop and implement training and practical assessment, including:

• Induction (industry, project and site) for all personnel

• Supervisor ( Team Leader ) orientation and engagement program

• Risk assessment /work method statements

• Root Cause Analysis overview

• Serious About Zero (SAZ) or other safety conversation program

• Craft training programs and craft competency testing program

• Other specialty training as determined by hazard assessments (i.e. hazardous chemicals, etc.)

• Course Languages

• Training on HSE tools – JHA, step back, behavioural safety etc.

Agree delivery method – balance lecture style classroom teaching with practical hands-on training and workshop discussion. Take into account literacy, culture and language

M BSC

3.16 Develop and submit for WorleyParsons approval the scope specific HSE induction program M BSC

3.17

Ensure details of Qualifications/Certificates of Competency and Competency Assessments are submitted/approved for all personnel required to commence works:

• Crane Drivers

• Machinery operators

• Scaffolders

• Riggers/Dogmen

• Welders

• Other (specify)

M BSC

3.18 Identify safety critical positions and competency verification process M BSC

Page 263: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 77 of 83

3.19 If the project is to have golden rules, ensure a clear disciplinary process is in place to address any breaches. M BSC

3.20 Define the recognition program, including worker and supervisor recognition for safe work and safe behaviours M BSC

3.21

Develop templates for meeting schedules/agendas/Charters

Develop promotional and communications material, including:

• Posters/ banners/ stickers

• Newsletter/ weekly bulletin templates

• Other methods for providing whole of project HSE updates and communications

R BAC

3.22 Define the expectations and process for incident investigation, including expectations of line management and leadership.

R BAC

3.23 Plan for contractor readiness review (both desktop review of the premobilization deliverables, followed by an onsite post mobilization review prior to commencement of field execution work) to ensure that the required HSE planning, preparation and resourcing are in place.

M BAC

3.24

Develop risk based HSE assessment schedule. Include HSE self-assessments, independent assessments and readiness reviews in the schedule.

Ensure any sub-contractor organizations are included in the schedule. Top HSE risks associated with their scope must be assessed.

M BSC

3.25

Develop templates and schedule for HSE inspections on scope specific tasks aligned to HSE plan requirements and high risk activities (worksite, mobile equipment, rigging/lifting, scaffold etc.). Define level of management participation.

Include any sub-contractor organizations in the inspection schedule and associated activities.

M BSC

4 SUB-CONTRACTORS

4.1 Develop HSE prequalification and tender evaluation process for sub-contractors M BSC

Page 264: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 78 of 83

4.2 Following sub-contractor evaluations determine the level of training needed, and the appropriate supervision ratios

M BSC

Higher supervision ratios and training are required for workers and sub-contractors with limited exposure to the type of scope, size, complexity and phase of the project.

4.3 Conduct HSE kick off meetings with each sub-contractor M BSC

4.4 Conduct scope specific risk assessment with each sub-contractor and ensure all extreme and high risks are adequately addressed through HSE plans.

M BSC

4.5

Provide sub-contractors with project and work scope specific pre and post mobilization deliverables as soon as possible after award of contact .i.e. kick off meeting.

Include clear outline of any non-negotiable HSE requirements for the project, and ensure sub-contractors can work to the requirements outlined in the project contractor HSE specifications provided by WorleyParsons.

M BSC

4.6 Approve any sub-contractor HSE plans and training processes.

Undertake competency assessments of critical position personnel prior to mobilization. M BSC

4.7

Review sub-contractor readiness pre and post mobilization to ensure the pre and post mobilization deliverables are achieved and sub-contractor is set up to achieve zero harm outcomes.

Identify any areas where the sub-contractor may provide additional support and agree to a suitable improvement plan.

M BAC

If needed request guidance from WorleyParsons on strategies to best support sub-contractors working on the project.

4.8 Establish contractor regular meetings with each sub-contractor organization to review HSE performance and plan for the activities in the coming period.

M BAC

Page 265: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 79 of 83

4.9 Incorporate sub-contractor assurance activities into the assessment (audit) schedule M BAC

5 SITE SETUP

5.1

Identify and seek approval for any site establishment and mobilization. For remote sites or sites with camps consider:

• Medical and site emergency response

• Hygiene

• Messing

• Waste

• Security

• Site layout and traffic management

• Training facilities, including setups required for interactive training

M BAC

5.2 Identify the need for site wide radios and gain agreement to allocation of radio channels with WorleyParsons R BAC

5.3 Develop and submit work method statements and associated risk assessments for site mobilization/establishment works.

M BAC

5.4 If required by the contract obtain all necessary HSE related permits required for the performance of the work M BAC

5.5 Ensure project has made necessary arrangements with local emergency response authorities eg, Police, Ambulance, Hospitals, Fire Brigade.

R BAC

5.6

If not already provided by project, set-up local emergency transportation services provider, and confirm medical arrangements applicable for project personnel and subcontractors

Clarify what support (if any) is proposed to be provided by either WorleyParsons or the customer – security, emergency response, transport, etc.?

M BAC

Page 266: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 80 of 83

5.7 Ensure Emergency Response Procedures are adequate for scope of work and make sure all personnel undertake training in emergency response.

M BAC

5.8

Establish primary medical provider and panel of specialists. Provide selected consulting physician with appropriate forms for personnel visits.

Establish medical protocols/standing orders with consulting physician; get appropriate approvals.

Provide consulting physician with craft job descriptions for pre-employment physicals and restrictive work availability.

Notify and instruct the designated emergency response team (client or project) of consulting physician and preferred emergency care facilities.

M BAC

5.9 Develop details of random drug testing activities (i.e. on site collection process, point-of-contact for results, personnel notification process, etc.) and details of service provider

M BAC

5.10

Establish (or sign up to existing project) occupational health program with medical provider (include on/off site)

Develop and submit a health surveillance and fitness for work including pre-employment medical for WorleyParsons approval

M BAC

5.11 Set-up medical management/ workers’ compensation program M BAC

5.12

Set up accounts with HSE service providers eg:

• Personal protective equipment suppliers

• Emergency response equipment and or providers

• Medical suppliers

• Security contractors

• Third Party equipment inspectors

R BAC

Page 267: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 81 of 83

The following provides a suggested listing of HSE related documentation that may be required. It is not a comprehensive list. Go-bys (examples) can be provided by

WorleyParsons.

Specific initiatives that could be considered include: Consider establishing a library of: Training Programs should include but not be limited to the following:

• Buddy Manager Program

• Short Service Employee (SSE) Program

• Tool box talks

• Posters

• Project Induction

• Office HSE induction

• Contractor HSE supervisor

• JHA / WMS

5.13

Ensure inspections and tests have been performed on all equipment to be used on the site prior to mobilization

• Cranes and lifting apparatus

• Machinery and Equipment

• Vehicles

• Testing Equipment

M BAC

5.14

Ensure all temporary and portable electrical circuits are to be protected by Earth Leakage/Residual Current Detection devices and a process for regular maintenance and checks.

Ensure all portable electrical equipment items including leads inspected, tested and tagged

M BAC

5.15

Ensure all hazardous substances required for the work been identified and SDS approved and on site prior to bringing to site

Submit estimate and procedure for storage of fuel required where contractor is supplying

Submit for approval procedures and intended location for safe storage of gas bottles and hazardous materials.

M BAC

5.16 Ensure all facilities (lay down areas, fabrication yard, field and project offices are inspected to meet WorleyParsons and project requirements.

M BAC

5.17 Make appropriate arrangements for waste disposal including biological wastes (where applicable). If required develop a plan for disposal of solid, liquid and biological waste and submit for WorleyParsons approval.

M BAC

5.18 Identify and plan for any environmental monitoring and reporting activity M BAC

Page 268: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A Page 82 of 83

• HSE Promotion and Awareness

• PPE Injury and Prevention Awards

• HSE Recognition Plan

• Project Golden Rules

• Haz-IDs and HSE Keys

• Take Time for Safety Program (Supervisors

• CARE Cards…step back 5x5

• Integrated Responsibility Table

• Behaviour Based Safety (BBS/SAZ) Program

• CARE and START Card Hazard

• Critical Safety Rules

• Monthly HSE Campaign

• Vulnerable Person (VP) Program

• Weekly Area HSE Assessment Program

• Craft competency assessment program

• Interactive learning program

• Stickers

• Flash reports

• Bulletin templates

• Screen savers

• Handbook

• D&A processes including testing

• Improvement campaigns

• Inclement weather

• short training/awareness packages

• Visitor Induction

• Returned worker induction

• H2S

• Norm

• Fire warden

• First aid

• Emergency response

• Height Safety

• Height rescue

• Confined Space

• Preventing Heat Stress

• Behavioral Based Safety

• Step back / pre-start risk assessment

• Hazardous substances

• D&A for supervisors

• Fire Extinguisher

• Manual Handling

• Permit to Work

• Incident investigation

• Defensive Driving

• Lifting & Rigging

• Scaffold awareness

• Office Safety Awareness

• Pre Start Talks for Supervisors

• Other craft specific training

Page 269: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CONTRACTOR HSE MANAGEMENT PLAN

14495-00-HS-PLN-0001 Rev : A

Appendix 3 Contractor HSE Leading and Lagging Key Performance Indicators

The below table includes typical project HSE KPI that may be utalised for monitoring HSE performance.

Purpose KPI Type

Review HSE Performance Lost Workday Case Frequency Rate (LWCFR) Lag

Review HSE Performance Total Recordable Case Frequency Rate (TRCFR) Lag

Review HSE Performance Business Motor Vehicle Crash Rate (BMVCR) Lag

Review HSE Performance Number of regulatory breaches Lag

Improve Leadership/Reduce HSE

Risks

HSE Observations/ Audits/ Inspections conducted vs. planned Lead

Improve HSE Communications % HSE Communications conducted v’s planned Lead

Reduce Risks and Impacts Response to audit findings % closed out Lead

Reduce reoccurring incidents and

near misses

% Incidents and near misses notified within 24 hours Lead

Reduce HSE Risks % actions closed out from HSE Risk Register Lead

Reduce Risks and Impacts/Improve

Leadership

% No. of HSE Observations planned versus actual.

% No. of HSE Workplace Inspections planned versus actual Lead

Reduce Risks and Impacts % Actions Implemented from HSE Behavioral Observations. Lead

Improve HSE Competency % Scheduled training and inductions completed. Lead

Reduce Incidents and

Impacts/Monitor HSE Commitment

% scheduled inspections completed Lead

Note:

Incident rates are based on injuries per 200,000 man hours worked

Page 270: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-CI-SOW-0005 Rev : A Page 1 of 13

VVSPL CAPACITY AUGMENTATION PROJECT

Scope Of Work- Car Parking structure

Project No: 403102-14495

Document No: 14495-00-CI-SOW-0005

20 Jun 18

I-Think Lodha Techno Campus, 5

th Floor, Tower B,

Pokhran Road No. 2 Thane (West) – 400607 Tel: +91 2266515700 Fax: +91 2267818000

© Copyright 2018 WorleyParsons

Page 271: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SCOPE OF WORK- CAR PARKING STRUCTURE

14495-00-CI-SOW-0005 Rev : A Page 2 of 13

SYNOPSIS This document presents the scope of work Car Parking structure at IPS-1, IPS-2 and IPS-3 locations for the VVSPL

Capacity Augmentation Project. This document shall be used in conjunction with the additional requirement

stipulated in Tender document.

Disclaimer

This report has been prepared on behalf of and for the exclusive use of HPCL, and is subject to and issued

in accordance with the agreement between HPCL and WorleyParsons India Pvt Ltd.

WorleyParsons India Pvt Ltd accepts no liability or responsibility whatsoever for it in respect of any use of or

reliance upon this document by any third party.

Copying this report without the permission of HPCL or WorleyParsons is not permitted.

VVSPL CAPACITY AUGMENTATION PROJECT

REV DESCRIPTION ORIG REVIEW WORLEY- PARSONS APPROVAL

DATE CUSTOMER APPROVAL

DATE

A Issued for Customer Review

MAK

PAR

KAK

20 Jun 18

Page 272: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SCOPE OF WORK- CAR PARKING STRUCTURE

14495-00-CI-SOW-0005 Rev : A Page 3 of 13

CONTENTS

1. INTRODUCTION ................................................................................................................ 4

2. SCOPE OF WORK ............................................................................................................. 5

2.1 Battery Limits For Civil and Structural Scope of Works ..................................................... 5

2.2 Exclusions .......................................................................................................................... 6

2.3 Battery Limits For Electrical Scope of Works ..................................................................... 6

3. DESCRIPTION OF WORK - SPECIFIC ............................................................................ 8

3.1 Car Parking structure work ................................................................................................ 8

3.2 Car Parking Structure: Solar power system work............................................................. 8

3.3 Material and Consumables ................................................................................................ 9

4. HSE AND QUALITY ASSURANCE ................................................................................. 10

5. VENDOR DATA REQUIREMENT LIST .......................................................................... 11

6. LIST OF ATTACHEMENTS ............................................................................................. 12

6.1 List of Design Basis ......................................................................................................... 12

6.2 List of Specifications ........................................................................................................ 12

6.3 List of Standard Drawings ............................................................................................... 12

6.4 List of Architectural Drawings / Sketches ....................................................................... 12

6.5 List of Plot Plan ................................................................................................................ 13

Page 273: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SCOPE OF WORK- CAR PARKING STRUCTURE

14495-00-CI-SOW-0005 Rev : A Page 4 of 13

1. INTRODUCTION

Hindustan Petroleum Corporation Limited (hereinafter referred to as "HPCL") has appointed WorleyParsons India Pvt. Ltd. as EPMC for the VVSPL capacity augmentation project.

Hindustan Petroleum Corporation Limited (HPCL) intended to carry out capacity augmentation of their existing cross

country multiproduct white oil pipeline “Visakh Vijayawada Secunderabad Pipeline” (VVSPL). VVSPL is a 572 Km

long cross country petroleum pipeline from Visakhapatnam to Secunderabad.

VVSPL has the following intermediate facilities:

• Visakhapatnam dispatch station at Ch. 0 km.

• Intermediate pigging station-1 (IPS-1) at Ch. 92.9 km.

• Rajahmundry booster cum receiving station Ch. 181 km.

• Intermediate pigging station-2 (IPS-2) at Ch. 264.5 km.

• Vijayawada booster cum receiving station Ch.349 km.

• Suryapet booster cum receiving station Ch.460 km.

• Secunderabad receiving station Ch. 572 km.

• In addition to the above 32 nos. of SV / CP stations.

This document presents scope for Car Parking structure at IPS-1, IPS-2 and IPS-3 stations for the VVSPL Capacity

Augmentation Project. The purpose of Scope of Work is to clearly define the Civil & Structural scope for the

associated Works.

Page 274: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SCOPE OF WORK- CAR PARKING STRUCTURE

14495-00-CI-SOW-0005 Rev : A Page 5 of 13

2. SCOPE OF WORK

The scope of work of this tender involves supply of all materials, design, fabrication, transportation, construction,

erection/installation, finishing, inspection of the Car parking structure at IPS-1, IPS-2 and IPS-3 locations.

The scope of work for Contractor involves the following, but not limited to:

• Structural steel work – Contractor is responsible for design, structural stability, fabrication, transportation and

erection/installation of structural steel work and roof mesh structure (roof mesh preferably made from ETFE-

Ethylene Tetrafluoroethylene) envisaged for the car parking structure. Contractor shall submit base frame

drawings along with the foundation loads for foundation design to HPCL/WP.

• The Car parking structure shall be with integrated roof mounted solar panel system. The Contractor shall be

responsible for the design, supply, installation, integration, inspection, testing and commissioning of roof

mounted solar power system, system for collection of rainwater and local recharge pit for rainwater

harvesting, solar power generation and storage. The solar power system will include all necessary

equipment’s and accessories viz. panels, inverters and other components to generate & store renewable

energy. Integrated solar powered LED lighting system with integral battery backup for the Car parking

structure, which can provide illumination level of min. 60 lux at grade level for the covered area for approx.

12 hrs of night period. The system shall also house remote monitoring system for volume of rainwater

harvested, solar power generated and micro climate sensors.

• Providing all necessary measures like temporary hard barricading to protect the adjoining facilities/activities

at the construction area. Removal of all temporary barricades and restoration of the area to original condition

after completion of works and as advised by the Engineer-in-charge.

• Demonstration of the installed Car parking structure considering the maintenance aspect over the design life

of the structure. Providing supervision for the demonstration of operation and maintenance philosophy for

the personnel working within the premises.

• Design analysis for structural stability shall be carried out to cover maximum wind speed as per

Civil/Structural design basis (14495-00-CI-BOD-0001)

• Any other work as may be required to complete the job in all respects.

2.1 Battery Limits For Civil and Structural Scope of Works

The facility for Car parking structure shall be built within IPS-1, IPS-2 and IPS-3.

All work need to be carried out after receiving approval from HPCL/WP. HPCL will facilitate approval process,

however all approval supporting documents shall be prepared by the Contractor. Contractor shall start work only

after receiving such approvals in writing, wherever required.

Security approvals for machines, tools and labour/personnel shall be taken from concerned security agencies well in

advance. HPCL will facilitate approval process when required. However basic criteria shall be fulfilled by Contractor.

Work shall be carried out in such a manner that the work of other agencies operating at the site is not hampered due

to any action of the Contractor. Proper co-ordination with other agencies shall be the responsibility of the Contractor.

Page 275: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SCOPE OF WORK- CAR PARKING STRUCTURE

14495-00-CI-SOW-0005 Rev : A Page 6 of 13

In case of any dispute, the decision of Engineer-in-charge shall be final and binding on the Contractor with no extra

cost to Owner.

Any other design & drawing not listed herein above but covered in tender shall be in CONTRACTOR’s scope.

2.2 Exclusions

• Design and detailed drawings for Parking shed foundation.

• Construction of foundation for Parking shed.

• Design and construction of Pavement for Parking shed.

2.3 Battery Limits For Electrical Scope of Works

Contractor scope shall be as follows but not limited to,

2.3.1 Design, manufacturing, inspection, testing, supply, shipment, delivery to site, installation, integration,

inspection, testing and commissioning at site of integrated roof mounted Solar power system with all

accessories and including LED lighting fixtures with integral battery backup for 12 hrs for Car parking

structure.

Contractor shall meet or exceeds all the requirement of the latest edition of the relevant IS/IEC codes,

statutory regulations, IE rules and CEA regulations. Any deviation from the codes and standards must

be approved in writing by Purchaser/Consultant. Such written approval must be obtained prior to the

commencement of any work which would constitute such a deviation.

The installation work shall confirm to the latest applicable electricity rules, all currently applicable

standards, regulations and safety codes of the locality where the installation is to be carried out.

Nothing in this specification shall be construed to relieve the Contractor of this responsibility

Refer respective specification for applicable codes and standards. Wherever applicable standards are not

mentioned, then accepted good engineering practices shall be followed and implemented during

execution of project with prior Purchaser’s approval. Contractor shall note that, safety shall not be

compromised throughout the execution of project.

2.3.2 Actual billing shall be done only on permanantely installed quantities and not on supplied quantities. Any

balance material supplied by Contractor but not installed at site shall be taken back by Contractor and

shall not be billed to Purchaser and/or Consultant. Any as built data required for extension of existing

equipment shall be obtained by Contractor at site.

2.3.3 Liasoning/co-ordination with statutory authorities and state electricity boards as required for obtaining

approvals. Any modification or additional requirements suggested by them shall be carried out by

Contractor without cost and time implications.

2.3.4 After safe delivery to site, Contractor shall be responsible for loading/unloading and maintaining

equipment/materials during storage and until they are handed over to Purchaser.

Page 276: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SCOPE OF WORK- CAR PARKING STRUCTURE

14495-00-CI-SOW-0005 Rev : A Page 7 of 13

2.3.5 Contractor shall be responsible to replace the damaged material/equipment supplied by him without cost

and time implications.

2.3.6 Engineering, Supply, installation and dismantling of construction power supply and materials as

required shall be Contractor’s scope.

2.3.7 The method statements, sketches, shop drawings such as conduit layouts, framing layouts etc as

required for installation, site testing and commissioning shall be provided by the Contractor for

Purchaser’s approval. The Contractor shall obtain Purchaser approval before use or implementation.

2.3.8 Contractor shall maintain record of all punch list items during site acceptance tests and final handover to

Purchaser. All punch lists items must be cleared before final acceptance/handover by Purchaser.

2.3.9 Skilled and unskilled manpower required during construction shall be provided by the Contractor as

required. Contractor shall provide qualified and competent personnel to supervise the installation and

carryout site testing and commissioning of equipment specified.

2.3.10 The makes of all electrical equipment/materials shall be selected from approved Vendor list of Purchaser.

The make and type of equipment/materials, if not specified in approved Vendor list, then shall be subject

to Purchaser’s approval.

2.3.11 Any changes, if necessary due to site conditions/requirements shall be carried out after obtaining approval

of Purchaser / Consultant or their representatives at site. The changes carried out shall be marked clearly

in the layout drawings and forwarded to Purchaser / Consultant for preparation of necessary ‘AS BUILT

DRAWINGS’.

2.3.12 Contractor shall be responsible for complete integration of new equipment or work with existing equipment

or facilities for safe, sustainable and reliable operation. Liasoning, interfacing, as built data, survey, tests,

validations, inspections, assessments etc as required for existing equipment or facilities shall be part of

Contractor's scope.

Page 277: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SCOPE OF WORK- CAR PARKING STRUCTURE

14495-00-CI-SOW-0005 Rev : A Page 8 of 13

3. DESCRIPTION OF WORK - SPECIFIC

3.1 Car Parking structure work

Contractor shall be responsible for Design, Structural Stability, Detail, Fabrication, Transportation, Erection / Installation, Construction & Inspection of following work:

A. IPS-1

� Car Parking Structure - Guest house area as per drawing no. 14495-00-ST-DSK-0003.

B. IPS-2

� Car Parking Structure - Guest house area as per drawing no. 14495-00-ST-DSK-0003.

C. IPS-3

� Car parking structure as per drawing no. 14495-00-ST-DSK-0003.

Contractor’s scope of work shall include Structural Steel work and any other work related to completion of Car parking structure construction. The Contractor shall adhere to approved project specifications, design sketch supplied by Consultant for completion of the work.

3.2 Car Parking Structure: Solar power system work

Contractor shall be responsible for Design, manufacturing, inspection, testing, supply, shipment, delivery to site, installation, integration, inspection, testing and commissioning at site of integrated roof mounted Solar power system as described below:

A. IPS-1

� Solar power system with all accessories (including inverter etc.) above Car Parking structure

� LED lighting with integral 12 hrs battery backup under Car Parking structure to provide min. 60 lux under the structure at grade level

� All interconnections including cables, connector, glands, earthing etc. from inverter, solar panels etc. shall be designed, supplied and installed by Contractor.

B. IPS-2

� Solar power system with all accessories (including inverter etc.) above Car Parking structure

� LED lighting with integral 12 hrs battery backup under Car Parking structure to provide min. 60 lux under the structure at grade level

� All interconnections including cables, connector, glands, earthing etc. from inverter, solar panels etc. shall be designed, supplied and installed by Contractor.

C. IPS-3

� Solar power system with all accessories (including inverter etc.) above Car Parking structure

Page 278: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SCOPE OF WORK- CAR PARKING STRUCTURE

14495-00-CI-SOW-0005 Rev : A Page 9 of 13

� LED lighting with integral 12 hrs battery backup under Car Parking structure to provide min. 60 lux under the structure at grade level

� All interconnections including cables, connector, glands, earthing etc. from inverter, solar panels etc. shall be designed, supplied and installed by Contractor.

3.3 Material and Consumables Scope of supply by CONTRACTOR shall be as follows:

• All material and consumables required for engineering, construction, erection/ installation, finishing and commissioning to complete the job.

• All tools, tackles, plant machinery, labour etc. to complete the job.

• All materials used for Car parking structure shall comply to following standards: i. Class B1 of DIN4102-1 standard for fire test of building materials ii. EN 13501-1: Fire classification of construction products and building elements Part1:

Classification using data from reaction to fire tests In addition to above, refer table below :

Size 5m*5m (16.4ft*16.4ft)

Total Height 3.6m (11.8ft)

Springing Point 2.1m (6.8ft)

Total Weight 400 kg

Technical Textile Option of PVDF Titanium Dioxide coated Membrane OR PTFE Membrane

or similar

Wind Tolerance 140 kmph (87 mph)

Structure and Finish Option of SS316 grade stainless steel

Installation Standardised base plate. Foundation work by others.

Filtration In-mast physical filtration

Integrated Solar Lighting unit Monocrystalline flexible lightweight panel with Li-ion battery and charge

controller with automated sensor-based controls

Lighting 40W efficient LED lamps (150 lux)

Certification GreenPro Certified, Structural certification as per National Building Code

Warranty

15 years on structure and 5 years on electrical components and 2 years

on battery and bidder shall submit the relevant certificates while handing

over.

Any other activity / work which is not listed here but required for completion / execution of work shall be in the scope of Contractor.

Page 279: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SCOPE OF WORK- CAR PARKING STRUCTURE

14495-00-CI-SOW-0005 Rev : A Page 10 of 13

4. HSE AND QUALITY ASSURANCE

Contractor shall execute all defined in this document in compliance with HSE & Quality management plan (Annexure to SCC of tender) as applicable for this type of work. Contractor shall carry out material testing for all construction material as per relevant standrad or as directed by Engineer-in-charge. Records of test results shall be preserved and documented properly and shall be made available for inspection on demand.

Page 280: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SCOPE OF WORK- CAR PARKING STRUCTURE

14495-00-CI-SOW-0005 Rev : A Page 11 of 13

5. VENDOR DATA REQUIREMENT LIST

Following documents shall be submitted to Owner / EPMC Consultant after award of contract:

Sr.

No. Description

With

Bids

Post Order Final

Documents

For

Review

For

Records

Prints + 1

Electronic

file

1 Method of statement for all major activities * * *

2

Method of statement for rerouting/relocating existing underground piping & cables

* * *

3 All manufacturer Test certificate * *

4 All Lab Test Certificate * *

5 All registers and Inspection reports as maintained /issued * *

6 Installation drawings * *

7 Operation and maintenance manuals * *

8 Base frame detail drawings including the foundation loads and anchor bolt type(Anchor bolt Supplied by Vendor)

* * *

9 Lux level calculations * * *

10 Wiring / Circuit diagrams * *

11 Catalogues, manuals for all electrical items * *

* Documents and / or drawings required.

Note - Soft copy of all the drawings and documents shall be submitted in CDs organized in a manner as per the directions of the Engineer-In-Charge. Rates quoted shall be inclusive of the same.

Page 281: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SCOPE OF WORK- CAR PARKING STRUCTURE

14495-00-CI-SOW-0005 Rev : A Page 12 of 13

6. LIST OF ATTACHEMENTS

6.1 List of Design Basis

SR.NO DOC. NO. DESCRIPTION

1. 14495-00-CI-BOD-0001 Civil / Structural Design Basis

2. 14495-00-EL-BOD-0001 Electrical System Design Basis

6.2 List of Specifications

SR.NO DOC. NO. DESCRIPTION

1. 14495-00-CI-SPC-0009 Specification - Fence & Gate Work

2. 14495-00-CI-SPC-0010 Specification - Miscellaneous Work

3. 14495-00-EL-SPC-0013 Specification for Electrical Bulk Material

4. 14495-00-EL-SPC-0014 Specification for Electrical Equipment Installation

5. 14495-00-EL-SPC-0015 Specification for Field Inspection, Testing and

Commissioning

6.3 List of Standard Drawings

SR.NO DOC. NO. DESCRIPTION

1. 14495-00-CI-DST-0001 General Notes Concrete Work

2. 14495-00-CI-DST-0005 Standard Details of Paving & Roads

3. 14495-00-CI-DST-0006 Standard Details Of Fencing

4. 14495-00-ST-DST-0001 General Notes Steel Structures

6.4 List of Architectural Drawings / Sketches

SR.NO DOC. NO. DESCRIPTION

1. 14495-00-ST-DSK-0003 Car Parking structure - Layout

Page 282: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SCOPE OF WORK- CAR PARKING STRUCTURE

14495-00-CI-SOW-0005 Rev : A Page 13 of 13

6.5 List of Plot Plan

SR.NO DOC. NO. DESCRIPTION

1. 14495-15-PI-DPP-0001 Plot Plan for MB Patnam Booster Station ( IPS-1)

2. 14495-25-PI-DPP-0001 Plot Plan for JK Gudem Booster Station ( IPS-2)

3. 14495-45-PI-DPP-0001 Plot Plan for Bogaram Booster Station SV-17 ( IPS-3)

Page 283: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

Comment Response Sheet

EPF-0189-COR-EN Rev 4 (09-Nov-15) Page 1 of 1

Project Title VVSPL Capacity Augmentation Project Customer Hindustan Petroleum Corporation Limited

Project No. 403102-14495 CRS No. CRS-CI-010

Document Title Civil / Structural Design Basis Prepared By Pankaj Rane Date 21st Jun 2017

Document No. 14495-00-CI-BOD-0001 Rev. No. 0 Sheet of

Except for the following identified comments, all other comments on the document have been resolved.

No. Section/ Page

Comment Response By Date Status O/C *

Remarks

1 Section 2/

Page 10 & 11

Include following in point 2.3, 2.4 – Consider wind speed and seismic zone according to location(may vary with respect to location)

Basic wind speed & Seismic Zone is tabulated as per station/terminal location

PAR 21st Jun

2017 Closed

2 Section 5.2 - For maintenance condition 50% of wind is considered as maintenance work is not envisage during heavy wind

PAR 21st Jun

2017 Closed

3 Section 9.2 - Finished Ground Level (FGL) & Highest Flood Level (HFL) for IPS1, IPS2 & IPS3 is tabulated as per latest site input

PAR 21st Jun

2017 Closed

4 Section 9.5.3

- Rainfall intensity is tabulated as per station/terminal location

PAR 21st Jun

2017 Closed

Additional Notes (if any)

DISTRIBUTION

* O - Open, C - Closed

Page 284: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-CI-BOD-0001 Rev : 1 Page 1 of 36

VVSPL CAPACITY AUGMENTATION PROJECT

Civil / Structural Design Basis

Project No: 403102-14495

Document No: 14495-00-CI-BOD-0001

21 JUN 17

I-Think Lodha Techno Campus, 5th Floor, Tower B,

Pokhran Road No. 2 Thane (West) – 400607 Tel: +91 2266515700 Fax: +91 2267818000

© Copyright 2017 WorleyParsons

Page 285: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 2 of 36

SYNOPSIS

Hindustan Petroleum Corporation Limited (hereinafter referred to as "HPCL") has appointed WorleyParsons

India Pvt. Ltd. as EPMC for the project.

HPCL is currently pursuing to expand Vizag refinery from the current name plate capacity of 8.3 MMPTA to

15 MMTPA with a yield of 11.85 MMTPA for MS, HSD and SKO. In-line with refinery expansion plan, HPCL

is also planning to take up capacity augmentation of existing VVSPL (Vizag Vijayawada Secunderabad

Pipeline) from 5.38 MMTPA to 7.9 MMTPA simultaneously.

Capacity augmentation is proposed by implementation of new pump stations at existing IPS-1 (Ch. 92.9 km),

IPS-2 (Ch. 264.5 km), SV-17 Station and also by upgrading the existing booster pump facilities in Vizag,

Rajahmundry, Vijayawada, Suryapet and in Secunderabad. It also covers formulating and integration of new

facilities with existing Electrical, Instrumentation, PLC, SCADA, APPS including LDS, OWS system, piping

arrangements.

This design basis specifies minimum engineering requirments for RCC structures ,Steel structures and

General Civil related activities.

Disclaimer

This report has been prepared on behalf of and for the exclusive use of HPCL, and is subject to and issued

in accordance with the agreement between HPCL and WorleyParsons India Pvt Ltd.

WorleyParsons India Pvt Ltd accepts no liability or responsibility whatsoever for it in respect of any use of or

reliance upon this document by any third party.

Copying this report without the permission of HPCL or WorleyParsons is not permitted.

VVSPL CAPACITY AUGMENTATION PROJECT

REV DESCRIPTION ORIG REVIEW WORLEY-

PARSONS APPROVAL

DATE CUSTOMER APPROVAL

DATE

B Issued for Customer Review

ASK

PAR

RAV

14 FEB 17

0 Issued for Design

ASK

PAR

RAV

14 FEB 17

1 Re-Issued for Design

RAD

PAR

RAV

21 JUN 17

Page 286: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 3 of 36

CONTENTS

1. SCOPE ............................................................................................................................... 6

1.1 Applicable Codes and Standards for Design ..................................................................... 6

1.2 Applicable Codes and Standards for Materials. ................................................................. 8

1.3 Glossary ............................................................................................................................. 8

1.4 Unit and Language ............................................................................................................. 8

1.5 Geotechnical Parameters ................................................................................................... 8

2. DESIGN LOADS AND DESIGN PHILOSOPHY ............................................................... 9

2.1 Dead Loads (DL) ................................................................................................................ 9

2.2 Live Loads (LL)................................................................................................................... 9

2.3 Wind Loads (WL) ............................................................................................................. 10

2.4 Seismic Loads (SL) .......................................................................................................... 11

2.5 Equipment Loads (EEL) ................................................................................................... 12

2.6 Equipment Operating Loads (EOL) .................................................................................. 12

2.7 Thermal / Friction Load (TL/FL) ....................................................................................... 12

2.8 Impact and Vibratory Loads ............................................................................................. 12

2.9 Soil and Hydrostatic Pressure (SP).................................................................................. 12

2.10 Other Loads .................................................................................................................. 13

3. FOUNDATION DESIGN .................................................................................................. 14

3.1 Design Criteria for Foundation Design ............................................................................. 14

3.1.1 Depth of Foundation ............................................................................................ 14

3.1.2 Stability Criteria .................................................................................................... 14

3.2 Foundations for Rotating and Reciprocating Equipment ................................................. 15

4. DESIGN PHILOSOPHY FOR PIPE SUPPORTS ........................................................... 17

4.1 Type of Loads................................................................................................................... 17

4.1.1 Dead Loads : DL .................................................................................................. 17

4.1.2 Friction Force (Longitudinal and Transverse): FL ................................................ 17

4.1.3 Wind Loads: WL ................................................................................................... 17

4.1.4 Piping Load (Operating – PLo) ............................................................................ 17

Page 287: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 4 of 36

4.1.5 Piping load (Testing – PLt) .................................................................................. 17

4.1.6 Piping Anchor Load (AL) ...................................................................................... 17

4.1.7 Loading on Longitudinal Piperack Beams ........................................................... 17

5. BASIC LOAD CASES AND LOAD COMBINATIONS ................................................... 19

5.1 For Equipment Foundations ............................................................................................. 20

5.2 For Building Design .......................................................................................................... 21

5.3 For Pipe Rack / Sleepers ................................................................................................. 22

6. BUILDINGS ................................................................................................................... 24

6.1 List of Buildings ................................................................................................................ 24

6.2 Plumbing/Sanitary ............................................................................................................ 24

7. STEEL STRUCTURE ...................................................................................................... 25

7.1 Material Standard and Grade ........................................................................................... 25

7.2 Minimum Thickness of Steel Elements ............................................................................ 25

7.3 Paint Specification ............................................................................................................ 26

7.4 Fire Proofing ..................................................................................................................... 26

7.5 Allowable Deflection ......................................................................................................... 26

8. CONCRETE ..................................................................................................................... 27

8.1 Materials ........................................................................................................................... 27

8.2 Minimum Thickness of Structural Concrete Elements ..................................................... 28

8.3 Minimum Height of Pedestals .......................................................................................... 28

8.4 Grouting and Minimum Grout Thickness ......................................................................... 28

9. GENERAL CIVIL .............................................................................................................. 30

9.1 Compound Wall and Fencing ........................................................................................... 30

9.2 Site Grading ..................................................................................................................... 30

9.3 Roads ............................................................................................................................... 30

9.4 Pavements ....................................................................................................................... 31

9.5 Drainage Systems ............................................................................................................ 31

9.5.1 Effluent Categories .............................................................................................. 32

9.5.2 Drainage Design Philosophy ............................................................................... 32

Page 288: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 5 of 36

9.5.3 Drainage Design Criteria ..................................................................................... 33

9.5.4 Typical Material for Drainage Piping .................................................................... 34

10. MASONRY ....................................................................................................................... 35

11. SOFTWARE TO BE USED FOR THE PROJECT .......................................................... 36

Page 289: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 6 of 36

1. SCOPE

This document presents the Civil/Structural Design Basis for the VVSPL Project for the design of civil,

structural and building works.

Design basis specifies the minimum requirements for the engineering of reinforced concrete structure, steel

structural and general civil related activities. All items shall be designed for satisfactory performance.

Civil structural Design/Technical specification for civil, structural and building works are summarized herein

below.

For Architectural finishes and items refer Architectural Design Basis (Doc. No: 14495-00-AR-BOD-0001).

1.1 Applicable Codes and Standards for Design

The following codes and standards are applicable to civil, structural and building design. Apart from the

Indian standard listed in following chapters, all other relevant codes related to this job requirement shall be

followed wherever applicable. The latest edition of codes and standards at the start of project shall be used

throughout the project duration.

Codes / Standards

(1) Design Loads

Dead Loads : IS: 875 part 1

Imposed Loads : IS: 875 part 2

Wind Loads : IS: 875 part 3

Special Loads : IS: 875 part 5

Seismic Loads : IS: 1893 part 1

IS: 1893 part 4

(2) Building

Layout and Planning : NBC

(3) Steel Construction : IS: 800

(4) Concrete Construction : IS: 456

General Civil

(5) Roads : IRC: 3,6 , 37

(6) Machine Foundations : IS: 2974 Part-1 to 5

(7) Liquid retaining structures : IS: 3370 Part-1 to 4

(8) Ductile detailing of RCC Structure : IS: 13920

(9) Code of practice for use of metal arc welding for general construction

: IS: 816

(10) Code of practice for construction of stone masonry

: IS: 1597

(11) High strength deformed steel bars and wires for concrete reinforcement

: IS: 1786

Page 290: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 7 of 36

(12) Code of practice for design and construction of foundations in soils: General requirements

: IS: 1904

(13) Code of practice for structural use of unreinforced masonry

: IS: 1905

(14) Recommended practice for hot dipped galvanizing on iron and steel

: IS: 2629

(15) Code of practice for design and construction of raft foundations

: IS: 2950

(16) Code of practice for design and construction of machine foundations

: IS: 2974 Part 1 to 5

(17) Code of practice for earthquake resistant design and construction of buildings

: IS: 4326

(18) Determination of dynamic properties of soil - Method of test

: IS: 5249

(19) Recommendations for metal arc welding of carbon and carbon manganese steel

: IS: 9595

(20) Code of practice for determination of bearing capacity of shallow foundations

: IS: 6403

(21) Code of practice for calculation of settlements of foundations

: IS: 8009 Pt I, II

(22) Code of practice for design and construction of ring foundation

: IS: 11089

(23) Hollow Steel Section for Structural Use : IS: 4923

(24) Process Design and Operating Philosophies on Blow Down and sewer system

: OISD: 109

(25) Fire Protection Facilities for Petroleum depots, Terminals and Pipeline Installations

:

OISD: STD-117

(26) Layout for Oil and Gas Installations : OISD: STD-118

(27) Process Control Room Safety : OISD: 163

(28) Fire Proofing Of Steel Supporting Structures

In Oil and Gas Industry

: OISD: 164

(29) Storage and handling of Petroleum Products at depots and terminals including standalone crude oil storage facilities

: OISD: 244

Page 291: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 8 of 36

1.2 Applicable Codes and Standards for Materials.

The following codes and standards shall be applied to the equipment and materials to be used for the

Facility.

(1) Building Materials

Coarse and Fine Aggregate for Concrete

: IS: 383

Concrete aggregates : IS: 6461 Part 1

Materials (other than Cement and Aggregate)

: IS: 6461 Part 2

(2) Structural Steel

Steel Material : IS: 2062

(3) Concrete

Re-bar : IS: 1786, IS: 432 PART 1 and 2

(4) Cement

Ordinary Portland Cement, 43 Grade

: IS: 8112

Ordinary Portland cement, 53 grade

: IS: 12269

Portland Slag Cement : IS: 455

Portland Pozzolana Cement (Fly Ash Based)

: IS: 1489 (Part 1)

(5) Ready Mix Concrete : IS: 4926

(6) Concrete Admixtures : IS: 9103

1.3 Glossary

(1) IPS : Intermediate Pumping Station

(2) SV : Sectionalizing Valve

1.4 Unit and Language

(1) Measurement Unit : SI

(2) Language : English

1.5 Geotechnical Parameters

For parameters related to Existing site condition, elevations and groundwater levels, the geotech

report furnished by HPCL shall be referred to.

Page 292: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 9 of 36

2. DESIGN LOADS AND DESIGN PHILOSOPHY

These loading shall be applicable to all structures irrespective of the material employed for

construction.

2.1 Dead Loads (DL)

The weight of all permanent construction including self-weight of structural members, walls, fire

proofing, floors, roofs, stairways, fixed service and other equipment empty weight (excluding their

contents).

Following Unit weight shall be adopted:

Reinforced Concrete = 25 kN/m3

Plain Concrete = 24 kN/m3

Structural Steel = 78.5 kN/m3

Backfill Soil = 18 kN/m3

Brick Masonry wall = 18.85 kN/m3

Cement Plaster = 20.4 kN/m3

Concrete Hollow block = 15.0 kN/m3

2.2 Live Loads (LL)

Live load in general shall be as per IS: 875 Part 2, following minimum live loads shall be

considered in the design of structures:

Table 1 :

1. Control/Electrical Room and Service Platform

Panel Floor / Battery Room

AHU, UPS, Locker Room

Blower Room

Stairs, Corridors, Passages

Warehouse Floor / Grade Slab / Ground Floor

Access / Service Platform

-

-

-

-

-

-

10.0 kN/m2

5.0 kN/m2

7.5 kN/m2

5.0 kN/m2

10.0 kN/m2

2.5 kN/m2 or

3kN Concentrated Load

at Center

Page 293: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 10 of 36

2. Roofs

Non Accessible RC Roof / Sheeted Roof

Accessible RC Roof

-

0.75 kN/m2

1.5 kN/m2

3. Staircase

Plant / Non-plant buildings

Store Room

-

-

5.0 kN/m2

7.5 kN/m2 or as per actual

4. Control & Electrical Building, Guest House

( Including partitions)

- 5.0 kN/m2

Live Load reduction shall be as per IS: 1893 part 1

2.3 Wind Loads (WL)

Basic wind speed is tabulated as per station/terminal location as below.

Table 1a :

Location Basic Wind

Speed (m/s) Location

Basic Wind

Speed (m/s)

Vizag 50 Vijayawada 50

IPS1 50 Suryapet 44

Rajahmundry 50 IPS3 44

IPS2 50 Secunderabad 44

Wind load in general shall be as per IS: 875 Part 3.

Please find below sample wind load calculation for Vizag terminal:

Basic wind Speed (Vb) = 50 m/s #

Risk Coefficient (k1) = 1.00 for all General Category Structures

0.7 for Compound Wall and temporary structures

Terrain Category for (k2) = 2 as per IS: 875 Part 3

Terrain, Height and Structure Size Factor (k2) = As given below in the Table 2 of IS: 875 Part 3

Topography Factor (k3) = 1.00

Importance Factor for cyclone (k4) = 1.15

Design Wind Speed (VZ) = Vb*k1*k2*k3*k4 m/s

Wind Pressure (pZ) = 0.6*VZ2 N/m

2

1

Page 294: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 11 of 36

Typical Wind pressure on Buildings / Structures ( for terrain category 2) ##

Table 2 :

Height

(m)

K2

VZ

m/s

pz

N/m2

pz

KN/m2

Up to 10m 1.00 57.5 1983.75 1.98

10m - 15m 1.05 60.38 2187.08 2.19

15m - 20m 1.07 61.53 2271.56 2.27

20m - 30m 1.12 64.4 2488.42 2.49

30m - 50m 1.17 67.28 2715.959 2.72

## Wind Load – 10 % Extra Equipment area should be considered for connected piping to equipment as per

IS: 875 part 3

The Design wind pressure pd = Kd*Ka*Kc*pz

Where Kd = 1 (wind directionality factor)

Ka = Area Averaging Factor (Refer Table 4 of IS: 875 part 3)

Kc = 1 Unless satisfying cl 7.3.3.13 of IS: 875 part 3 where it can be taken as 0.9

Note:

1- # For any location, value having mis-match with that as per IS 875, the severe of the values

shall prevail.

2- for all metal roofs & claddings- Fasteners shall be designed for cyclonic wind velocity of most

sever type irrespective of wind zone.

2.4 Seismic Loads (SL)

a. Seismic Design shall be done in accordance with IS: 1893 part1- 2002

b. Seismic Zone is tabulated as per station/terminal location as below.

Table 2a :

Location Seismic Zone Location Seismic Zone

Vizag II Vijayawada III

IPS1 II Suryapet II

Rajahmundry III IPS3 II

IPS2 III Secunderabad II

1

Page 295: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 12 of 36

c. Zone Factor : 0.10 for Zone II & 0.16 for Zone III

d. Importance Factor :1.25 (For Building Like Substation,Control Room etc.UNO),

1.5 (For Fire water Pump House)

1.0 ( Security Room, Guest House)

e. Soil Type : For Soil type refer Geotech report

2.5 Equipment Loads (EEL)

Equipment loads for various conditions such as EEL - Empty Condition, EOL - Operating Condition

and ETL - Test Condition are considered.

For calculating empty weight of the equipment all fixtures, platforms, ladders and attached piping

but excluding contents shall be considered. When piping weight is not indicated separately or

included in the weight of the equipment the same shall be taken as 10% of empty weight of the

equipment.

2.6 Equipment Operating Loads (EOL)

Operating loads shall comprise of the maximum design loads sustained by the equipment during

plant operation including inventory of product.

2.7 Thermal / Friction Load (TL/FL)

Horizontal forces due to thermal expansion of horizontal vessels/ Exchangers shall be relieved by

using slotted holes and slide plates and remaining force derived from product of the sliding saddle

gravity load and co-efficient of friction (0.3 steel to steel or 0.1 PTFE to PTFE), which shall be

applied to each support.

2.8 Impact and Vibratory Loads

Impact load shall be defined as an equivalent static force caused by a moving object. Structures

subjected to impact or vibratory loads shall be designed as per the provisions of IS: 875 and

IS: 2974. Requirements for monorail shall be as per IS: 800, IS: 875 or manufacturer’s data

whichever is more stringent.

2.9 Soil and Hydrostatic Pressure (SP)

Pressure on basement walls - In the design of basement walls or similar (approximately vertical)

structures below grade, provision shall be made for resisting lateral pressure of the adjacent soil. If

a portion or whole of the adjacent soil is below free water surface, pressure computations shall be

based on the diminished weight of the soil (due to buoyancy) plus full hydrostatic pressure.

If difference in plot level and surrounding area is more than 1m then complete RCC wall shall be

designed to withstand earth pressure as well as surcharge.

Page 296: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 13 of 36

Uplift on Floors - In the design of basement floors and similar (approximately horizontal)

constructions below grade, the upward pressure of water shall be taken as full hydrostatic pressure

applied over the entire plan area. Factor of safety against uplift shall be 1.2.

2.10 Other Loads

Apart from the specified live loads, any other equipment load or possible overloading during

construction/ hydro-test/maintenance/erection shall also be considered in the design. Under hydro

test condition the wind force shall be taken as 50% of normal loading.

All Buildings/ Structures shall be designed to resist the worst combination of the above specified

loads.

All liquid retaining/ storage structures shall be designed assuming liquid up to the full height of wall

irrespective of provision of any over flow arrangement.

Page 297: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 14 of 36

3. FOUNDATION DESIGN

Depth of foundation, Safe bearing pressure (Allowable net bearing capacity), other design

parameters for design shall be based on the following criteria and shall conform to Geotechnical

report for respective area.

Maximum settlement as per Geotech report

Table 3 :

Sr.No Foundation Settlement (mm)

1. Foundation for all types of Equipments, Pipe racks,

Buildings, sheds etc.

25

2 Footings for non-plant buildings and raft foundations. 40

3 Tank 100

3.1 Design Criteria for Foundation Design

3.1.1 Depth of Foundation

The type and depth of foundation shall be as per Geotechnical report.

Following are minimum depths of foundations:

Building foundations - 1500 mm

Equipment foundations - 300 mm

Pipe sleepers - 300 mm

3.1.2 Stability Criteria

Factor of safety against overturning (For Dead load) – 2

Factor of Safety against overturning (For Wind and seismic loading condition) – 1.5

Factor of safety for sliding – For plant operating with or without live load shall be 1.75 and with

wind/earthquake shall be 1.5.

Factor of safety for Buoyancy – The sum of vertically downward loads shall exceed 1.2 times of all

vertically upward loads.

Page 298: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 15 of 36

Design philosophy for foundation design of Equipment –

Foundation design shall be as per Geotechnical report / data. Loads acting on Equipment

foundation are described in Clause 2.

Equipment foundation shall project minimum 150mm above HPP/ FFL for indoor and 300mm

above HPP for outdoor located equipments.

Isolated RCC footing for buildings without tie beam, or unreinforced strip foundation shall not

permitted in soft soil with N value less than 10.

3.2 Foundations for Rotating and Reciprocating Equipment

Unless otherwise specified foundation design shall follow general criteria indicated below:

Design of foundation shall conform to IS: 2974 Part-1 TO 5

Considerable rigidity of the machine foundation is essential to avoid failure of the machine

bearings. The foundation must have sufficient mass to absorb the vibration. The natural frequency

of the foundation should be less than 0.8 or greater than 1.2 times the operating frequency of the

machine to avoid resonance.

Where structural steel associated with walkways and platforms is to be erected around the

machine foundation, the attachment of the steelwork to the foundation for support should be

avoided. If the steel is attached to the foundation the effect of this additional mass on the

foundation response to vibration shall be included in the design.

• Reinforcement should be provided on all faces of the concrete to give a minimum reinforcement

value of 50 kg/m3 for up stands and 30 kg/m

3 for foundation rafts.

• The foundation thickness for vibrating machines should be at least 600 mm, unless a smaller

thickness is given by the machine manufacturer.

• Proportion the base to ensure that the eccentricity between the centroid of the static loads and

the centroid of the foundation base and the eccentricity between the centroid of the vertical

dynamic loads and the centroid of the foundation base are both within 5% of the relevant base

dimension.

• The machine foundation should be isolated from any adjacent foundations and structures.

Page 299: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 16 of 36

Table 4 :

Minimum design criteria for equipment foundation (Rotating/Reciprocating Equipment)

P = Rated Power output of equipment (unit KW).

*If the supplier’s requirement is available, same shall be considered.

CRITERIA APPLICATION

Dynamic

analysis

*Allowable amplitude

Rotating : P ≥ 400 KW

Reciprocating : P ≥ 100 KW

Natural frequency of foundation Rotating : P ≥ 100 KW

Reciprocating : P ≥ 40 KW

Foundation

weight control

More than 3 x equip. weight Rotating : P < 100 KW

More than 5 x equip. weight Reciprocating : P < 40 KW

Page 300: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 17 of 36

4. DESIGN PHILOSOPHY FOR PIPE SUPPORTS

4.1 Type of Loads

4.1.1 Dead Loads : DL

This shall mean, the weights of pipes, fittings, valves, insulation and the fluid contents of piping, including the

weight of Cable ducts wherever installed. Piping empty load (PLe) includes weight of piping and insulation.

Piping Loads shall be calculated considering the pipe diameters and piping arrangement subject to minimum

of 1.25kN/m2 over entire span.

4.1.2 Friction Force (Longitudinal and Transverse): FL

Longitudinal friction force shall be applied as below:

1 For more than 3 pipes = 10% of the total pipe weight tributary to that pipe support

2. For 2-3 Pipes = 20%

3. For single pipe = 30% of the total pipe weight.

4.1.3 Wind Loads: WL

For pipe supports, the tributary area of piping exposed to wind shall be taken as the nominal diameter of

pipe plus 10% of the width of the pipe rack .This should be multiplied by the length of the pipe to determine

the tributary area .

4.1.4 Piping Load (Operating – PLo)

Piping operating load includes piping self-weight, insulation and material weight carried by pipe.

4.1.5 Piping load (Testing – PLt)

Piping test load consists of self-weight, insulation and test material weight.

4.1.6 Piping Anchor Load (AL)

Piping Anchor load shall be supplied from Piping division from stress analysis.

4.1.7 Loading on Longitudinal Piperack Beams

Longitudinal beams connecting portal columns shall be sufficiently strong to sustain a minimum of 25% of

the load on the transverse beams or 10kN at center or the total load shall be assumed as 2 equal

concentrated loads acting at 1/3rd span, whichever is maximum.

This load shall be in addition to the piping loads transferred from the intermediate beams. Other longitudinal

axial forces coming on it from the design of the supporting system shall also be simultaneously taken into

Page 301: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 18 of 36

account in the design of the longitudinal beam. Loads from monorails, when supported from these beams,

shall also be considered to be acting simultaneously along with all other loads mentioned above.

Page 302: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 19 of 36

5. BASIC LOAD CASES AND LOAD COMBINATIONS

DL - Dead Load

LL - Live load

FPL - Fire-proofing load

WL - Wind load

SL - Seismic load

EEL - Equipment Empty Load

EOL - Equipment Operating Load

ETL - Equipment Test Load

HOL - Horizontal operating load

SP - Soil Pressure

ELL - Erection load (Temporary Loading)

BPL - Bundle Pull Load

FL - Friction Load

AL - Anchor Load

TL - Thermal Load

PLe - Piping Dead Load

PLo - Piping Operating Load

PLt - Piping Test Load

ML - Maintenance load / Monorail load

As per IS: 1893 Part-1 (clause no 6.3.4.3), minimum two horizontal motions shall be considered in

seismic combination.

Page 303: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 20 of 36

5.1 For Equipment Foundations

Table 5:

* For Test Condition 50% of Wind Load is considered.

** Live Load shall be considered in Load combinations as per IS codal requirments if platforms

are supported on equipments.

Load

Combinations

DL LL

**

WL

SL EEL/

ELL

EOL

&

HOL

ETL FL BPL REMARKS

Equipment foundation design ( For Stability and Serviceability)

DL + EEL + WL 1.0 - 1.0 - 1.0 - - - Erection / Empty Condition

DL + EEL + WL 0.9 - 1.0 - 1.0 - - -

DL +EOL +WL 1.0 - 1.0 - - 1.0 -

Operating Condition

DL+EOL + SL 1.0 - - 1.0 - 1.0 - - -

DL+EOL+FL 1.0 - - - - 1.0 - 1.0 -

DL+ETL+WL 1.0 - 0.5* - - - 1.0 - - Test Condition

DL+WL+BPL 1.0 - 1.0 - - - - - 1.0 Maintenance Condition

Equipment foundation design ( For Concrete design)

DL + EEL + WL 0.9 - 1.5 - 0.9 - - - Erection / Empty Condition

DL +EOL +WL 1.2 - 1.2 - - 1.2 - - -

Operating Condition

DL+EOL + SL 1.2 - - 1.2 - 1.2 - - -

DL+EOL+FL 1.5 - - - - 1.5 - 1.5 -

DL+ETL+WL 1.5 - 0.75* - - - 1.5 - - Test Condition

DL+WL+BPL 1.5 - 1.5 - - - - - 1.5 Maintenance Condition

Page 304: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 21 of 36

5.2 For Building Design

Table 6:

Load

Combinations

DL LL WL SL ML REMARKS

For Structure Design

DL + LL 1.5 1.5 - - - Normal

DL + WL 1.5 - 1.5 - -

Wind DL + WL 0.9 - 1.5 - -

DL+LL+WL 1.2 1.2 1.2 - -

DL + LL + SL 1.2 1.2 - 1.2 -

Seismic DL + SL 0.9 - - 1.5 -

DL + SL 1.5 - - 1.5 -

DL + LL + WL + ML 1.2 1.2 1.2 x 0.5 # - 1.2 Maintenance

For Foundation Analysis

DL + LL 1.0 1.0 - - - Normal

DL + WL 1.0 - 1.0 - -

Wind DL + WL 0.9 - 1.0 - -

DL+LL+WL 1.0 0.8 0.8 -

DL + LL + SL 1.0 0.8 - 0.8 -

Seismic DL + SL 1.0 - - 1.0 -

DL + SL 0.9 - - 1.0 -

DL + LL + WL + ML 1.0 0.8 0.8 x 0.5 # - 1.0 Maintenance

# For maintenance condition 50% of wind is considered as maintenance work is not envisage during heavy

wind.

1

Page 305: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 22 of 36

5.3 For Pipe Rack / Sleepers

Table 7:

Load

Combinations

DL LL WL

SL EEL EOL

&

HOL

ETL FL/

TL

PLe PLo PLt AL REMARKS

For Stability and Serviceability

DL+LL+PLo+FL+

AL+EOL

1.0 1.0 - - - 1.0 - 1.0 1.0 - 1.0 Normal

DL+LL+PLo+

AL+SL+EOL

1.0 1.0 - 1.0 - 1.0 - - - 1.0 - 1.0 Seismic

DL+LL+PLo+EOL+

AL+WL

1.0 1.0 1.0 - - 1.0 - - - 1.0 - 1.0 Wind

DL+PLo+EOL+AL+

WL

1.0 - 1.0 - - 1.0 - - - 1.0 - 1.0 Wind

DL+PLt+ETL 1.0 - - - - - 1.0 - - - 1.0 -

Test DL+PLt+ETL+

0.5WL

1.0 - 0.5 - - - 1.0 - - - 1.0 -

DL+WL+PLe+EEL 1.0 - 1.0 - 1.0 - - - 1.0 - - -

Empty

DL+SL+PLe+EEL 1.0 - - 1.0 1.0 - - - 1.0

- - -

DL+WL+PLe+EEL 0.9 - 1.0 - 0.9 - - - 1.0 - - -

DL+SL+PLe+EEL 0.9 - - 1.0 0.9 - - - 1.0

- - -

Page 306: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 23 of 36

Table 8 :

For Pipe Racks / sleepers

Load

Combinations

DL LL WL

SL EEL EOL

&

HOL

ET

L

FL/

TL

PLe PLo PLt AL REMARKS

For Strength Design

DL+

LL+PLo+FL+AL+

EOL

1.5 1.5 - - - 1.5 - 1.5 1.5 - 1.5

Normal

DL+LL+PLo+AL+

SL+EOL 1.2 1.2 - 1.2 - 1.2 - - - 1.2 -

1.2

Seismic

DL+PLo+AL+SL

+EOL 1.5 - - 1.5 - 1.5 - - - 1.5 - 1.5

DL+LL+PLo+

EOL+AL +WL

1.2 1.2 1.2 - - 1.2 - - - 1.2 - 1.2

Wind

DL+PLo+EOL+

AL +WL

1.5 - 1.5 - - 1.5 - - - 1.5 - 1.5

DL+PLt+ETL

1.5 - - - - - 1.5 - - - 1.5

-

Test

DL+PLt+ETL+

0.5WL

1.5 - 0.75 - - - 1.5 - - - 1.5 -

DL+WL+PLe+

EEL

1.5 - 1.5 - 1.5 - - - 1.5 - - -

Empty

DL+SL+PLe+

EEL

1.5 - - 1.5 1.5 - - - 1.5 - - -

DL+WL+PLe+

EEL

0.9 - 1.5 - 0.9 - - - 0.9 - - -

DL+SL+PLe+

EEL

0.9 - - 1.5 0.9 - - - 0.9 - - -

Page 307: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 24 of 36

6. BUILDINGS

6.1 List of Buildings

Following are the buildings to be designed for the project at different locations:

1 Control & Electrical building

2 Substation Building

3 Pump House (Fuel and Fire water)

4 Security Room

5 Warehouse

6 VFD Room

7 Guest House

6.2 Plumbing/Sanitary

Material for plumbing and sanitary shall be best quality with ISI mark. Separate water tanks shall be provided

for each building (depending on requirement). List of make shall be provided in the tender to avoid dispute in

prices. This shall be gravity piped system for flows originating from toilet blocks, showers etc.

Page 308: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 25 of 36

7. STEEL STRUCTURE

7.1 Material Standard and Grade

Unless otherwise noted, material code / standard and grade as below shall be applied:

Plate and Shape : IS: 2062 (Grade B)

Steel Pipe : Medium duty (IS: 1239 Part1 / IS: 1161)

Rectangular Hollow Tubes : IS: 4923

Ordinary Black Bolt : Class 4.6 (IS: 1367) (Only Temporary connection)

High Strength Bolt : Class 8.8 (IS: 1367, IS: 3757, IS: 4000)

Checkered Plate : IS: 3502

Steel Grating : IS: 2062(Grade A)

Anchor Bolt : ASTM: A193-B7

Hexagonal nuts ( for Anchor Bolts) : ASTM: A194.Gr.2H

Galvanized steel sheets : IS: 277

(Plain and corrugated)

Pre-coated Galvalume roof sheets : ASTM: A366, ASTM: A792

7.2 Minimum Thickness of Steel Elements

The minimum thickness of various structural components (Hot rolled sections) shall be as given:

General Construction:

Trusses, purlins, side girths and bracings 5mm

Main columns, main beams 6mm

Gussets in trusses and girders

i) Up to and including 12m span 8mm

ii) Above 12m span 10mm

Stiffeners 8mm

Base plates ( Excluding handrail, ladder and pipe supports) 16 mm

Chequered plate 6mm (on plain)

Grating 25mm thk Hot Dip galvanized MS grating

The minimum thickness of tubes shall be as specified in IS: 806.

Page 309: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 26 of 36

7.3 Paint Specification

Painting shall be provided as per Project Specifications and Architectural drawing.

7.4 Fire Proofing

Where required by OISD-STD-164 norms, structural steel members shall be fireproofed by concrete

encasing or guniting (minimum thickness = 50mm).

a) For column elements steel sections wherever required up to and including 300mm depth shall be

coated by solid fill while section more than 300mm depth shall be coated in the shape of the profile.

b) For Beam elements steel sections up to and including 300mm depth shall be coated by solid fill

while section more than 300mm depth shall be coated in the shape of the profile.

7.5 Allowable Deflection

Allowable deflection for steel structure is specified as follows:

A) VERTICAL

For Pipe Supporting Beam : L/250, Max. 25 mm

For Eq’t Supporting Beam : L/500, Max. 25 mm

For Crane Girder (Manual) : L/500, Max. 25 mm or as per manufacturer’s requirement

For Crane Girder (EOT upto 50T) : L/750, Max. 25 mm or as per manufacturer’s requirement

For Other beams : L/325

Purlins / Cladding runner : L/150

Grating/ Chequered. Plate : L/200 or 6mm whichever is smaller.

Where L = Span length of the Supporting beam

B) HORIZONTAL

Column (under normal loads) : (1/325)*H H= Height of each story (Pipe rack,Process Buildings etc.)

Column (wind/ seismic loads) : (1/250)*H H= Height of each story for concrete buildings

Column (wind/seismic loads) : (1/150)*H H = Height of each story for steel building Elastic cladding

(Steel Shed,Ware house etc.)

(Reference Table 6: IS: 800)

Page 310: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 27 of 36

8. CONCRETE

Concrete construction shall be conforming to IS: 456 -2000 shall be used.

8.1 Materials

a) Reinforced Cement Concrete (RCC)

M30 grade concrete or higher shall be used for all RCC structures, pits, foundations except

grade slab and paving based on exposure condition and serviceability.

Paving/Grade Slab: M25 (Minimum grade of concrete)

b) Lean Concrete

Lean concrete conforming to IS: 456 shall be used. The grade of concrete shall be as per Table

below. It shall conform to standard/detailed drawings.

Table 9 :

i Under All RCC foundations 100mm thick M15 with 100mm projection from

face of foundation

ii Under base of liquid retaining

structures

100mm thick M15 with 100mm projection from

face of foundation

iii. Encasement Concrete M20 grade concrete with 10mm down

aggregates

iv. Filling concrete

( To be used as filler material

wherever loose sub grade exists

by removing loose soil or where

levels are to be made up to

desired founding level)

M5 (Nominal Mix)

c) Plain Cement Concrete (PCC), plinth protection shall be as per job specification and job

detailed/standard drawings.

d) Cement

For Substructure: Ordinary Portland Cement conforming to IS: 8112 / IS: 12269, Portland

Pozzolana Cement with fly ash conforming to IS: 1489 Part 1, Slag cement conforming to IS 455

of approved brand and manufacture

For Superstructure: Ordinary Portland Cement conforming to IS: 12269, Portland Pozzolana

Cement with fly ash conforming to IS: 1489 Part-I, Slag cement conforming to IS 455 of approved

brand and manufacture

Page 311: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 28 of 36

e) Rebar

For Substructure and Super structure : Fe500D conforming to IS: 1786

f) Binding Wire : 18 gauge black soft annealed SWG wire shall be used for binding of reinforcement

bars

8.2 Minimum Thickness of Structural Concrete Elements

The following minimum thickness shall be followed:

- Footings (All types including raft foundations without beams) 300mm

(Note: Tapered footings shall not have thickness less than 150mm at the edges. Minimum

average thickness shall not be less than 300mm)

- Basement Walls and Base Slab 150mm

- Slab thickness in Raft foundations with beam and slab

construction 225mm

- Floor/Roof Slab, Walkway, Canopy Slab resting on beams 125mm

- Cable/Pipe Trench/Launder Walls and Base Slab 150mm

- Parapet/Cantilevered Canopy Slab 100mm

- Louver/Fin. 100mm

- Pre-cast Trench Cover/Floor Slab 100mm

- Pre-cast Floor Slab/Louver (in contact with liquid) 100mm

- Liquid Retaining/Leak proof Structure Walls and Base Slab 200mm

- Underground Pit/Reservoir (Below ground water table)

Walls and Base slab 200mm

- Underground Pit (Above ground water table)

Walls and Base Slab 150mm

8.3 Minimum Height of Pedestals

The minimum projection of pedestals supporting any steel structure/stanchion bases shall be 150 above

HPP/ FFL for indoor and 300mm above HPP for outdoor located pedestals. The minimum projection of

pedestals for staircase/ladder shall be 150mm.

8.4 Grouting and Minimum Grout Thickness

The minimum thickness of grout shall be 25 mm and not more than 50mm.

Page 312: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 29 of 36

Grout shall have a minimum compressive strength of 40 N/mm2 at 28 days

Cementitious non-shrink grout shall be used for filling gaps below base plates of steel columns and static

equipment also in sleeves around anchor bolts unless noted otherwise.

Epoxy-based proprietary non-shrink grout shall be used for filling the gaps below base plates and in sleeves

around anchor bolts to vibrating equipment including all pumps, compressors.

Grouting requirement for machines and equipment’s shall be governed by vendor’s requirement.

Page 313: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 30 of 36

9. GENERAL CIVIL

9.1 Compound Wall and Fencing

Acquired land / plot shall be protected by providing Brick/Block/stone Masonry/RC Compound wall along the

boundary line of plot. Compound shall be at least 3.0m high with 0.6 m anti climber barbed wire on top.

9.2 Site Grading

All the plot area shall be cleaned and cleared off tree roots and vegetation.

The grading of the area shall be done by cutting and filling with the following:

a. Cutting area : Thoroughly rolled and compacted.

b. Filling area : Compacted in layers not exceeding 250mm - 300mm to

achieve 95% of maximum dry density conforming to IS: 2720, part-VII and Geotechnical Investigation

Report)

Refer following table for Finished Ground Level (FGL) & Highest Flood Level (HFL) for IPS1, IPS2 & IPS3.

Table 9a :

Station Proposed FGL (m) HFL (m) Remarks

IPS1 59.100 30.800 -

IPS2 92.450 16.000 Reference location -

Guntupalli

IPS3 312.000 313.700 Proposed FGL is above

existing road level

9.3 Roads

The main access to the plant shall be via a controlled access road to prevent unauthorised vehicles visiting

the plant. Roads in plant shall be sized and laid out giving due consideration to the amount of traffic and the

requirements of emergency vehicles.

• Road width shall be as per approved plot plan drawings.

Ramp Slope:

Desirable maximum ramp slope for all roads is 5% (1:20)

Road Cross Slope/Paving slope:

All hard surfaced roadways and access ways shall have a maximum cross slope of 0.5%. Access ways

around buildings shall have a minimum cross slope of 0.5% and a desirable cross slope of 2%.

1

Page 314: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 31 of 36

9.4 Pavements

Within Plant Limits all Access ways/Roads/Truck Movement Areas including areas subject to drips and spills,

shall be RCC pavement Sidewalks and areas not subject to vehicular traffic (except area within dyke wall)

shall have a minimum pavement thickness of 150mm. Sidewalks may also be constructed with 100 mm thick

precast concrete Paver blocks.

Areas subject to vehicular/truck traffic shall have a minimum paving thickness of 200mm. All edges of

concrete pavement and pavements adjacent to manholes / catch basins shall be thickened.

Construction Joints:

Concrete area paving shall have contraction or construction joints. Isolation joints shall be used adjacent to

all poured in place foundations. Dowels, keyways or thickened edges shall be used at construction joints in

paving subject to vehicular traffic.

Expansion Joints:

Expansion joint shall be provided at maximum interval of 15 m. (UNO)

Paving Slope:

Pavement slopes preferred inside plant:

RCC Paved Area : Maximum 1:50 Minimum 1:300

Road Crossing Culverts:

Storm water drains shall cross the road by suitable pipe culverts or box culverts as the case may be.

Material of construction of culverts shall be as below:

Pipe culverts: Precast R.C.C. Hume pipe of Class NP3/NP4, shall conform to IS: 458.

Box culverts: R.C.C. construction (M30) minimum concrete grade.

9.5 Drainage Systems

The design of the drainage systems shall take into consideration the type of effluent in the system and safety

regulations relevant to personnel and equipment. Drainage system shall be designed after consideration

given to normal operating conditions and adequacy checked for fire or accident conditions.

Consequently, the aim of the drainage effluent disposal system shall be to segregate different types of

effluents in order to reduce the size, complexity as well as costs of wastewater treatment prior to discharge

and/or disposal.

Page 315: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 32 of 36

Plant Drainage systems are primarily designed to ensure proper and effective drainage of Storm water and

spent firewater during Fire Event. Plant Drainage systems are segregated as follows:

9.5.1 Effluent Categories

Clean Stormwater (SW) System:

The runoff from the following areas shall be considered as clean surface water:

• Roads

• Guest house building

• Substation

• Control & Electrical Building

• Security Room

• Open Parking Lot

• VFD Room

Oily Water (OW) System:

The runoff from the following areas shall be considered as accidentally oil Contaminated

• Main Fuel Pump Station,

• Paved Area at pig receiving Location

The drainage from these areas shall be collected via separate gravity pipe drainage system.

Sanitary Sewer (SD) System:

Source for Sanitary Sewerage can be from following locations:

• Domestic Sewage from Control & Electrical Building

• Guest House

• Wash Basins

• Security Room

9.5.2 Drainage Design Philosophy

Clean Storm water (SW) System:

The Clean Surface Water Drainage System can either be a piped system, an open channel/ditch system or a

combination of both ultimately discharging into the public drain. Where the location of ditches/channels could

be considered to continue to contribute to the spread of fire or gas, adequate trapping facilities shall be used

to prevent the spread of fire.

Provision shall be made for tertiary containment if required. The objective of Tertiary containment is to

prevent escape of spills due to failure of secondary containment for any reasons and will not allow such spill

Page 316: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 33 of 36

over to outside of the boundary of the installation that may lead to any damage to outside the plant limit. All

the drain openings shall be controlled through sluice gates. in order to prevent escape of accidental spill

entering the clean storm water drain as per OISD STANDARD-244

Pipe material shall be reinforced concrete pipe with rubber joint rings,

The open channel/ditch shall be covered with Heavy Duty grating / precast cover in Traffic area

Oily Water (OW) System:

The Accidentally Oil shall collect all contaminated flows, as indicated in Section 9.5.1 of this Document.

Accidentally contaminated oily Water system (OWS) shall collect the contaminated surface storm water from

process paved areas, which are prone to spillages during operation and maintenance.

The system shall be designed as gravity flowing drained pipe system. Particular attention shall paid to the

arrangement of the system with regard to sealing, venting and location of catch basins with respect to safe

operating of drainage system.

• Minimum pipe size shall be 8",

• Material: Underground OWS Pipe shall be CS (Carbon Steel) shall be provided with double

wrapping and Coating provided for all buried pipes as per OISD-STD-109

Sanitary Sewer (SD) System

The Sanitary Water System shall be designed as gravity flowing piped drain system This system shall not

discharge into another system prior to treatment and adequate self-cleansing velocities should be

maintained throughout the system.

• Minimum pipe size shall be 4"

• Material shall be HDPE

9.5.3 Drainage Design Criteria

General:

All piping sewers and channels shall be designed in accordance with accepted standard formulae for velocity

and discharge capacity of pipes and open channels.

Capacity:

Branch sewers shall be designed for greater of following two conditions:

• Rainfall based on Storm frequency of 5 years.

• Firewater Flowrate based on HSE Design.

Sizing of the system shall meet the requirements of governing flow rate, thus ensuring that no flooding can

occur.

Page 317: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 34 of 36

Velocities:

• Minimum Velocity : 0.6m/sec

• Maximum Velocity : 2.4m/sec

Runoff Factors:

Impermeability factors for surface drainage design shall be taken as follows:

• For Paved areas and Building Roofs : 0.9

• For Unpaved area (including gravelled areas) : 0.5

• Soil & Green belt : 0.2

Design Rainfall Intensity:

Table 9b :

Station District Rainfall Intensity (mm/hr)

Vizag Vizag 79.6

IPS1 Vizag 79.6

Rajahmundry East Godavari 53.5

IPS2 West Godavari 35

Vijayawada Krishna 52

Suryapet Nalgonda 27

IPS3 Nalgonda 27

9.5.4 Typical Material for Drainage Piping

Table 10:

Material Standard Pipe Class Effluent Category

Carbon

Steel

API: 5L

ASTM: A53

A1A

Wrapping coating and Painting details refer

pipe class

Oily Water (OW)

system

RCC Pipes IS: 458 NP3/NP4 Pipe Culvert &

Clean Water Drains

HDPE IS: 14333 PE-80(PN12.5) Sanitary Sewer

System

1

Page 318: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 35 of 36

10. MASONRY

Where needed, masonry structure design shall be in accordance with applicable Codes,Specification and

recommended practices listed in Section 1.1.

Page 319: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

CIVIL / STRUCTURAL DESIGN BASIS

14495-00-CI-BOD-0001 Rev : 1 Page 36 of 36

11. SOFTWARE TO BE USED FOR THE PROJECT

For Analysis and Design: STAAD.Pro V8i Select Series 6, MS Excel 2010, Foundation-3D Version 6.2.0

and Mat-3D version 6.2.0

For Drafting: AutoCAD

For Detailing of RCC building: RCDC (Wherever applicable)

Page 320: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 321: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 322: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 323: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 324: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 325: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 326: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 327: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 328: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 329: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 330: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 331: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 332: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 333: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 334: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 335: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 336: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 337: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 338: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 339: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 340: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 341: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 342: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 343: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 344: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 345: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 346: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 347: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 348: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 349: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 350: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 351: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 352: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 353: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 354: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 355: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 356: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 357: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 358: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 359: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 360: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 361: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 362: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 363: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 364: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 365: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 366: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 367: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 368: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 369: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 370: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 371: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 372: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 373: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 374: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 375: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 376: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 377: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 378: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 379: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-CI-SPC-0009 Rev : 0 Page 1 of 19

VVSPL CAPACITY AUGMENTATION PROJECT

Specification - Fence and Gate Work

Project No: 403102-14495

Document No: 14495-00-CI-SPC-0009

18 Aug 17

I-Think Lodha Techno Campus, 5th Floor, Tower B,

Pokhran Road No. 2 Thane (West) – 400607 Tel: +91 2266515700 Fax: +91 2267818000

© Copyright 2017 WorleyParsons

Page 380: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 2 of 19

SYNOPSIS

This document presents the Project Specification - Fence and Gate Work for the VVSPL Capacity

Augmentation Project. & shall be used to detail the design and construction requirements for the project.

Disclaimer

This report has been prepared on behalf of and for the exclusive use of HPCL, and is subject to and issued

in accordance with the agreement between HPCL and WorleyParsons India Pvt Ltd.

WorleyParsons India Pvt Ltd accepts no liability or responsibility whatsoever for it in respect of any use of or

reliance upon this document by any third party.

Copying this report without the permission of HPCL or WorleyParsons is not permitted.

VVSPL CAPACITY AUGMENTATION PROJECT

REV DESCRIPTION ORIG REVIEW WORLEY-

PARSONS APPROVAL

DATE CUSTOMER APPROVAL

DATE

0 Issued for Use

RAD

PAR

KAK

18 Aug 17

Page 381: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 3 of 19

CONTENTS

1. SCOPE ............................................................................................................................... 4

2. REFERENCE DOCUMENTS ............................................................................................. 5

2.1 Codes and Standards ........................................................................................................ 5

2.2 Other Standards / Specifications ...................................................................................... 6

3. EARTH WORK FOR CIVIL WORKS ................................................................................. 7

4. CONCRETE FOR FOUNDATION ..................................................................................... 8

5. STRUCTURAL STEEL FOR POSTS ................................................................................ 9

6. CHAIN LINK FENCING .................................................................................................... 10

6.1 Cleats for Eye Bolts ......................................................................................................... 10

6.2 Eye Bolt Strainers ............................................................................................................ 10

6.3 Stretcher Bar .................................................................................................................... 10

7. BARBED WIRE FENCING ............................................................................................... 11

8. ERECTION OF CHAIN LINK FENCING.......................................................................... 12

8.1 Erection of Posts and Struts............................................................................................ 12

8.2 Fixing Chain Link Fencing ............................................................................................... 12

9. MS GATES ....................................................................................................................... 13

10. BOOM BARRIERS (MOTORIZED) ................................................................................. 15

11. MANUAL/MOTORIZED ROLLING SHUTTER ................................................................ 17

Page 382: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 4 of 19

1. SCOPE

This specification specifies the requirements of fence and associated gate work including foundation and

earthwork thereof. The height of the fence shall be in accordance with the drawing for fencing.

Page 383: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 5 of 19

2. REFERENCE DOCUMENTS

Note: - Wherever reference is made to IS Codes, on any page of this Technical Specification (including

annexures), latest publication of the IS Code shall be referred to.

The Indian standard codes applicable to this section shall include but not limited to the following:

2.1 Codes and Standards

IS 278 Specification Galvanized Steel Barbed Wire For Fencing

IS 432 (Part 1) Mild Steel Specification For Medium Tensile Steel Bars And Hard Drawn Steel

Wire For Concrete Reinforcement: Part 1 Mild Steel And Medium Tensile Steel

Bars

IS 432 (Part 2) Mild Steel Specification For Medium Tensile Steel Bars And Hard Drawn Steel

Wire For Concrete Reinforcement: Part 2 Hard-Drawn Steel Wire

IS 456 Code Of Practice For Plain And Reinforced Concrete

IS 800 Code Of Practice For General Construction In Steel

IS 806 Code Of Practice For Use Of Steel Tubes In General Building Construction.

IS 814 Covered Electrodes For Manual Metal Arc Welding Of Carbon And Carbon

Manganese Steel

IS 816 Code Of Practice For Use Of Metal Arc Welding For General Construction In

Mild Steel

IS 817 Code Of Practice For Training And Testing Of Metal Arc Welders

IS 817 (Part I) Training Of Welders - Code Of Practice: Part 1 Manual Metal Arc Welding

IS 819 Code Of Practice For Resistance Spot Welding For Light Assemblies In Mild

Steel

IS 822 Code Of Procedure For Inspection Of Welds

IS 919 (Part I) ISO Systems Of Limits And Fits: Bases Of Tolerance, Deviations And Fits

IS 1161 Steel Tubes For Structural Purposes – Specification

IS 1182 Recommended Practice For Radiographic Examination Of Fusion Welded Butt

Joints In Steel Plates

IS 1200 (Part 8) Method Of Measurement Of Building And Civil Engineering Works: Steel Work

And Iron Work

IS 1239 Steel Tubes, Tubulars And Other Wrought Steel Fittings

Page 384: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 6 of 19

IS 1786 Specification For High Strength Deformed Steel Bars And Wires For Concrete

Reinforcement

IS 2721 Galvanized Steel Chain Link Fence Fabric.

IS 6248 Metal Rolling Shutters And Rolling Grills.

BS EN 13241 Industrial,Commercial And Garage Doors And Gates. Product Standards

ASTM A36 Standard Specification For Carbon Structural Steel.

ASTM A312 Standard Specification For Seamless, Welded, And Heavily Cold Worked

Austenitic Stainless Steel Pipes.

ASTM A500 Standard Specification For Cold-Formed Welded And Seamless Carbon Steel

Structural Tubing In Rounds And Shapes.

ASTM A536 Standard Specification For Ductile Iron Castings.

ASTM B26 Standard Specification For Aluminum-Alloy Sand Castings.

2.2 Other Standards / Specifications

Specification for Earth Work 14495-00-CI-SPC-0001

Specification for Concrete Work 14495-00-CI-SPC-0002

Specification for Steel Work 14495-00-ST-SPC-0001

Specification for Structural Steel Painting 14495-00-ST-SPC-0002

Page 385: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 7 of 19

3. EARTH WORK FOR CIVIL WORKS

Refer Project Specification No. 14495-00-CI-SPC-0001.

Page 386: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 8 of 19

4. CONCRETE FOR FOUNDATION

The concrete shall be placed on a clean bed having the designed level.

Stone aggregates for concrete shall be of approved quality and size. All concrete work shall strictly be

carried out as per IS 456.

For concrete work refer to project specification 14495-00-CI-SPC-0002

Page 387: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 9 of 19

5. STRUCTURAL STEEL FOR POSTS

For structural steel works refer to project specification 14495-00-ST-SPC-0001.

Steel sections as mentioned in the drawing shall be used for the vertical posts, top rails, the struts & ties.

The work shall be carried out as per IS 800.

All necessary fitments like tie road, Turn buckle, gussets, stiffeners and all others as mentioned in the

drawing and as directed by the Engineer-in-charge shall be provided. All the posts/struts shall be free from

rust, scale, cracks, twists and other defects and shall be fabricated to the required shape and size. All the

posts and struts shall be of sizes and lengths as specified in the drawing. The posts and struts shall have

split ends for proper fixing and shall be embedded in the plain cement concrete block as mentioned in the

drawing.

All structural members like posts, bracings etc. shall be painted with 2 coats of Zinc Chromate primer and

finishing coat of Polyurethene paint before fixing of Chain Link Fence or Barbed wire.

Page 388: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 10 of 19

6. CHAIN LINK FENCING

The material requirement shall confirm to IS 2721. The chain link fencing shall be woven from 3.15mm

diameter wire with mesh size of 50mm. The mesh wire shall not vary from the specified diameter by more

than +0.05mm.

The line wire shall be 4mm diameter mild steel.

The stirrup wire for securing the line wires to the concrete intermediate posts shall be 2.5mm diameter

mild steel.

The tying wire for securing the chain link fencing to the line wire shall be 1.6mm diameter mild steel.

Hair pin staple for fastening down the bottom of galvanized chain line fencing to the concrete sill shall be

of 3.15mm wire. The ends shall be bent outwards to secure anchorage.

6.1 Cleats for Eye Bolts

Cleats for eye bolts shall be of uniform size and shall consist of mild steel angle of

65 x 65 x 6mm.

6.2 Eye Bolt Strainers

The eye bolt strainer shall consist of bolts with welded eye sufficiently threaded and fitted with a nut and

washer.

Two-way eye bolt strainers shall have a suitable ring nut fitted after the wires have been strained on one

side.

6.3 Stretcher Bar

Stretcher bar shall consist of mild steel flat 25mm x 4.75mm. They shall be secured to the cleats by steel

bolts.

Page 389: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 11 of 19

7. BARBED WIRE FENCING

The galvanized steel barbed wire shall be, A-1 conforming to IS 278.

Galvanized steel barbed wire shall be tied to the structural post with welded MS Nibs or with GI wire through

holes in the tie post.

Page 390: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 12 of 19

8. ERECTION OF CHAIN LINK FENCING

8.1 Erection of Posts and Struts

Straining posts L65x65x6, shall be provided at all ends and corner of fences, at changes in direction or

acute variations in level and at intervals not exceeding 18m on straight lengths of fence. Intermediate

posts shall be spaced at regular intervals not exceeding 2.5 m.

Struts shall be fitted to all straining posts behind the chain link fabric in the direction of the line of fence.

8.2 Fixing Chain Link Fencing

There shall be four evenly spaced rows of line wire. The top wire shall be doubled making five line wires in

all. The bottom wire shall be close to the ground unless otherwise noted in the drawings.

Each line wire shall be strained lightly by means of eyebolt strainers or winders at each straining point.

Each line wire shall be secured to each intermediate post by a wire stirrup passed through a hole in the

posts and secured to the line wire by three complete turns on each side of the post.

The chain link fencing shall be strained between each pair of straining posts and secured to each straining

post by means of a stretcher bar. On the top line wires shall be threaded through the appropriate adjacent

rows of mesh, care being taken that no meshes in the rows are bypassed by the line wire except where

deviation is necessary at the straining posts. The second top line wire shall be strained in front of the

fencing. The fencing shall be attached to the top and bottom line wires by wire ties spaced 150mm and to

the other line wires by wire ties spaced 450mm apart.

The bottom of the fencing shall be treated as follows:

Continuous concrete sill 125mm wide x 225mm high for full length between posts shall be cast with top

25mm above FGL and 25mm below the chain link fencing. Hairpin staples shall be threaded through the

bottom row of mesh at 750mm centers and set in the sill to a depth of 150mm.

Page 391: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 13 of 19

9. MS GATES

Open able/sliding gate contractor to refer the master layout detail drawings for location. Motorized gates

shall have Motor capacity ranging from 350 KG to 4000 KG, depending on the weight of the gate. The

Motor shall have Heavy Intensive Duty Cycle and can be used in any environmental Conditions.in addition

to the vehicular entry gates, pedestrian gates shall also be provided as per requirement in the master

layout plan.

The gate shall be manufactured from rolled hollow section mild steel tube. The gate leaf is to be a torsion

free, fully welded unit with the vertical bars fully welded to the top and bottom gate beams. The leaf shall

be fully supported by the hanging post obviating any need for a jockey wheel. For single leaf gates the

closing post will provide a slam plate to locate the gate when in the closed position. Manual gates are

provided with mortise locks, drop bolts and holding back catches.

The gate may be provided with the following alternative infills; welded mesh, pales to match palisade

fencing, flat, profiled or louvered sheet steel or aluminum, wood (close boarded or hit and miss), round

bar, diagonal bar, or the gate frame can be prepared to accept the customers own material.

For power operated gates the hanging post(s) shall incorporate an open/close key switch and an

emergency stop button and house fully programmable control panel that will interface with all types of

access control systems; e.g. Card readers or radio transmitters, and for larger gates can also be equipped

with inverters to give ‘soft start’ and ‘soft stop’ functions, together with speed control. The control panel

should have a built in auto close delay function, and plug in cards for inductive ground loops, traffic

light/status indication, and electro-magnetic lock control. Access to the control panel shall be through a

lockable steel access door.

The drive system is to be mounted at high level on the gate hanging post(s), with the drive transmitted to

the gate leaf by an articulated arm. This arm is to incorporate a lockable pin to allow the drive to be

disengaged for manual operation in the event of power failure. The drive system shall be powered by a

three phase 230/400V, 50Hz motor driving through a maintenance free worm drive gearbox equipped with

adjustable limit switches to stop the gate in the open and closed positions. The drive units shall be

shrouded in stainless steel covers.

Gate leaves up to 4.00 meters are to be held closed by the drive mechanism, and larger leaves

incorporating an additional heavy duty magnetic lock rated at 4.60kN. The lock is to be released and

degaussed by the control panel prior to gate movement. The standard safety buffer system shall be ‘fail

safe’, and conform to the latest European Regulations – BS EN 13241-1:2003 (Category 3). It shall

consist of two rubber buffers per leaf located either side of the gates vertical leading edge and bottom

beam.

To ensure long term corrosion protection after fabrication, components should be shot blasted, hot zinc

sprayed and polyurethane coated. Colours should be as specified by the Engineer in charge.

Page 392: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 14 of 19

Foundation and general arrangements drawings should be supplied immediately after order has been

placed, for dimensional approval, and to ensure that the foundations can be completed in good time

before the gate is delivered. Wiring diagrams should also be delivered well in advance.

The Technical Specification for the mild steel gates and fixtures shall be as specified in drawing. For

general specification for fabrication & erection in Steel refer to specification no. 14495-00-ST-SPC-0001.

Page 393: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 15 of 19

10. BOOM BARRIERS (MOTORIZED)

Boom barriers shall be installed at all the vehicular Entry/Exit Points to restrict unauthorized access.

A Boom Barrier shall mean a rising barrier that shall open in case of an impulse with the use of a long

Range Card Reader. The barrier shall close only after the vehicle has passed. Appropriate sensors shall

be used for this purpose. A torque motor with 100% duty cycle shall operate the barrier. The motor shall

remain with voltage applied but at reduced power. The power dissipated in the form of heat shall prevent

the occurrence of condensation and corrosion. The drive shall not have friction clutches or limit switches

to stall the boom at the end positions. The drive motor shall have intelligent control mechanism and the

intelligent sensors shall accelerate and decelerate the movement of the booms. The barrier booms shall

not bounce at the end positions.

The barrier booms shall be lockable at both the end positions in the event of power failure. The Boom

barrier shall be changeable on site from right axial to left axial or vice-versa. The Boom Barrier shall be

capable of being installed and operated without any problems, in the open, exposed to all the

environmental conditions. The Boom Barrier housing shall have Nirosta steel or equivalent base frame

and shall use Phosphatized powder coated Zinc or-sheet. The housing shall not require the use of any

tools except for a single key. The equipment shall be CE certified. A short circuit -proof 24 Volts controller

shall operate the barrier (no damage to the fuses in case of misconnection).

• Boom Length : As mentioned in the drawings & BOQ at various locations.

• Open/Close Time : 5 Seconds

• Boom Material :Extruded Aluminum Alloy

• Duty Cycle : 100 %

• Intelligence & Motor :Micro Controller Based Motor

• Drive :Torque Controlled DC Servo Motor with PWM Technology

• Safety : Magnetic Loop Detector Embedded

• Housing : MS Powder Coated with IP 67 Protections.

A traffic signal light with a red and green light shall be provided. The diameter of the lights shall be 150mm

or more. As the boom lowers to its full height and the traffic signal light shall be red. When the boom is

lifted the traffic signal light shall be green. The boom arm shall lower or raise time shall be less than

5seconds. The boom arm shall be equipped with an aluminum pedestrian curtain. Road ordinance

compliant STOP and NO ENTRY signs shall be installed.

The plinth for the boom shall be cast with M20 concrete. Sleeves shall be cast into the concrete to allow

all cables to terminate from the bottom.

Accessibility

The equipment shall be easily accessible for maintenance and repair purposes as well as for manual

operation. The access panel shall be lockable.

Page 394: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 16 of 19

Excavations and draining

The design shall allow for the minimum excavations and simplify the installation. If necessary drainage

have to be provided to allow water seepage and prevent water to accumulate in and around the barrier.

Installation

The installation shall be done in such a way that it will prevent vehicles from driving in or out of the

premises unauthorized. The traffic light will also face towards the correct side to caution vehicles. Correct

directions must be determined on site with the user before commencing with the installation.

Manufacturers Details

The manufacturer’s details and contact numbers as well as serial number, model and make of the

equipment shall be displayed on the equipment cabinet and all parts. No equipment without identification

shall be accepted.

Standards

All equipment shall be of the latest technology and conform to the latest national and international

standards applicable to this type of security equipment.

Page 395: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 17 of 19

11. MANUAL/MOTORIZED ROLLING SHUTTER

Motorized MS Rolling Shutter with fire rated for Two hours. Motor sizing (150kg to 5000 kg) shall be

provided as per appropriate capacity required for the required opening size. Hand cranking and gear

operation shall be provided from inside and outside at the operable heights.

INSTALLATION

Components

i. Slats for rolling shutters shall be made from tested bright hot rolled double dipped galvanised steel

lath section of 18 swg tested mild steel strips at 75mm rolling centers, interlocking with each other.

The profile will be such as to prevent excessive deflection under specified wind load.

ii. Rolling grills shall be constructed out of 6mm rods at 35 mm on centers running horizontally

flexible connected with vertical links spaced not more than 200 mm centers. Alternatively, rolling

grills shall be made from perforated slats of approved design reinforced with 6mm dia rods.

iii. End locks shall be heavy type M.C.I / CI and shall be provided at each end of alternate slats

unless specified otherwise.

iv. Bottom bars shall be finished with two angles not less than 6 mm thick for external shutters. When

shown on drawings, a flexible weather strip shall be applied to make tight contact with the floor.

Bottom lath shall be coupled to a lock plate fabricated from 3mm thick galvanized steel plate and

securely riveted with stiffening angles.

v. Guides shall be of such depth as to retain the shutter under a wind pressure of 100 Kg/Sq. m.

vi. Shafts shall be of steel pipe of sufficient size to carry the tensional load with a maximum deflection

of 1/360th of span. Grease packed ball bearings or bushings shall be provided for smooth trouble

free operation.

vii. Hoods shall be formed of not less than 20 gauge steel, suitable reinforced to prevent sag.

viii. Locks shall be slide bolt and hasp, or cylinder lock operable from both sides. Provision securing

hand chain with pad-lock, provision for removable handle for hand cranks etc. shall be made as

prescribed by the Engineer in Charge.

ix. Power unit shall be suitable for kW = VTA, Local Isolation switch (SFU/MCCB) rating = VTA (VTA

= Vendor to Advice) power supply and be either floor or wall mounted unit. The motor shall be of

sufficient capacity, to move the shutter in either direction at a speed of 0.3 meters per second. In

addition to the gear motor each standard power unit shall include a magnetic brake, a reversing

starter with built-in overload protection, a geared limit switch and one push button station located

inside the building unless otherwise stated in drawing. It is desirable that the bottom bar of motor

operated doors shall be provided with a sensitive edge, electrically connected to stop the travel of

the door on meeting an obstruction.

Page 396: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 18 of 19

x. Operating chains shall be of tested quality, heavily galvanized and with all ends rounded to assure

smooth operation and hand protection.

xi. Reduction gears shall be high strength grey cast iron, machine moulded from machine out

patterns.

Manually Operated Shutters/Grills (self-coiling type or push pull down)

Self-coiling type rolling shutters shall be raised or lowered manually by means of a puffing hook applied to

the pulling handles fixed on the bottom lock plate. The length of the pulling hook shall be adequate to

push the bottom lock plate to the topmost position with ease. Manually operated shutters shall be easily

operable by one person. The speed of operation shall be about 1.3 meters per second. In general,

manually operated shutters shall be push pull type for opening up to 8 Sq. meters in area. It shall be used

up to a maximum of about 8 m2 clear area without ball bearings and up to a clear area of about 12 m2

with ball bearings, as per IS 6248. Larger shutters shall, be either chain or gear operated or crank and

gear operated. The crank handle shall be removable. All shutters shall be lockable from one or both sides

as desired by the Engineer in Charge

Mechanically or Gear Operated Shutters/Grills

It shall be fitted with ball bearings. It shall be used up to a maximum of about 25 m2 clear area, if the

rolling shutter is operated by a bevel gear-box and crank handle and up to a maximum of about 35 m2

clear area ,as per IS 6248. All shutters shall be lockable from one or both sides as desired by the engineer

in charge. Gear-operated type rolling shutters ordinarily employ a worm drive arrangement, the worm

driving the worm wheel attached to one end of the roller. Worm drive is preferred in view of its irreversible

nature, which provides a safeguard against any accidental downward descent of the curtain due to failure

of the springs.

Power operated Shutters/Grills

Electrically operated rolling shutters shall be operated by an electric motor operating on kW = VTA, Local

Isolation switch (SFU/MCCB) rating = VTA (VTA = Vendor to Advice). The electric motor shall drive the

worm shaft by chain or Vee-belt drive or through a reduction gear box. The reduction gear box shall have

a control lever within easy reach from the floor so that the motor may be disengaged and the auxiliary

chain gear operating mechanism may be engaged instantly in the event of power failure. The motor unit

shall be so mounted that the motor may be completely removed without interfering with the operation of

the rolling shutter or the auxiliary drive. The electric drive shall be so designed as to limit the speed of

movement of the curtain in either direction to not more than about 10 cm/s The controls provided for the

electric motor shall include push The controls provided for the electric motor shall include push button

control through the medium of a 3-phase reversing starter with Interlocking contractors and overload

protection. The reversing starter shall be wall mounted and fitted adjacent to the shutter in a convenient

position. A minimum of 3 phase buttons marked ‘Forward‘, ‘Reverse & ‘Stop’ or ’Up, ‘Down‘, ‘Stop’ shall be

provided with a mechanical locking arrangement to prevent unauthorized or irregular operation of the push

Page 397: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - FENCE AND GATE WORK

14495-00-CI-SPC-0009 Rev : 0 Page 19 of 19

buttons. Limit switches shall be provided to cut off current to the motor when the rolling shutter reaches

the limit of its travel in the ‘Up’ and ‘Down’ directions. Arrangement shall also be provided for emergency

mechanical Operation of the rolling shutter in the event of failure of electricity or electrical equipment. The

emergency mechanical operation shall be by an auxiliary chain wheel and hand chain drive on the worm

shaft.

Shop Coat Shutters shall be painted with one coat of red lead or zinc chromate primer. Where specified, shutters

shall be galvanized and subsequently painted one coat of zinc chromate for adhesion of field coat and

shop paint as per specification.

Erection

Shutters shall be installed by the manufacturer or his authorized representative and all work shall be as

per manufacturer’s instructions. Any drilling or cutting to concrete, masonry etc. shall be made good after

erection of shutters and all abrasion to shop coat shall be touched up. All electrical work shall be in strict

accordance with the latest Indian Electricity Rules.

Acceptance Criteria and Guarantee

Shop Inspection

After completing the manufacture of the different components of the rolling shutter, an arrangement for

shop inspection by the Engineer in charge shall be made to check the conformity with approved shop

drawings.

Field Inspection

After installing the shutters, the Contractor shall test the performance of the shutter in the presence of the

Engineer in charge. The shutters shall be smoothly operable under all ambient conditions. All control and

locking devices shall give fault free performance.

Guarantee

The Contractor shall give guarantee for the successful operation of the shutters. This shall be supported

by a separate and unilateral guarantee from the manufacturer of the shutters.

Rates and Measurement

Rates for rolling shutters and grill shall include the cost of the locks, guide channels, cost of drive as

specified. In case of electrically operated rolling shutters, the rate shall also include the mounting of

controls, wire and wiring from the nearest junction box, conduit and other electrical connections and cost

of electric motor.

Measurement

Supply and installation of rolling shutter and grill shall be measured in Sq. m. in net outer to outer

(including frame) area of each type used as described in “Schedule of Items”.

Page 398: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-CI-SPC-0010 Rev : 0 Page 1 of 23

VVSPL CAPACITY AUGMENTATION PROJECT

Specification - Miscellaneous Work

Project No: 403102-14495

Document No: 14495-00-CI-SPC-0010

18 Aug 17

I-Think Lodha Techno Campus, 5th Floor, Tower B,

Pokhran Road No. 2 Thane (West) – 400607 Tel: +91 2266515700 Fax: +91 2267818000

© Copyright 2017 WorleyParsons

Page 399: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 2 of 23

SYNOPSIS

This document presents the Project Specification - Miscellaneous Work for the VVSPL Capacity

Augmentation Project. & shall be used to detail the design and construction requirements for the project.

Disclaimer

This report has been prepared on behalf of and for the exclusive use of HPCL, and is subject to and issued

in accordance with the agreement between HPCL and WorleyParsons India Pvt Ltd.

WorleyParsons India Pvt Ltd accepts no liability or responsibility whatsoever for it in respect of any use of or

reliance upon this document by any third party.

Copying this report without the permission of HPCL or WorleyParsons is not permitted.

VVSPL CAPACITY AUGMENTATION PROJECT

REV DESCRIPTION ORIG REVIEW WORLEY-

PARSONS APPROVAL

DATE CUSTOMER APPROVAL

DATE

0 Issued for Use

AVJ

PAR

KAK

18 Aug 17

Page 400: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 3 of 23

CONTENTS

1. SCOPE ............................................................................................................................... 5

2. REFERENCE DOCUMENTS ............................................................................................. 6

2.1 Codes and Standards ........................................................................................................ 6

2.2 Other Standards / Specifications........................................................................................ 7

3. ANTITERMITE TREATMENT ............................................................................................ 8

3.1 Scope ................................................................................................................................. 8

3.2 Materials And Application ................................................................................................... 8

3.3 Procedure for Treatment .................................................................................................... 8

3.4 Treatment of Plinth/Basement and Apron .......................................................................... 9

3.5 Treatment of Soil along External Perimeter of Building ..................................................... 9

4. HERITAGE PLASTER ..................................................................................................... 10

4.1 Material ............................................................................................................................. 10

4.2 Workmanship ................................................................................................................... 10

4.3 Work Elements to be Included ......................................................................................... 11

5. PAVER BLOCK ................................................................................................................ 12

5.1 Technical Requirements .................................................................................................. 12

5.1.1 Interlocking Paver Block ............................................................................................... 12

5.1.2 Sub-Base Preparation .................................................................................................. 13

5.1.3 Installation of Paver Blocks .......................................................................................... 14

6. STAINLESS STEEL RAILING ......................................................................................... 15

6.1 Structural Requirements .................................................................................................. 15

6.1.1 Loads ............................................................................................................................ 15

6.1.2 Materials ....................................................................................................................... 15

6.1.3 Fasteners ...................................................................................................................... 15

6.1.4 Fabrication .................................................................................................................... 15

6.1.5 Preparation ................................................................................................................... 15

6.1.6 Installation ..................................................................................................................... 16

6.2 Submittals ......................................................................................................................... 16

Page 401: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 4 of 23

6.3 Quality Assurance ............................................................................................................ 16

6.4 Delivery Storage and Handling ........................................................................................ 16

6.5 Project Conditions ............................................................................................................ 16

7. TENSIONED FABRIC STRUCTURE .............................................................................. 18

7.1 Section ............................................................................................................................. 18

7.2 Subcontractor’s Work ....................................................................................................... 18

7.3 Related Requirements ..................................................................................................... 19

7.4 Leed Submittals ............................................................................................................... 19

7.5 Close Out Submittals ....................................................................................................... 19

7.6 Quality Assurance ............................................................................................................ 19

7.7 System Requirements ...................................................................................................... 19

7.8 Field Conditions ............................................................................................................... 20

7.9 Warranty ........................................................................................................................... 20

7.10 Performance Requirements ............................................................................................. 21

7.11 Canopy Fabric .................................................................................................................. 21

7.12 Canopy Frame, Cables, Fittings and Accessories ........................................................... 22

7.13 Execution .......................................................................................................................... 22

7.13.1 Examination .................................................................................................................. 22

7.13.2 Field Quality Control ..................................................................................................... 22

7.13.3 Erection ......................................................................................................................... 22

7.13.4 Adjusting ....................................................................................................................... 23

7.13.5 Demonstration .............................................................................................................. 23

Page 402: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 5 of 23

1. SCOPE

This specification covers the material and workmanship requirements for the following miscellaneous works.

Following Miscellaneous works have been covered in this specification:

i. Anti-Termite Treatment

ii. Heritage Plaster

iii. Paver Blocks

iv. SS Handrails

v. Tensioned Fabric Structure

Page 403: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 6 of 23

2. REFERENCE DOCUMENTS

2.1 Codes and Standards

The Indian Standards and other referred standards (including all amendments and revisions) shall

be considered as part of this Specification. In case any particular aspect of work is not covered specifically

by these or any other relevant Indian Standard Specification, any other good engineering practice as may

be specified by the company shall be followed.

Following Indian standards including all amendments and revisions shall be considered as part of

this specification.

IS 6313 Code Of Practice For Anti-Termite Measures In Buildings

Part 1 - Constructional Measures

Part 2 - Pre Constructional Chemical Treatment Measures

Part 3 - Treatment For Existing Buildings

IS 8944 Chlorpyrifos Emulsifiable Concentrates

IS 383 Coarse And Fine Aggregates From Natural Sources For Concrete

IS 456 Plain And Reinforced Concrete- Code Of Practice

IS 2185 Specification For Concrete Masonry Unit

IS 2386 Methods Of Test For Aggregates For Concrete

IS 8112 Ordinary Portland Cement Grade, 43

IS 1542 Sand For Plaster

IS 1661 Code Of Practice For Application Of Cement And Cement-Lime Plaster Finishes

IS 1237 Cement Concrete Flooring Tiles – Specification

IS 12269 Ordinary Portland Cement, 53 Grade

IS 15658 Precast Concrete Blocks For Paving — Specification A 555 Standard Specification For General Requirements For Stainless Steel Wire And Wire Rods E 894 Standard Test Method For Anchorage Of Permanent Metal Railing Systems And Rails For

Buildings. E 935 Standard Test Methods For Performance Of Permanent Metal Railing Systems And Rails For

Buildings. E 985 Standard Specification For Permanent Metal Railing Systems And Rails For Buildings

Page 404: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 7 of 23

2.2 Other Standards / Specifications

Specification for Earth Work 14495-00-CI-SPC-0001

Specification for Concrete Work 14495-00-CI-SPC-0002

Page 405: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 8 of 23

3. ANTITERMITE TREATMENT

3.1 Scope

This specification establishes the materials and method of accomplishing pre-constructional anti-termite

treatment of soil for protection of buildings against attack by subterranean termites with the

usage of chemical emulsions in accordance with the procedure laid down.

3.2 Materials and Application

• Materials shall be chloropyrifos emulsifiable concentrates (1%) conforming to IS 8944 in water

emulsions. Alternatively Imidacloprid 30.50 SC, Permathrin, Cypermethrine, Fenvalerate,

Isofenphose or equivalent Government approved material shall be used for Anti-termite treatment.

• The treatment shall be carried out by a licensed and approved agency specialized in the field.

• Dosage of the application of emulsion given in this specification shall be treated as minimum

requirements. However in case of variation in dosage based on manufacturer’s recommendations,

the more stringent requirements shall govern.

• Apart from this specification, the work shall be carried out in compliance with IS 6313.

3.3 Procedure for Treatment

The treatment shall be carried out by an approved agency specialized in the field. Apart from this

specification, the work shall be carried out in compliance with IS 6313. In case of any contradiction, this

specification shall govern.

Site Preparation

Prior to start of chemical treatment, area(s), shall be made free from logs, stumps, timber off

cuts, leveling pegs, roots of plants/trees etc. Soil treatment shall start when foundation trenches/pits are

ready to take concrete masonry in foundations and plinth area ready for laying the subgrade. Treatment

shall not be carried out when it is raining or the subsoil water level is at the same or higher than the level

of treatment. In the event of water-logging of foundations, the water shall be pumped out and the chemical

emulsion applied when the soil is absorbent. Treatment of the excavated pits/trenches and backfill for

Foundations

• The bottom surface and the lower 300 mm side surfaces of the excavated pits/trenches

for foundations of masonry works and RCC plinth beams supporting such masonry works,

shall be treated with specified chemical emulsion @ 5 litres/m of the surface area.

However, no such treatment shall be required in case of pits/trenches made for RCC foundations

supporting RCC walls and/or columns.

• On completion of construction of masonry foundations, the backfill in immediate contact

with the substructure shall be treated in layers of 300 mm with emulsion @ 7.5 litres/m2 of the

vertical surface of the substructure (i.e. 7.5 x 0.300 = 2.25 litres/meter of perimeter) for each side.

Page 406: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 9 of 23

The treatment shall be given after ramming of each layer of soil, by rodding the earth at 150 mm

centres close to the wall surface and working the rod backward and forward (parallel to the wall

surface) and then spraying the specified dosage of emulsion. The emulsion shall be directed

towards the masonry surfaces so that the soil in contact with these surfaces is well treated with

the chemical. After the treatment, the soil shall be tamped back into place. This shall be done for

full depth of the fill.

• For RCC walls and columns, the treatment as specified in (b) shall start from a depth 500 mm

below the finished ground level and shall be done upto the FGL.

3.4 Treatment of Plinth/Basement and Apron

• The top surface of the consolidated earth below the non-suspended floor slabs and the

peripheral aprons of widths upto 750 mm, the bottom surface and side surfaces of the excavated

pits for the basements shall be treated with chemical emulsion @ 5 litres/m2 of the surface area.

Holes 50 to 75 mm deep at 150 mm centres, both ways, shall be made on the surface with 12 mm

diameter mild steel rod and then emulsion shall be sprayed uniformly over the area. At expansion

joint locations, anti-termite treatment shall be supplemented by treating through the expansion

joint @ 2.0 litres per linear metre of joint after the subgrade has been laid.

• Treatment of Junctions of plinth filling and wall/column faces shall be done after making a

small channel 30 mm x 30 mm, by making rod holes 150 mm apart (upto the ground level) in the

channel and then by moving the rod backward and forward @7.5 litres/m2 of the vertical

wall/column surface, so as to soak the soil right to the bottom. The soil shall be tamped back into

place after the treatment.

3.5 Treatment of Soil along External Perimeter of Building

After the building is complete, the earth along the external perimeter shall be rodded at intervals of 150

mm and to depth of 300 mm. The rod shall be moved backward and forward parallel to the wall to break

up the earth and chemical emulsion poured along the wall @ 7.5 litres/m2 of vertical surface (i.e. 7.5 x

0.300 = 2.25 litres/metre of perimeter). After the treatment, the earth shall be tamped back into place.

Page 407: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 10 of 23

4. HERITAGE PLASTER

This work item shall be applied for Heritage textured finish on external surface of Brick masonry, external

concrete surfaces of buildings and structures.

4.1 Material

i. Cement to be used as per IS 8112.

ii. Sand to be used as per IS 1542 & fineness modules as per IS 1661 Table 2

Mix Proportion: As indicated below

1 cement: 6 sand by volume for First Coat and Second Coat of Heritage Textured Plaster.

4.2 Workmanship

• Maximum thickness of first coat: 13 mm and second coat as per manufacturer’s specification.

• Number of coats: 2.

• Minimum Curing Period: 7 days for first coat.

• Type - Heritage Textured Plater.

• Permissible variations in final level of plaster + 2 mm per meter in vertical plane.

• All undulations in final level of plaster shall be checked with straight edge, spirit level and line

strings (stretched).

• Any undulations exceeding permissible limits shall be rectified by CONTRACTOR at his own cost.

• Any hollowed plaster detected by tapping shall be rectified by CONTRACTOR at his own cost.

• Construction joints in wall plaster shall be horizontal as far as possible. No vertical or diagonal

joints shall be permitted unless approved by Engineer-In-Charge.

• In case of sweating of plaster due to excessively wet wall surface or wet mortar mix or high atmos-

pheric humidity, corrective measures shall be taken to eliminate sweating of plaster such as use

of heaters or dehumidifying agents like silica gel etc. during working period.

• Any minor cracks in mortar shall be rectified by CONTRACTOR at his own cost. If the cracking of

mortar is excessive, CONTRACTOR shall remove the plaster and re-do the work at his own cost.

Engineer-In-Charge’s judgment shall be final.

• The edges around duct openings, cable conduits, door and window openings, pipe sleeves, insert

plate and other embedded items shall be finished sharp or rounded as per drawings or as

instructed by Engineer-In-Charge. All openings and embedded items shall be properly covered

while mortaring and shall be cleaned after the final finished coat is completed.

• All corners of walls, junctions between floors and ceilings shall be finished perfectly vertical, and

rounded.

• RCC. Column edges shall be finished vertical and all sharp edges shall be rendered smooth.

Page 408: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 11 of 23

4.3 Work Elements to be Included

• Cleaning the surface of all laitance and loose particles and roughening the concrete surface ade-

quately to receive the mortar.

• Wetting the surface with water including adhesive before commencing plastering work.

• Preparing mortar level pads confirming to final thickness of mortar required as per Drawing, on the

wall surface regular intervals and at the same time checking the verticality of this final level of

mortar pads with plumb bob.

• Mixing of cement and sand with water either in a machine or manually to obtain uniform plasters

mix.

• Applying mortar mix with trowel, using steel trowel on the wall surface starting from top level and

gradually working down.

• Taking care to check that the mortar coat thickness does not exceed 13 mm for first coat.

• Smoothening the mortar with trowel to obtain a uniform surface without any waves.

• (8) After initial setting of the first coat, to roughen/comb the first coat to form the grooves with

wire brush taking care to see that the plaster does not fall off during combing operation.

• Curing of first coat with clean water continuously for specified days.

• Application of Heritage Textured Plaster coat shall be as per manufacturer’s specification

(BAKELITE HYLAM or equivalent) and by approved applicator.

• To check the surface undulations and verticality of final plastered surface by rules.

• Erecting all necessary scaffolding, walkways and platforms before starting the plastering work and

dismounting of the same after completion of the work.

• All edges around openings in walls to be finished as per drawings or as per instructions of

Engineer-In-Charge.

Page 409: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 12 of 23

5. PAVER BLOCK

This specification covers the workmanship, supply, transportation, stacking, installation, requirements of

materials, necessary equipment, testing, etc., for interlocking paver block paving.

5.1 Technical Requirements

5.1.1 Interlocking Paver Block

Material for Paver Block

Concrete interlocking block shall be in a variety of shapes like unpaved, diamond, octagonal, rectangular

and square, to design paving in herring bone pattern or other approved patterns as per owner’s

requirement. It shall be available in various colors. The paver block thickness shall be 100 mm as per

client’s requirement with a minimum compressive strength of 500 kg / cm2. Wearing & Water

absorption property shall be as per IS 1237.

Interlocking paver block should conform to IS 15658 and IS 456. The interlocking paver block shall have

anti-skid surface. If granite chips or other aggregate if used, the percentage used in the making of paver

block mix shall be specified & tested as per Owner/consultant requirement. If water repellant coating is

used for top coat the details shall be specified to Owner/consultant. The coating to be of approved

make & laid as per manufacturer’s specification. The colour, shade guarantee shall be furnished to

Owner/ consultant.

Concrete mixing shall be done in computerized batching plants. Proper steam curing shall be done in

stock yards. Moulds of high grade steel/special rubber moulds shall be used to achieve better edges.

• Cementations Materials – Ordinary Portland cement Grade 43 material conforming to IS 8112 or

Grade 53 material conforming to IS 12269. The cement content shall not be less than 300 Kg /

Cu. M in concrete.

• Coarse Aggregates shall be 12mm down grade size as per IS 383

• Fine Aggregate: Fine aggregates shall be as per IS 383; grading as per IS 2386 Part 1. Fine

aggregates shall consist of natural sand obtained due to natural disintegration of rock, which is

deposited by rivers, streams, crushed stone sand or crushed gravel sand, the use of sea sand

shall not be allowed. The sand shall be river sand, clean and free from impurities.

• Colored paving blocks shall have minimum content of inorganic pigment of 5% by weight of

cement content as per manufacturer’s instruction.

Physical Requirements for Paver Block

Paver block should conform to IS 15658

Absorption

The average absorption of the test samples shall not be greater than 5% with no individual unit greater

than 7% as required

Page 410: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 13 of 23

Resistance to freezing and thawing

The manufacturer shall satisfy the purchaser either by proven field performance or a laboratory freezing

and thawing test that the paving units have adequate resistance to freezing and thawing. If a laboratory

test is used, when tested in accordance with Section 8 of Method C 67 of ISO-DIS-4108, specimens shall

have no breakage and not greater than 1.0% loss in dry weight of any individual unit when subjected to 50

cycles of freezing and thawing. This test shall be conducted not more than 12 months prior to delivery of

units.

Abrasion Resistance

When tested, specimens shall not have a greater volume loss than 15 cm3 per 50 cm2. The

average thickness loss shall not exceed 3 mm.

Visual Inspection

All units shall be sound and free of defects that may interfere with the proper placing of the unit or impair

the strength or performance of the block. Minor cracks incidental to the usual methods of manufacture or

minor chipping resulting from customary methods of handling in shipment and delivery. Cracks shall be

identified & tested as per Owner /consultant requirement.

Sampling and Testing

The purchaser or his authorized representative shall be accorded proper facilities to inspect and sample

the units at the place of manufacture from the lots ready for delivery.

Rejection

In case the shipment fails to conform to the specified requirements, the supplier may sort it and

new specimens shall be selected by the purchaser from the retained lot and tested at the

expense of the supplier. In case the second set of specimen fail to conform to the test requirements, the

entire lot shall be rejected.

5.1.2 Sub-Base Preparation

Sub base preparation shall be as per drawing and shall depend on soil conditions. But generally cement

concrete paver blocks shall be laid on top for the driveway and parking over an evenly spread

sand cushion of 50 mm thick and 150 mm thick Wet Mix macadam in two layers. Each layer of 75 mm

thickness duly watered and rolled. The bottom layer shall have metal size ranging from 63 to 45 mm and

the top layer shall have metal size ranging from 53 to 22.4 mm. The sub base shall have thickness of 100

mm duly compacted with soil of CBR value above 20% or meeting 95% proctor compaction density test,

whichever is more stringent. The remaining layer shall be filled with soil to suit site conditions with CBR

value more than the CBR value of soil at the site. The requirement of the depth of construction as per the

requirement of CBR curves for flexible pavement design given in IRC 37. All layers shall be rolled with 80

to 100 KN smooth wheel power roller. If specified in drawing, geotextile application under soil sub-grade

would be required at location where soil conditions are poor. PCC bed course of concreting as per IS 456

shall be provided if shown in the drawing as per specific requirement of site condition.

Page 411: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 14 of 23

5.1.3 Installation of Paver Blocks

Precast Kerb stone shall be fixed on both sides to act as edge restrain then blocks are laid in between this

area. Pavers shall be laid in the patterns as shown on the drawings. Straight pattern lines shall be

maintained. Joints between the pavers shall be between 2 mm and 4 mm wide.

Gaps at the edges of the paved area shall be filled with cut pavers or edge units.

Cut pavers shall be placed along the edge with a double bladed splitter or masonry saw.

Low amplitude, high frequency plate vibrator capable of 1360kg to 2270 kg centrifugal compaction force

shall be used to vibrate the pavers into the sand.

The pavers shall be vibrated, sweeping dry sand into the joints and vibrating until they are full. This shall

require at least two or three passes with the vibrator. Vibration within three feet of the unrestrained edges

of the paving units shall not be permitted.

All work to within three feet of the laying face must be left fully compacted with sand-filled joints at the

completion of each day. Remaining un-compacted edge of the laying face and sand with

waterproof covering shall be covered.

Excess sand when the job is completed shall be swept off.

The final surface elevations shall not deviate more than 10 mm under a 3 m long straight edge.

The surface elevation of pavers shall be 4 to 6 mm above adjacent drainage inlets, concrete collars or

channels. Paver block shall be laid to slope as per drawing

Page 412: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 15 of 23

6. STAINLESS STEEL RAILING

6.1 Structural Requirements

6.1.1 Loads

Handrail, wall rail and Guardrail assemblies and attachments shall withstand a minimum concentrated load

of 200 pounds applied horizontally or vertically down at any point on the top rail. Infill area of guardrail

system capable of withstanding a horizontal concentrated load of 200 pounds applied to one square foot at

any point in the system. Load not to act concurrently with loads on top rail of system in determining stress on

guardrail. Handrail assemblies and guards shall be designed to resist a load of 50 pounds per linear foot

(pound per foot) (0.73 kN/m) applied in any direction at the top and to transfer this load through the supports

to the structure.

6.1.2 Materials

All Stainless Steel tubing to be 304 welded stainless steel tubing- 37.5 mm with smooth buffing and polish.

All lateral bars to be 12mm solid stainless steel with a smooth buffing and polish. All fittings to be 304

stainless steel. Top rail as 62mm stainless steel or 62mm wood using hard maple, oak, and cherry as per

sections detailed. All wood finishes being by others to facilitate matching of finishes. Grip rail to be 37.5 mm

O.D. stainless steel.

6.1.3 Fasteners

All mechanical fasteners used shall be manufactured from stainless steel.

6.1.4 Fabrication

All mitered and welded corners shall be ground smooth to match finish. Make exposed joints butt tight and

flush. Interior sleeves shall be used for typical splices. Fasteners are allowed at splice connection. Verify

dimensions on site prior to shop fabrication.

6.1.5 Preparation

Coordinate post setting drawings, diagrams, templates, instructions, and directions for installation of

anchorages. These include items such as sleeves, concrete inserts, anchor bolts, and miscellaneous items

having integral anchors that are to be embedded in concrete and masonry construction.

Coordinate delivery of anchorages to project site.

Coordinate that blocking is in place for all mounting fasteners.

Clean debris and dust from surfaces and embed holes thoroughly prior to installation.

Prepare surfaces using the methods recommended by the manufacturer for achieving proper results given

the substrate and project conditions.

Page 413: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 16 of 23

6.1.6 Installation

Install in accordance with manufacturer's drawings and direction.

Fit exposed connections accurately together to form tight joints except as necessary for expansion. Perform

cutting, drilling, and fitting required for installation of handrails. Accurately set handrails in location,

alignment, and elevation, measured from established lines and levels. Set posts plumb within a tolerance of

3 mm.

When fastening to in-place construction, provide anchorage devices and fittings to properly secure rail to in-

place construction. Examples of such devices include threaded fittings (for concrete inserts), toggle bolts

and through-bolts. Separate dissimilar materials with bushings, grommets or washers to prevent electrolytic

corrosion.

6.2 Submittals

Contractor to submit approval drawings to include the following:

• Section-thru details.

• Mounting methods.

• Typical Elevations

• Key plan layouts

Samples of manufacturer’s standard color chart. For custom colors 2 chips will be submitted for color match and approval by engineer-in-charge.

Shop Drawings: Drawings showing fabrication and installation of handrails including plans, elevations, sections, details of components, anchor details and attachment to adjoining units of work.

6.3 Quality Assurance

Source Limitations: Obtain each type of railing through one source from a single manufacturer.

6.4 Delivery Storage and Handling

Materials to be delivered to the job site in good condition and adequately protected against damage as

handrails are a finished product. Store on site in a safe location to avoid damage to finished materials.

Stacking should be done in a manner that will prevent bending. Store material in a clean, dry location away

from uncured concrete and masonry. Any protection on the railings during transportation should remain until

installed. Keep handling on site to a minimum. Exercise caution to avoid damage to finishes of material.

6.5 Project Conditions

Field Measurements: Where handrails and railings are indicated to fit to other construction, check actual

dimensions of other construction by accurate site measurements before fabrication; show recorded

measurements on final shop drawings.

Where site measurements cannot be made without delaying the railing fabrication and delivery, obtain

guaranteed dimensions from site drawings and proceed with fabrication of products to avoid delay in

Page 414: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 17 of 23

fabrication, delivery and installation.

Page 415: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 18 of 23

7. TENSIONED FABRIC STRUCTURE

Tensioned Fabric Structure is cable and/or frame supported tensioned membrane-covered fabric structure;

incorporating a fabric with low elongation characteristics under tension and capable of an anticlastic (having

principal curvatures of opposite sign at a given point) configuration. Fabric structures in which fabric is

applied as flat or mono-axially curved configurations are not acceptable.

7.1 Section

• Section includes a tensioned fabric canopy system as shown on Drawings and specified in this

Section.

• Architect’s drawings indicate design intent with respect to sizes, shapes, and configurations of the

tensioned fabric canopy. Provide all components and accessories required for complete tensioned

fabric canopy system, whether or not specifically shown or specified.

• The tensioned fabric structure will assume bolted/pinned connections for field assembly.

No field welding will be permitted.

7.2 Tensioned Fabric

Tensile membrane (fabric) sheet of total weight 650 g/m2width 250 cms,yarn 1100 dtex,100% Polyster, Plain

Weave with minimum Breaking strength (warp/weft) 2500/2200 N/5cm,min Tearing strength (warp/weft)

250/300 N,min adhesion 100 N/5cm-120 N/5cm,temperature resistance -30°C to + 70°C Flame Retardancy

M2 Light Fastness 7-8, Low Wicking, anti microbial, UV protection of approved make) with provision for

conduiting & lighting fixtures. rate includes transportation, machineries, handling, manpower, painting,

complete.

Warranty for Fabric shall be 15 years

7.3 Subcontractor’s Work

The tensioned fabric structure Subcontractor shall be responsible for the structural design,

detailing, fabrication, supply, and installation of the Work specified herein. The intent of this

specification is to establish in the first instance an undivided, single-source responsibility of

the Subcontractor for all of the foregoing functions.

Subcontractor’s Work shall include the structural design, supply, fabrication, shipment, and

erection of the following items:

• The architectural membrane as indicated on the drawings and in these specifications.

• Cables and fittings.

• Perimeter, catenary, and sectionalized aluminum clamping system.

• Structural steel, including masts, trusses, struts, and beams as indicated on the drawings.

• Fasteners and gaskets.

Page 416: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 19 of 23

7.4 Related Requirements

• “Cast-in-Place Concrete” for concrete footings for posts of tensioned fabric structure.

• “Structural Steel Framing” and “Architecturally Exposed Structural Steel” for steel structure

supporting tensioned fabric structure.

7.5 Leed Submittals

• Product Data for BMR Credit 1: For products having recycled content, documentation

indicating percentages by weight of postconsumer and pre-consumer recycled content.

Include statement indicating cost for each product having recycled content.

• Product Certificates for BMR Credit 1 local materials: For products and materials

required to comply with requirements for regionally manufactured materials. Include

statement indicating cost for each regionally manufactured material. To include statement indicating

location of manufacturer and distance to Project for each

regionally manufactured material. Select locally or regionally fabricated products wherever possible.

7.6 Close Out Submittals

Maintenance Data: For tensioned fabric structures to include in operation and maintenance

manuals include the following:

• Methods for maintaining tensioned fabric structure fabrics and finishes.

• Precautions about cleaning materials and methods that could be detrimental to fabrics,

finishes, and performance.

7.7 Quality Assurance

Fabricator Qualifications: Shop that employs skilled workers who custom-fabricate tensioned

fabric structures similar to those required for this Project and whose products have a record of successful in-

service performance.

Fabricator’s engineering services must utilize Finite Element Analysis software that

performs fabric form finding and takes into account fabric material properties and pre-

stress characteristics.

Fabricator must have proven record of at least (5) successful projects of similar size and

similar specified fabric material.

Fabricator must have been in continuous operation as a professional tensioned fabric

structure manufacturer for minimum of (10) years prior to contract.

7.8 System Requirements

General: Provide a tensioned fabric structure system that complies with requirements

Page 417: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 20 of 23

specified herein by testing the Subcontractor’s corresponding membrane system in

accordance with the indicated test methods.

Building Code Criteria: The tensioned fabric structure shall comply with the International

Building Code, 2009 edition.

Comply with local building codes and respective loading criteria for Live Loads,

Dead Loads, Wind Speed, and Seismic Loads.

Life Safety: Tensioned fabric structure shall be detailed so that no life safety issue is

created in the event of a loss of a part of the membrane. The tensioned fabric structure

shall not rely on the membrane for structural stability.

7.9 Field Conditions

Weather Limitations:

Proceed with installation only when existing and forecasted weather

conditions permit installation of tensioned fabric structure in exterior locations to be

performed according to manufacturers’ written instructions and warranty requirements.

Field Measurements:

Where tensioned fabric structure installation is indicated to fit to other

work, verify dimensions of other work by field measurements before fabrication and indicate

measurements on Shop Drawings. Allow clearances for fenestration operation throughout the

entire operating range. Notify Architect of discrepancies. Coordinate fabrication schedule

with construction progress to avoid delaying the Work.

7.10 Warranty

Manufacturer and fabricator agree to repair or replace components of tensioned fabric structures that fail in

materials or workmanship within specified warranty period of one year from the date of Substantial

Completion.

Failures include, but are not limited to, the following:

• Structural failures including framework.

• Deterioration of fabric including seam failure.

• Deterioration of metals, metal finishes, and other materials beyond normal weathering.

Warranty Period, Fabric: Reference the manufacturer’s limited warranty for the specified

fabric manufacturer and product.

Warranty Period, Cables, Securement Devices and Accessories: One year from date of

Substantial Completion.

Page 418: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 21 of 23

7.11 Performance Requirements

Regulatory Requirements:

Provide tensioned fabric canopy system complying with requirements and limitations of authorities having

jurisdiction that are within Contractor’s control.

Delegated Design:

Engage a qualified professional engineer to design tensioned fabric canopy system. Delegated design

engineering requirements include, but are not limited to, the following:

• Prepare structural design drawings defining the precise interface geometry determination,

reaction loads imposed on structural steel framing, anchoring loads, connection details,

interfaces and seam layouts.

• Structural calculations for the tensioned fabric canopy system shall include:

• Large deflection numerical shape generation that will insure a stable, uniformly

stressed, three dimensionally curved shape that is in static equilibrium with the internal

pre-stress forces and is suitable to resist all applied loads.

• Large deflection finite element method structural analysis of the membrane system

under all applicable wind and seismic loads.

• Connection design including bolt, weld and ancillary member sizing.

• Biaxial fabric test specification, interpretation and fabric compensation determination.

• Accurate generation of the two dimensional compensated fabric templates required to

generate the three dimensional equilibrium shape.

• Structural Performance: Tensioned fabric canopy system shall withstand the effects of

gravity loads and the following loads and stresses within limits.

Wind Loads: To be determined by Subcontractor’s Engineer of Record.

Live Loads: To be determined by Subcontractor’s Engineer of Record.

Seismic Loads: To be determined by Subcontractor’s Engineer of Record.

• Thermal Movements: Allow for thermal movements from ambient and surface temperature

changes.

• Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating

metals and other materials from direct contact with incompatible materials.

7.12 Canopy Fabric

• Product: Subject to compliance with requirements, provide fabric as called out and specified by the

Engineer in charge in the bid drawings.

• Fire-Test-Response Characteristics: Provide canopy fabric with the fire-test-response

Page 419: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 22 of 23

characteristics indicated, as determined by testing identical products according to test

method indicated below by UL or another testing and inspecting agency acceptable to

authorities having jurisdiction:

• Flame-Resistance Ratings: Passes NFPA 701.

• Fabric properties:

Fabric thickness and tensile strength: Must meet engineering requirements with a safety

factor of five.

Color: White

7.13 Canopy Frame, Cables, Fittings and Accessories

• General: Provide accessories as standard with tensioned fabric canopy system fabricator and as

specified. Fabricate and finish accessories at the factory to greatest extent possible, by

manufacturer’s standard procedures and processes. Comply with indicated profiles and with

dimensional and structural requirements.

• Metal Surfaces, General: Provide materials with smooth surfaces, without seam marks, roller

marks, rolled trade names, stains, discolorations, or blemishes.

• Paint Finish for marine or other corrosive environments: Color: As selected from manufacturer’s

available stock colors.

7.14 Execution

7.14.1 Examination

• Examine structural steel framing and other substrates, with Installer present, for compliance

with requirements for installation tolerances and other conditions affecting performance of

the Work.

• Prepare written report, endorsed by Installer, listing conditions detrimental to performance.

• Proceed with installation only after unsatisfactory conditions have been corrected.

7.14.2 Field Quality Control

Manufacturer’s Field Service: Engage a factory-authorized service representative to test and

inspect components, assemblies, and equipment installations, including connections.

• Prepare test and inspection reports.

7.14.3 Erection

Proceed with installation of tensioned fabric structure only when existing and forecasted

weather conditions will permit work to be performed in accordance with manufacturer’s

Page 420: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION - MISCELLANEOUS WORK

14495-00-CI-SPC-0010 Rev : 0 Page 23 of 23

recommendations.

• Erect frame and fabric in accordance with the procedures of the approved manufacturer.

• Adequate pre-stress shall be applied to eliminate fabric wrinkles and excess cable sag.

7.14.4 Adjusting

When requested from date of Substantial Completion, provide on-site assistance in adjusting system to suit

actual occupied conditions.

7.14.5 Demonstration

Engage a factory-authorized service representative to train Owner’s maintenance personnel

to adjust cable and fabric tension and to clean and maintain canopy fabric.

Page 421: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-EL-SPC-0013 Rev : A Page 1 of 17

VVSPL CAPACITY AUGMENTATION PROJECT

Specification for Bulk Material

Project No: 403102-14495

Document No: 14495-00-EL-SPC-0013

14 Feb 2017

I-Think Lodha Techno Campus, 5

th Floor, Tower B,

Pokhran Road No. 2 Thane (West) – 400607 Tel: +91 2266515700 Fax: +91 2267818000

© Copyright 2017 WorleyParsons

Page 422: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 423: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 3 of 17

CONTENTS

1 SCOPE ............................................................................................................................................... 4

2 CODES AND STANDARDS ............................................................................................................... 4

3 SITE CONDITIONS .............................................................................................................................. 6

4 DESIGN AND CONSTRUCTION REQUIREMENTS ................................................................... 6

5 INSPECTION AND TESTING .......................................................................................................... 17

6 PACKING AND DESPATCH ............................................................................................................ 17

Page 424: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 4 of 17

1 SCOPE

This specification covers the minimum requirements for the design, material, manufacturing,

inspection, testing, supply, shipment and delivery to site of electrical bulk items for VVSPL

Capacity Augmentation Project.

The Vendor shall be fully responsible for the design, material, manufacturing, inspection, testing

and delivery of electrical bulk items at site.

Definitions

Purchaser : Hindustan Petroleum Corporation Limited

Engineer / Consultant : WorleyParsons India Pvt. Ltd.

Vendor / Manufacturer : Supplier of electrical bulk items

2 CODES AND STANDARDS

2 .1 The equipment shall comply with the requirements of latest revision of following standards issued

by BIS (Bureau of Indian Standards), unless otherwise specified:

IS 5 Colours for ready mixed paints and enamels

SP 30 (BIS) National Electrical Code 2011

IS 816 Code of practice for use of metal arc welding for general construction

in mild steel

IS 875 - 3 Design Loads (Other Than Earthquake) For Buildings And Structures -

Code Of Practice - Part 3: Wind Loads

IS 1248 Direct acting indicating analogue electrical measuring instruments and

their accessories

IS 1293 Plugs And Socket-outlets Of Rated Voltage Up To And Including 250

Volts And Rated Current Up To 16 Amperes

IS 1364 Hexagon head bolts, screws and nuts of product grades A and B

IS 1573 Electroplated Coatings of Zinc on Iron and Steel

IS 2157 Handloom shoddy woollen blankets

IS 2309 Code of practice for the protection of buildings and allied structures

against lightning

IS 2418 - 1 Specification For Tubular Fluorescent Lamps For General Lighting

Page 425: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 5 of 17

Service - Part 1: Requirements And Tests

IS 2629 Recommended practice for hot dip galvanizing of iron and steel

IS 2633 Methods for testing uniformity of coating of zinc coated articles

IS 3043 Code of practice for earthing

IS 3323 Bi-pin Lamp Holders For Tubular Fluorescent Lamps

IS 3618 Phosphate treatment of iron and steel for protection against corrosion

IS 3854 Switches For Domestic And Similar Purposes

IS 4759 Hot-dip zinc coatings on structural steel and other allied products

IS 5081 Glass Tubes for Tubular Fluorescent Lamps for General Lighting

Service - Specification

IS 6005 Code of practice for phosphating of iron and steel

IS 8224 Electric Lighting Fittings For Division 2 Areas

IS 9794 Boards/blanks for sley bottom, race, cap and box back of cotton looms

IS 9974 : Part 1 High pressure sodium vapour lamps :Part 1 General requirements and

tests

IS 13021 AC supplied electronic ballasts for tubular florescent lamps

IS 13032 AC Miniature Circuit-breaker Boards For Voltages Not Exceeding 1000

V

IS 16101 General Lighting : LED and LED Modules

IS 16102 Self Ballasted LED lamps for General Lighting Services

IS 16103 LED modules for General Lighting

IS 16104 DC or AC Supply Electronic Control gear for LED Modules

IS 16107 Luminaries Performance

IS/IEC 60079-1 Explosive atmospheres - Part 1: Equipment protection by flameproof

enclosures "d"

IS/IEC 60529 Degrees of protection provided by enclosures (IP CODE)

IS/IEC 60947 Low voltage switchgear and controlgear

2. .2 In case of imported equipment, standards of the country of origin shall be applicable, if these

standards are equivalent or stringent than the applicable Indian standards.

Page 426: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 6 of 17

2 .3 The equipment shall also conform to the provisions of Indian Electricity rules and other statutory

regulations currently in force in the country.

2 .4 In case Indian standards are not available for any equipment, standards issued by

IEC/BS/VDE/IEEE/NEMA or equivalent agency shall be applicable.

2 .5 In case of any contradiction between various referred standards/specifications/data sheet and

statutory regulations the following order of priority shall govern:

- Statutory regulations

- Data sheets

- This specification

- Codes and standards

However the vendor shall bring any such contradiction to the notice of Purchaser for prior

approval.

3 SITE CONDITIONS

3.1 The electrical bulk items shall be suitable for installation and satisfactory operation in indoor or

outdoor installation as specified with humid and corrosive atmosphere.

3.2 The electrical bulk items shall be designed to operate under site conditions as specified in the site

conditions. If not specifically mentioned therein, a design ambient temperature of 40oC for indoor,

50oC for outdoor and an altitude not exceeding 1000 metres above mean sea level shall be

considered.

3.3 The electrical bulk items described in this specification is intended for continuous duty at the

specified ratings under the specified site conditions.

4 DESIGN AND CONSTRUCTION REQUIREMENTS

4.1 General

4.1.1 The offered equipment shall be brand new with state of art technology and proven field track

record. No prototype equipment shall be offered.

4.1.2 The electrical bulk items shall be rated for supply voltage and frequency as specified and shall be

suitable for +10% supply voltage variations and +5% supply frequency variations where applicable.

4.1.3 All electrical bulk items shall be supplied with fixing hardware such as nuts, bolts & washers of

stainless steel necessary for installation.

4.1.4 All electrical bulk items paint shade shall be as per Manufacturers standard unless otherwise

specified.

Page 427: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 7 of 17

4.1.5 All electrical bulk items specified for installation in hazardous areas, shall be tested by CMRI and

duly approved by PESO Nagpur or DGMS Dhanbad or any other applicable statutory authority. All

indigenous FLP equipment shall also have valid BIS license as required by statutory authorities.

4.1.6 All Indoor electrical equipments enclosures shall be cleaned free of rust, given a coat of red-oxide

primer and finished with two coats of epoxy based paint of shade RAL 7032. Outdoor equipments

enclosure paint shade shall be 631 as per IS-5

4.2 Local Control Station

4.2.1 Each local control station shall be surface mounted consisting of but not limited to following

Enclosure : Die cast aluminium alloy LM6 for hazardous area

Fibreglass Reinforced Polyster (FRP) for safe area

Enclosure IP rating : IP 55 for Outdoor Area / IP 42 for Indoor Area.

Type of Protection : Minimum Ex ‘d’ type for hazardous area

Control devices : Shrouded start push button (Green),

Mushroom head, stayput type padlocking, stop push button (Red),

Local/Remote selector switch (if specified)

Ammeter (If specified).

Gasket : Neoprene

Terminals : Copper suitable for termination of specified cable size,

: numbers as specified

Cable entries : As specified at bottom

Hardware : Stainless steel

Fully wired from circuit elements to pre-numbered terminals

Accessories

Internal and external Grounding Terminal

Canopy : If specified for outdoor installation

4.2.2 “Start” pushbutton shall be non-maintaining with “Double Break” type contacts, one pair normally

open and one pair normally closed.

4.2.3 Mushroom head Stayput type “Stop” pushbutton shall be maintaining type contacts, one pair

normally open and one pair normally closed.

Page 428: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 8 of 17

4.2.4 Ammeter shall be 62mm dia., taut band, moving iron type with suppressed scale to suit the

motor starting current.

4.2.5 Local/Remote selector switch shall be maintaining type contacts on selected position, one pair

normally open and one pair normally closed.

4.3 Welding Receptacles with Plugs

Each welding receptacle with plug shall consist of but not limited to following items

Type : 4 Wire (3PH+N) with switch

Enclosure : Die cast aluminium alloy LM6 for hazardous area

Fibreglass Reinforced Polyster (FRP) for safe area

Enclosure IP rating : IP 55 for Outdoor Area / IP 42 for Indoor Area.

Type of Protection : Minimum Ex ‘d’ type for hazardous area

Gasket : Neoprene

Terminals : Copper suitable for termination of specified cable size,

: numbers as specified

Cable entries : As specified at bottom

Hardware : Stainless steel

Fully wired from circuit elements to pre-numbered terminals

Accessories

Internal and external Grounding Terminal

Canopy : If specified for outdoor installation

4.4 Cable Glands

4.4.1 Cable glands shall be of nickel plated brass unless otherwise specified and shall be manufactured

in accordance with IS/IEC 60529 and IS/IEC 60079-1.

4.4.2 The single compression type cable glands shall be used for indoor panels/equipment (e.g.

substation, control room etc). The cable glands for outdoor terminations shall be whether

protected, double compression type and shall have PVC shroud for additional whether protection.

4.4.3 Cable glands forming a part of relevant FLP enclosure, shall be FLP type, tested by CMRI or any

other recognized independent testing laboratory and approved by PESO/DGMS or any other

statutory authority as applicable. Indigenous FLP glands shall have valid BIS license as per the

requirements of statutory authorities. The size of cable glands supplied shall be appropriate to the

size of cable so that flameproofness of glands is retained.

Page 429: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 9 of 17

4.4.4 Cable glands shall meet the requirements of IP-55 (minimum) for suitable weather protection.

4.4.5 Entry thread of cable gland shall be compatible to the entry thread provided in the equipment (BS,

ET, NPT, PG as applicable). If required, suitable reducers/adopters shall be used.

4.4.6 Cable glands shall be manufactured to provide cable sealing of inner and outer sheaths and

clamping of armour by special ring.

4.4.7 Cable glands shall be constructed in such a way that same gland can be used for all types of

armouring.

4.4.8 Cable glands shall be provided with earth tag, lock nut and IP sealing washer.

4.4.9 Each cable gland shall be provided with PVC shrouds.

4.5 Cable lugs

4.5.1 The cable lugs shall be tinned copper or aluminium as specified, tubular, seamless compression

type unless specified otherwise.

4.5.2 The type of cable lug shall be as follows.

a) Single hole, ring type for power cable and earthing cable terminations.

b) Pin type insulated or fork type insulated for small power and control cable terminations

4.6 HV Termination and jointing Kits

4.6.1 HV termination kits shall be heat shrinkable, stress control type, indoor or outdoor as specified.

4.6..2 HV termination kits shall be designed to provide a complete moisture seal including the crotch area

of 3C cables and complete re-jacketing of individual cores.

4.6.3 HV termination kits shall be provided with insulated right angle boots (if specified), cable

preparation kits, sealing compounds and other accessories required for complete termination of

specified HV cables.

4.6.4 HV termination kits shall provide creepage distances for indoor termination and outdoor termination

in accordance with IS.

4.6.5 HV termination kits shall have provision for earthing of copper screen (solderless).

4.6.6 HV termination kits which shall be suitable for the cable size mentioned in cable schedule to

outdoor equipment, transformer, switchgear, as specified

4.7 Cable Trays

4.7.1 These shall be ladder type trays either prefabricated hot dip galvanized (610 gm per sq. meter)

sheet steel trays or site fabricated angle iron painted trays as specified or prefabricated perforated

cable trays.

Page 430: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 10 of 17

a) Pre-fabricated hot dipped galvanized ladder type trays - The cable trays shall comply with the

requirements specified in installation details.

b) Site fabricated angle iron trays - Angle iron cable trays shall be fabricated from standard rolled

angle iron sections of size 75x75x8 for runners for supporting spans limited to 3000mm. Cross

support shall be 25 x 6 mm MS flat for tray width upto 500 mm and 32 x 6 mm flat for tray of

more than 500 mm wide and spacing between two cross supports shall not exceed 250 mm.

c) Pre-fabricated hot dipped galvanized perforated type trays - The cable trays shall comply with

the requirements specified in installation details

4.7.2 Vertical supports for both the prefabricated and side fabricated type trays shall be fabricated out of

ISMC 100 and horizontal supports shall be with 65 x 65 x 6 mm angle iron sections. Outer most tier

of all vertical cable trays shall be covered with GI sheet for protection against physical damage to

cables.

4.7.3 Cable racks and trays shall be covered by removable top covers on upper most tier allowing

adequate ventilation in following cases where:

a) Mechanical damage of cables is likely to occur during maintenance in the plant.

b) Oil or spillage of chemicals can be expected.

c) Protection from exposure to sun is required.

GI cover sheet shall allow adequate ventilation to the cables and shall be in standard length of

3000 mm, flanged on both sides for fixing on cable tray. Covers shall be complete with required GI

hardware.

4.7.4 If specified, pre-fabricated ladder type cable trays shall be suitable for concentrated load of one

person (75 kg) standing on cable trays.

4.8 Lighting and Small Power Distribution Boards

4.8.1 Distribution boards shall be made of 1.6mm thick sheet steel and shall be industrial type, dust and

vermin proof. In case Distribution boards are located in Hazardous area, they shall be made of Die

cast aluminium alloy LM6 and minimum Protection type shall be Ex ‘d’ suitable for Zone 1 & 2, Gas

group IIA/IIB & temperature class T3 unless mentioned elsewhere. Distribution boards shall be

indoor/outdoor type as specified. Indoor type distribution boards shall have IP42 degree of

protection and shall be suitable for surface or flush mounting on wall surface as specified.

Distribution boards located outdoor shall be IP55 weather protected and shall also preferably have

integral canopy for additional weather protection. The canopy shall be made of 2mm thick

galvanized sheet steel or FRP where these are separate from the equipment.

4.8.2 Distribution boards shall have TPN incoming feeder and single phase or three phase outgoing

feeders as specified. Distribution boards shall be equipped with phase and neutral busbars of

required current carrying capacity. The outgoing feeders shall be provided with single pole

Page 431: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 11 of 17

miniature circuit breakers (MCBs) for safe areas and double pole MCBs for hazardous areas for

single phase distribution and switch fuse unit for 3-phase distribution. The incomer shall be with

MCB and ELCB unit for lighting and small power distribution and switch fuse unit for other auxiliary

distribution unless otherwise specified.

4.8.3 Switch fuse units and Miniature circuit breakers shall be mounted in such a way that the operating

levers projects outside the front bakelite cover plates for ease of operation. A hinged door to cover

the operating knobs shall be provided. In addition, a circuit diagram indicating incomer details and

outgoing details viz. circuit number, circuit rating, load connected and details of the load shall be

pasted inside the distribution boards. Also a laminated copy of the diagram shall be provided inside

the distribution boards in a suitably designed pocket.

4.8.4 Two external earthing studs for connection to the plant earthing grid shall be provided on the panel.

Further, the distribution boards shall be provided with an earth bus bar with terminal studs for

connection to the third core of each outgoing circuit. Each circuit phase and neutral shall be given

ferrule numbers. Complete wiring inside the panel, shall be neatly bunched with PVC tape and

button. Sufficient terminals shall be provided in the terminal block so as to ensure that not more

than one wire (core) is connected to a terminal.

4.8.5 The distribution board shall have knock out holes or removable gland plate for the entry of incoming

and outgoing conduits or cables.

4.8.6 All MCBs shall be of M9 category as per IS 8828 and sensitivity of ELCBs shall be 100 mA unless

otherwise specified.

4.8.7 All switches or fuse switches shall be air break type provided with quick make/break manual

operating mechanism.

4.8.8 Fuses shall be non-deteriorating HRC cartridge link type. Power fuses shall be pressure fitted type

and shall preferably have ribs on the contact blades to ensure good line contact.

4.8.9 AC voltmeters and ammeters shall be provided in incoming feeder of distribution boards if

specified. All AC ammeters and voltmeters shall be of digital type with accuracy class of 1.5 as per

IS.

4.8.10 Wherever the size of incoming cable to distribution boards is more than 35 sqmm a suitable cable

adapter box shall be provided and attached to the distribution boards. The incoming cable leads

shall be connected to terminal block (bolted type terminals) of required size. This terminal block

shall be connected to TPN incomer unit through separate PVC insulated copper conductor wires/bus

bars. Sufficient space shall be provided (200 to 250mm) between gland plate and the bottom of

terminal block for easy termination

4.9 Lighting Fixtures

4.9.1 Lighting fixtures shall be manufactured in accordance with IS 2418-1, IS 3323, IS 5081, IS 13021,

IS 16101, IS 16102, IS 16103, IS 16104, IS 16107, IS/IEC 60529 and IS/IEC 60079.

Page 432: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 12 of 17

4.9.2 Outdoor lighting fixtures shall have minimum IP55 degree of protection. Indoor lighting fixtures

shall have minimum IP20 degree of protection.

4.9.3 Lighting Fixtures shall be suitable for termination of required cable sizes as indicated in lighting and

small power layouts and installation details.

4.9.4 Lighting fixtures paint shade shall be as per Supplier’s standard.

4.9.5 Each Fluorescent lighting fixture shall consist of but not limited to following items

Body : Non metallic one piece fiberglass reinforced Polyester (FRP) with SS

toggles

Lamp : Fluorescent, Numbers as specified

Ballast : Electronic with fuse to protect ballast

Gasket : Neoprene

Cover : High transparency clear acrylic

Reflector : Stove enamelled

Hardware : Stainless steel

Lamp socket

Accessories

Internal earthing Terminal

Provisions to field drill for pendant mounting

4.9.6 High intensity discharge lighting fixtures shall be integral type and each lighting fixture shall consist

of but not limited to following items

Body : Cast copper-free aluminium for hazardous area

: Fibreglass Reinforced Polyster (FRP) for safe area

Lamp : High pressure sodium (HPS)/ Metal Halide (MH)

Hinged Ballast : Electronic with multi tap

Ballast guard starter cut-out switch

Instant re-strike feature wherever specified

Globe : Heat and impact resistant

Guard : Copper-free aluminium

Reflector (STD. DOME) : Krydon fiberglass-reinforced polyester

Page 433: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 13 of 17

Reflector (Floodlight) : Anodized aluminium Gasketing seal between mounting module,

housing & optical assembly

Lamp socket : Mogul base porcelain

Hardware : Stainless steel

Accessories

Internal Grounding Terminal

4.9.7 Each LED lighting fixture shall consist of but not limited to following items

Body : Non metallic one piece fiberglass reinforced polyester (FRP) with SS

toggles

Lamp : High brightness white LED arranged in arrays

Ballast : Electronic with fuse to protect ballast

Gasket : Neoprene

Cover : High transparency clear acrylic

Reflector : Stove enamelled

Hardware : Stainless steel

Accessories

Internal earthing Terminal

Provisions to field drill for pendant mounting

4.9.8 Hazardous area lighting fixtures enclosures shall be made of Die cast aluminium alloy LM6 and

minimum Protection type shall be Ex ‘d’ suitable for Zone 1 & 2, Gas group IIA/IIB & temperature

class T3 unless mentioned elsewhere.

4.9.9 Battery Room lighting fixtures shall be suitable for Zone 1 & 2, Gas group IIC & temperature

class T3 unless mentioned elsewhere.

4.9.10 All lighting fixtures shall be of high power factor type i.e. at least 0.9 or more. Lighting fixtures

have shall be energy efficient type with BEE level higher than 3 Star.

4.9.11 All critical area lighting fixtures shall have inbuilt battery back-up of 30 minutes.

4.10 Small Power Receptacles

Small Power recpetacles shall be manufactured in accordance with IS 1293, IS/IEC 60309, IS/IEC

60079.

Each recpetacles shall consist of but not limited to following items

Page 434: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 14 of 17

Type : 3 Wire (1PH+N+G) with switch

Enclosure : Die cast aluminium alloy LM6 for hazardous area

Fibreglass Reinforced Polyster (FRP) for safe industrial area

ABS plastic for Safe non-industrial area.

Enclosure IP rating : IP 55 for Outdoor Area / IP 42 for Indoor Area.

Type of Protection : Minimum Ex ‘d’ type for hazardous area

Gasket : Neoprene

Terminals : Copper suitable for termination of specified cable/wire size,

: numbers as specified

Cable entries : As specified at bottom

Hardware : Stainless steel

Fully wired from circuit elements to pre-numbered terminals for Hazardous and Safe Industial area.

Accessories

Internal Grounding Terminal

Canopy : If specified for outdoor installation

4.11 Switches

Switches shall be manufactured in accordance with IS 3854, IS/IEC 60079.

Each switch shall consist of but not limited to following items

Type : 1 pole to 4 pole as specified

Enclosure : Die cast aluminium alloy LM6 for hazardous area

Fibreglass Reinforced Polyster (FRP) for safe area

ABS plastic for Safe non-industrial area.

Enclosure IP rating : IP 55 for Outdoor Area / IP 42 for Indoor Area.

Type of Protection : Minimum Ex ‘d’ type for hazardous area

Gasket : Neoprene

Terminals : Copper suitable for termination of specified cable size,

: numbers as specified

Cable entries : As specified at bottom

Page 435: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 15 of 17

Hardware : Stainless steel

Fully wired from circuit elements to pre-numbered terminals

Accessories

Internal Grounding Terminal

Canopy : If specified for outdoor installation

4.12 Junction boxes

Junction Box shall be manufactured in accordance with IS 8224, IS/IEC 60079.

Each junction box shall consist of but not limited to following items

Type : 2 way to 6 way as specified

Enclosure : Die cast aluminium alloy LM6 for hazardous area

Fibreglass Reinforced Polyster (FRP) for safe area

Enclosure IP rating : IP 55 for Outdoor Area / IP 42 for Indoor Area.

Type of Protection : Minimum Ex ‘d’ type for hazardous area

Gasket : Neoprene

Terminals : Copper suitable for termination of specified cable size,

: numbers as specified

Cable entries : As specified at sides / bottom / top depending on number of ways

Hardware : Stainless steel

Fully wired from circuit elements to pre-numbered terminals

Accessories

Internal Grounding Terminal

Canopy : If specified for outdoor installation

4.13 Lighting poles

4.13.1 All Lighting poles shall be made of galvanized steel, designed for wind parameters as per IS 875 (part

3) and loading of specified lighting fixtures and shall comply with relevant standards.

4.13.2 The flood lighting poles wherever specified shall be provided with suitable mounting brackets with

hardware for specified number of flood lighting fixtures, one hand hole at approx. 1m height

having removable bolted cover, internal and external earthing studs.

Page 436: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 16 of 17

4.13.3 The street lighting poles wherever specified shall be provided with suitable mounting brackets with

hardware for specified number of street lighting fixtures, one hand hole at approx. 1m height

having removable bolted cover, internal and external earthing studs.

4.13.4 The flood lighting, street lighting and ground poles shall be provided with suitable base plate and

fixing material for fixing on concrete foundation. The fixing details and foundation loading details

shall be provided.

4.14 Earthing

4.14.1 The main earth grid conductor and earth bars shall be hot dip galvanized MS flat with the sizes as

specified.

4.14.2 The branch conductor shall be either hot dip galvanized MS flat with sizes as specified or hot dip

galvanised MS wire rope with size as specified.

4.14.3 Earth electrode shall be heavy duty, hot dip galvanized MS/copper pipe with size and length as

specified.

4.14.4 Amount of galvanizing shall be 610 gm per sq. meter

4.15 Lightning Protection

The horizontal and vertical conductors shall be hot dip galvanized MS flat with the sizes as

specified. Amount of galvanizing shall be 610 gm per sq. meter.

4.16 Conduits

4.16.1 Conduits shall be of hot dip galvanized steel for protection. Stub-up conduits with diameter and

length as specified.

4.16.2 Conduits shall be provided with bushing for protection of cables for stub-up.

4.16.3 Fixation accessories shall be stainless steel or hot dip galvanized after fabrication.

4.16.4 PVC conduits with appropriate accessories shall be provided as specified.

4.17 Miscellaneous and Safety Equipments

Following equipments shall be supplied in substation, as per Indian Electricity Rules:

4.17.1 Fire buckets filled with clean dry sand and ready for immediate use for extinguishing fires suitably

mounted on G.I. stand and fire extinguisher (carbon dioxide, dry chemical extinguisher etc.) suitable

for dealing with electric fires shall be conspicuously marked and kept.

4.17.2 First aid boxes containing ointments and medicines for immediate treatment of injuries (As

prescribed by Indian Red Cross Society or equivalent).

4.17.3 Instructions of restoration of persons suffering from electric shock in English, Hindi and local

language of the district shall be affixed in a conspicuous place.

Page 437: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR BULK MATERIAL

14495-00-EL-SPC-0013 Rev : A Page 17 of 17

4.17.4 Danger boards (H.V., M.V.) shall be provided on transformer gate, switchboards, entrance to

switchgear room and at other places as required by Purchaser.

4.17.5 Safety insulation mats for operation and maintenance of electrical equipments.

4.17.6 Ladders for maintenance of electrical equipments.

5 INSPECTION AND TESTING

5.2.1 Inspection and testing requirements shall be in accordance with the respective equipment

specification, applicable codes and standards indicated and also Vendor standard inspection and

testing requirements. Purchaser reserves the right to witness all tests with sufficient advance

notice from Vendor. The test reports shall be approved by Purchaser before dispatch.

5.2.2 Purchaser also reserves the right of inspection of any electrical works equipment / material during

fabrication. Vendor shall furnish all necessary information concerning the supply to Purchaser.

5.2.3 All routine and acceptance tests shall be carried out at Vendor’s / Manufacturer's work under his

care and expense.

5.2.4 Type and special tests shall be carried out at Vendor's work or independent approved testing

laboratory under his care and expense. Type and special test certificate of identical rating of

equipment may be acceptable in lieu of actual type and special tests if approved by Purchaser.

5.2.5 All testing instruments shall be calibrated with proper validity and have traceability to National

Standards.

6 PACKING AND DESPATCH

All the equipment shall be divided into several shipping sections for protection and ease of

handling during transportation. The equipment shall be properly packed for selected mode of

transportation i.e. by ship/rail or trailer. The panels shall be wrapped in polyethylene sheets before

being placed in wooden crates /cases to prevent damage to the finish. Crates /cases shall have

skid bottoms for handling. Special precaution notations such as Fragile, This side up, center of

gravity, weight, Purchaser's particulars, Purchase number etc. shall be clearly marked on the

package together with other details as per purchase order.

The equipment may be stored outdoors for long periods before installation. The packing should be

suitable for outdoor storage in areas with heavy rains and high ambient temperature unless

otherwise agreed.

Page 438: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-EL-SPC-0014 Rev : A Page 1 of 30

VVSPL CAPACITY AUGMENTATION PROJECT

Specification for Electrical Equipment Installation

Project No: 403102-14495

Document No: 14495-00-EL-SPC-0014

14 Feb 2017

I-Think Lodha Techno Campus, 5

th Floor, Tower B,

Pokhran Road No. 2 Thane (West) – 400607 Tel: +91 2266515700 Fax: +91 2267818000

© Copyright 2017 WorleyParsons

Page 439: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 440: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 3 of 30

CONTENTS

1.0 SCOPE ............................................................................................................................... 4

2.0 CODES AND STANDARDS ......................................................................................... 4

3.0 EQUIPMENT INSTALLATION ........................................................................................... 6

4.0 CABLE INSTALLATION .................................................................................................. 16

5.0 LIGHTING INSTALLATION ............................................................................................. 22

6.0 EARTHING INSTALLATION............................................................................................ 26

7.0 LIGHTNING PROTECTION INSTALLATION .................................................................. 28

8.0 LIST OF CONSTRUCTION EQUIPMENT ....................................................................... 29

Page 441: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 4 of 30

1.0 SCOPE

This specification covers minimum requirements for the installation of electrical equipment, forming

part of electrical power distribution and utilization system for VVSPL Capacity Augmentation

Project.

The Contractor shall be fully responsible for the installation of electrical equipment.

Definitions

Purchaser : Hindustan Petroleum Corporation Limited

Engineer / Consultant : WorleyParsons India Pvt. Ltd.

Contractor : Installation contractor of electrical equipment

Vendor / Manufacturer : Supplier of electrical bulk items

2.0 CODES AND STANDARDS

2.1 The work shall be carried out in the best workmanlike manner in conformity with this specification,

installation standards, layout drawings, codes of practice of Bureau of Indian Standards and OISD

standards

IS 5 Colours for ready mixed paints and enamels

SP 30 (BIS) National Electrical Code 2011

IS 816 Code of practice for use of metal arc welding for general construction

in mild steel

IS 1239 Steel tubes, tubulars and other wrought steel fittings

IS 1255 Code of practice for installation and maintenance of power cables up

to and including 33kV rating

IS 1364 Hexagon head bolts, screws and nuts of product grades A and B

IS 1573 Electroplated coatings of zinc on iron and steel

IS 2309 Code of practice for the protection of buildings and allied structures

against lightning

IS 2629 Recommended practice for hot dip galvanizing of iron and steel

IS 2633 Methods for testing uniformity of coating of zinc coated articles

IS 3043 Code of practice for earthing

Page 442: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 5 of 30

.

2.2 In addition to the above it shall be ensured that the installation conforms to the requirements of the

following as applicable:

a) Indian Electricity Act and Rules.

b) Regulations laid down by CEA/Electrical Inspectorate.

c) Regulations laid down by PESO/ DGMS (as applicable).

d) The petroleum rules (ministry of Industry Government of India).

e) Any other regulations laid down by central/state/local authorities and Insurance agencies.

2.3 In case of any contradiction between various referred standards, specifications and statutory

regulations the following order of priority shall govern:

- Statutory regulations

- This specification

- Codes and standards

However the Contractor shall bring any such contradiction to the notice of Purchaser for prior

approval.

IS 3618 Phosphate treatment of iron and steel for protection against corrosion

IS 4759 Hot-dip zinc coatings on structural steel and other allied products

IS 6005 Code of practice for phosphating of iron and steel

IS 7689 Guide for the control of undesirable static electricity

IS 7816 Guide for testing Insulation resistance of rotating machines

IS 10028 : Part 2 Code of practice for selection, installation and maintenance of

Transformers : Part 2 - Installation

IS 10118 : Part 3 Code of practice for selection, installation and maintenance of

switchgear and control gear : Part 3 - Installation

OISD-RP-110 Recommended practices on static electricity

OISD-STD-137 Inspection of Electrical Equipment

OISD-RP-147 Inspection and safe practices during electrical installations

Page 443: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 6 of 30

3.0 EQUIPMENT INSTALLATION

Prior to start of installation of the electrical equipment contractor shall verify that equipment and

complete materials have been received. Handling, shifting to required site location, installation,

testing and commissioning of all electrical equipment shall be done by contractor with utmost care.

Manufacturer’s instructions and the requirements given in their technical manuals shall be strictly

adhered. The substation/switchgear room wherein the equipment shall be installed shall be kept

clean, dry and free from all debris. Panel floor cutouts not in immediate use shall be suitably

covered to avoid any mishap. When handling the switchboard panels, care shall be taken to

observe the correct lifting arrangements and to make sure that slings are attached to the

manufacturer’s designated lifting arrangements and to make sure that slings are attached to the

manufacturer’s designated lifting points. No parts shall be subjected to undue strains or sudden

stresses which could cause damage to the equipment.

The lifting position mark indicated on packing casing shall be adhered to strictly, for keeping it in

required vertical position.

Contractor shall check and report to the Purchaser about any damaged item and / or missing

component for getting the same replaced as per specifications. During installation, all accessories

and loose items shall also be inspected by the contractor before their assembly/mounting.

In case of any modifications/replacement of existing equipments or Tie-ins with existing Electrical

systems, approvals shall be obtained from Purchaser before any work to be implemented. The tie-in

and shoutdown philosophy shall be developed by Contractor in coordination with production,

operation and maintenance department. Detailed Task Risk Assesment (TRA) shall be developed by

the Contractor for all modifications/replacement or tie-ins activities and shall be approved by all

concerened authoirities.

The following philosophies provide the frame work for modifications/replacement or tie-in approach:

a) The existing facilities shall continue to operate normally. Contractor shall verify the

requirements for modifications, replacement and interface or tie-in with existing / new electrical

systems.

b) In general, a planned construction campaign shall be scheduled to facilitate the

modifications/replacement or tie-in work. However, prepration for modifications/replacement or

tie-in work can be proceed on an opportunistic or scheduled shutdown prior to the planned

construction campaign in consulatation with Purchaser. Associated shoutdown co-ordination

shall be carried out by the Contractor as per Purchaser procedure to complete the

modifications/replacement of existing electrical equipments or tie-in hook up for all electrical

systems.

3.1 Switchboards and Bus Ducts

3.1.1 The term switchboard here includes all HV / MV/ LV switchboard panels, motor control centers,

power and lighting distribution boards, UPS panels, ACDB, charger panels, DCDB etc. The

Page 444: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 7 of 30

switchboard panels shall be handled with care, avoiding any impact to the equipment. Dragging of the

panels directly on floor shall be avoided. Roller bars may be used for shifting of panels: Use of a

crane and trailer shall be made for handling of equipment. The switchboard panels shall be properly

supported on the truck or trailer by means of ropes to avoid any chance of tilting. The switchboards

shall be lifted after ensuring that panel supports, nuts and bolts are all intact and tightened. While

lifting the panels in packed conditions utmost care shall be taken to avoid any damage to

insulators, bushings, metering and protective equipment. The panels shall be preferably kept

inside the packing cases till foundations are ready.

3.1.2 The switchboard panels shall be installed on prepared foundations or floor cutouts. Steel base

channels shall be welded to inserts provided in floor slab. Cross members shall be provided at the

junctions of each shipping section and other places as required. Alternatively when the floor is

being-laid, base channel frame of panels supplied by the vendor shall be grouted and leveled in

cement concrete. It shall be ensured that the base plate level of HV switchboard shall match with

the finished floor level. The foundation pockets and the grouted bolts shall be cured for a minimum

period of 48 hours.

3.1.3 The switchboard panels shall be taken out from the packed cases and shifted one by one to its

proper place. All the panels shall be assembled, aligned and leveled: Alignment of panels shall be

checked in both longitudinal and lateral directions. It shall be ensured that panel to panel coupling

bolts, bus bar links etc. fit properly without any strain on any part. No new holes for jointing of the

panels other than those recommended by the vendor shall be drilled. No gaps shall be left between

the panels. The lifting, racking in and out operation of the breaker and all other motions shall be

free from any obstruction.

The panels shall be checked for correct vertical position using pendulum weight and spirit levels.

The switchboard panels shall be tack welded at suitable intervals at base channel.

After erection of switchboard panels, all uncovered portions of floor cutouts shall be covered with 6

mm thick removable chequerred plates finished with floor level. The design of the chequerred

plates shall be such that the maximum allowable deflection is L/200 (where L is the span of the

chequerred plates in metres) for a live load of 500 kg./sq. meters. Suitable lifting arrangements

shall be provided for chequered plates: The chequerred plates shall be painted with a coat of red

oxide zinc chromate primer after proper surface preparation as per specifications. Where specified,

panels cutouts provided for future use shall be filled with lean concrete.

3.1.4 After completion of erection of switchboards, all the cubicles, switchboard components such as

switches, starters, C.T. and P.T. chambers, busbar chamber shall be cleaned and checked for

tightness of all the components. Vacuum circuit breakers shall be checked for integrity of bottle seals.

All loosely supplied items shall be fitted up. Bus bar sections or links shall be inserted and where

specified, of high voltage equipment shall be insulated. Interconnection wiring between shipping

sections shall be made by contractor. All the wiring connections shall also be checked.

Phase sequence and polarity of PTs and CTs shall be checked. Contact resistance of all busbar

joints and contactors shall be checked. Insulator shall be checked for any damage. All the starters,

Page 445: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 8 of 30

switches, contacts shall be cleaned with C.T.C. where required. All the moving parts shall be

checked for easy and free movement. Hinges of panel doors shall be lubricated to give free

and noise free movement. All openings shall be kept completely closed to avoid ingress of any

foreign particles inside the panel.

Functional scheme verification of individual feeder shall be carried out and minor wiring

modifications in the panel wiring, if required shall be done as per the directions of Purchaser.

Special attention shall be paid to CT circuits polarity, wiring continuity and correctness in the

protection as well as measurement circuits. Auto transfer scheme shall be simulated and verified.

During the course of scheme verification tests, defective components if any shall be taken out,

after bringing to the notice of Purchaser. The same shall be replaced by component supplied by

Purchaser.

3.1.5 Where switchboard is damp or having a low IR value due to damaged insulators/

bushings/any other insulated parts, or any other reason, the entire switchboard shall be dried . up

according to the instruction of the Purchaser for the I.R value to improve to a sate level for

commissioning. Care shall be taken to protect the surrounding insulation from direct local heating

during the drying up process.

3.1.6 All the metering instruments, protective relays and other relays and contactors shall be tested

as per manufacturer's recommendations and according to the instructions of the Purchaser. Protection

relays shall be inserted and connected and settings adjusted as required by the Purchaser.

3.1.7 All moving parts, of closing/tripping mechanism, racking in and racking out mechanism, spouts and

shutter closing mechanism shall be checked for proper operation. All the auxiliary contacts of breaker

shall be checked-up, cleaned and contact pressure measured.

3.1.8 All the control wiring, PTs, bushings, bus bars, other live parts of switchgear, incoming and

outgoing cables shall be meggered.

3.1.9 Electrical simulation tests shall be carried out for all the protective, alarm and annunciation relays

and external interfaces to ascertain proper functioning.

3.1.10 Safety insulation mats of approved make and of required voltage grade shall be provided in the sub-

Station.

3.1.11 Pre-Commissioning Check List:

Before commissioning any switchboard, following points shall be checked and ensured for safe

energizing of the switchboard:

a) That the installation of equipment to be commissioned is complete in all respects with its

auxiliaries and all other mounting including earthing. Openings in floor within and outside panels

have been sealed off. All cover and door gaskets are intact to make the enclosure vermin proof.

b) All the metering instruments have been checked and found in working order. Indicating lamps are

healthy and are in correct position. All power and control fuses are of proper rating.

Page 446: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 9 of 30

c) That the polarity test and ratio test of all the P.T.s and C.T.s is complete and phase sequence of

C.T.s conforms to the correct vector group connections. Wiring continuity and correctness are

ensured in the protection and measurement circuits. Polarity of D.C. supply for all the circuits is

correct.

d) That the high voltage tests of incoming and outgoing cables have been conducted and results

are satisfactory.

e) That all the protective relays including both conventional and microprocessor based numerical

relays and thermal overload relays have been tested for secondary injection tests. (Primary

injection tests shall be carried out for differential protection, Restricted Earth fault protection

at full / reduced current to ensure correctness of complete wiring). Relay settings, status indications,

fault annunciations, data logging, display of switchboard SLDs shall be verified from MMI in case

the same is provided.

f) That I.R. Value has been recorded for bus bars, circuit breaker, incoming and outgoing cables,

control wiring and potential transformers. Where required joint resistance of bus bars have been

recorded and found to be satisfactory. All the surroundings and panels have been cleaned and

temporary earth leads have been removed.

3.1.12 Bus Ducts:

The bus ducts as per issued drawings will be supplied in parts and all the parts shall be assembled

and the bus bar connections shall be made at site. The insulators in bus ducts shall be inspected

for any possible damage during transit and the defective ones shall be replaced. The insulators

shall be cleaned. Contact surface of bus bars, bus bar bolts and nuts shall be thoroughly cleaned.

Petroleum jelly shall then be applied and bolted connection made. The bus duct enclosure shall be

checked for earth continuity and then earthed at two places. The bus duct shall be properly

supported between switchgear and transformer. The opening in the wall where the bus duct enters

the switchgear room shall be completely sealed to avoid rain water entry. Expansion joints, flexible

connections etc. supplied by the manufacturer of the bus duct shall be properly connected. The

bus duct levelling shall be checked with spirit level and pendulum weight.

3.2 Transformers

Transformers on receipt at site shall be unloaded by means of crane or lifting devices of adequate

capacity. All lifting lugs shall be used to avoid unbalanced lifting and undue stresses on lugs. Lifting

lugs if any provided for partial lifting (e.g. for active part, conservator) etc. shall not be used for

lifting complete transformer. Parts other than those identified for lifting of the transformer shall not

be used for lifting. While slinging, care shall be taken to avoid slings touching other parts.

3.2.1 Before lifting transformer, it shall be ensured that all cover bolts are tightened fully. In case when it

is necessary to use jacks for lifting, projections provided for the purposes of jacking shall be used.

Lifting jacks shall not be used under the valves or radiator tubes. For transporting transformers

from stores to site, the transformers shall be loaded on a suitable capacity truck or trailor. The

Page 447: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 10 of 30

transformers shall be properly supported by steel ropes and stoppers on the trailor to avoid tilting

of the transformers in transit due to jerks and vibrations. At no instance the transformer shall be

kept on bare ground. Where it is not possible to unload the transformer directly on a foundation, it

shall be unloaded on a properly built wooden sleeper platform. A transformer shall never be left

without putting stoppers to the wheels.

3.2.2 Transformer shall be examined, for any sign of damage in transit. Particular attention shall be

given to the following in this regard:

a) Dents on tank wall or cooling tubes.

b) Damage to protruding parts like valves, sight glass etc.

c) Loosening of bolts due to vibration in transit.

d) Cracked or broken bushings.

e) Oil leakage particularly along welds.

If any thing adverse is noted the same shall be brought to the notice of Purchaser.

3.2.3 Contractor shall examine the transformer base, oil pit, tire walls and foundations laid by the civil

contractor. It shall be ensured that oil spills can not propagate along cable trenches. Any

discrepancy noted will be brought to the notice of Purchaser. Transformers shall be placed on

channels or rails over concrete foundations. The transformers shall be leveled, aligned and

checked for free movement on the channels or rails. Stoppers shall be provided to the transformers

immediately to prevent any movement. Normally transformers upto 1000 kVA rating shall be

received duly fitted with radiator tubes, conservator tanks, valves, wheels and other accessories.

While the transformers of above 1000 kVA rating may be supplied with loose accessories. All the

accessories like radiators, cooling fans, valves, conservator tanks, explosion vent pipe, bushings

and other devices which are supplied in different packages shall be checked for any transit

damage and cleaned thoroughly before fixing on the transformer. All loosely supplied parts shall be

assembled as per manufacturer's instruction manuals/ drawings and documents. All the

connections for C.T.s bushings and other wiring shall be checked for tightness and correctness

before replacing the lid or tightening all the bolts.

3.2.4 Topping of transformer with oil:

Before topping up with oil, transformer shall be fitted with all accessories such as valves, gauges,

thermometers etc. Oil samples shall be taken from each drum and tested for determination of

dielectric strength. Any sign of leakage of the barrel or of its having been opened shall be recorded

and reported. It is necessary to filter the oil before the transformers are filled. It shall be ensured in

oil filling operation that no air pockets are left in the tank and that no dust or moisture enters the oil.

All air vents shall be opened. Oil shall be filled through a streamline oil filter using metal hose. To

prevent aeration or the oil, the transformer tank shall be filled through the bottom drain valve. In a

transformer with conservator tank, the rate of oil flow shall be reduced when the level is almost

Page 448: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 11 of 30

upto the bottom of the main cover to prevent internal pressure from rupturing the pressure relief-

pipe diaphragm. Sufficient time shall be allowed for the oil to permeate the transformers and also

for the locked -up air bubbles to escape. Any air accumulation in the buchholz relay shall be

released.

3.2.5 Transformer Oil

a) Sample of oil from the transformer shall be taken from the bottom of the tank.

b) Testing of Oil:

For dielectric test, the oil shall be tested as described in IS 335. The oil shall also be tested for

acidity in accordance with the methods prescribed.

3.2.6 Drying out of the transformers, if required, shall be carried out and record maintained in

accordance with IS 10028. Normally a streamline filter shall be used for drying-up. I.R. value

versus time of both windings shall be recorded during the drying-up process.

Precautions when drying

a) The maximum sustained temperature to which transformer oil may be subjected shall be limited

to 800C.

b) The transformer shall be carefully monitored throughout the drying out process and all observations

shall be carefully recorded.

c) Drying out shall be continued so that the insulation resistance as prescribed in the standard

code of practice is attained and the value remains constant for more than 12 hours. However, a

minimum number of cycles shall be done for each transformer as found necessary by the

Purchaser. Generally a megger reading of 2 megohms / kV at 600 C temp with a 5 kV Megger

may be a rough indication for stopping the dehydration.

3.2.7 The following work on transformers shall be performed by the contractor if specifically called for:

a) Before finally commissioning the transformer it may sometimes be desired to run it for a few hours

on short-circuit, applying a low voltage, approximately equal to the impedance voltage of the

transformer. During this process, regular readings of the insulation resistance of the winding to

earth and winding to winding and temperature against time shall be recorded.

b) Testing of radiator tubes for any leakage and rectifying these by welding / brazing.

3.2.8 Pre-commissioning Check List:

Before commissioning of any transformer, the following points shall be checked for safe

energisation of the transformer:

a) That all the accessories have been fixed properly and transformer body and neutral are

properly earthed. The transformer dehydration is over and results are satisfactory and

Page 449: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 12 of 30

approved by the Purchaser. In case transformers are idle for more than one month after

dehydration, transformer oil has been given at least two circulations.

b) That the oil level, in the transformer conservator tank and all the bushings is upto the marked

point and the oil has been tested for dielectric strength and acidity.

c) That the silicagel is in reactivated condition. The breather pipe is clear from any blocking and

contains oil upto the proper level.

d) The explosion vent diaphragm does not have any dents. Accumulation of any oil and air had

been released.

e) That the operation of off-load and on-load tap changers on all the tap positions is satisfactory. The

mechanical parts of the on-load tap changer are lubricated. Motor IR value has taken and found

satisfactory. Tap position mechanical indicator on the transformer and tap position indication

meter on the control panel are reading the same tap positions. Tap changer limit switches are

operating satisfactorily on the maximum and minimum tap positions. On-load tap changer contact

pressure and resistance is as per manufacturers recommendations. Oil level of tap changer tank is

upto the required level and oil has been tested for dielectric strength. The tap setting on which

the off load tap switch is locked shall be recorded. Generally the off-load tap switch shall be kept

on nominal tap.

f) That the buchholz relay has been tested and checked up for any friction in the movement, and

floats are free, all the other protective relays, alarm and annunciation relays have been tested.

g) That all the metering equipment have been tested and polarity test of P.T's and transformer

winding is satisfactory. Phase sequence and connections have been checked for proper vector

group.

h) That the ratio test and winding resistance on all the tap positions is satisfactory.

i) That gaps of arcing horns for the bushings where provided are in order and earth connections for

the surge diverters have been checked

j) That the winding and oil temperature thermometer pockets contain oil and the winding and oil

temperature settings on dial gauges are in order.

k) That the transformers fitted with fans for forced air cooling have been checked up for automatic

starting and stopping of the fans and air-displacement has been verified.

l) That the simulation tests for all external interface connection alarm, annunciation and trip circuits

have been checked and are in order.

m) That the insulation resistance of all the control circuits and IR value of the transformer windings

and all the incoming and outgoing cables have been checked.

n) That all the valves in the cooling system and valve between the buchholz relay and the

conservator tanks are in open position.

Page 450: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 13 of 30

o) That the setting of all the protective relays is at the desired value and D.C. Trip supply is

healthy.

3.2.9 Observations after Commissioning

After switching on the transformer the following points shall be observed and recorded.

a) The inrush magnetizing current and no-load current.

b) Alarm, if any, or if any relay flag has operated.

c) Voltage and current on all the three phases.

d) Transformer hum or abnormal noise.

e) Circulation of oil and leakages.

f) Record current, voltage, cooling air temperature, winding temperature and oil temperature

readings, hourly for 24 hours.

g) Cable end boxes, for any over -heating.

3.3 H.V. and M.V. Motors

3.3.1 All the motors generally would be erected by the mechanical contractor.

3.3.2 Contractor shall keep the motor space heater energized as per the directions of Purchaser.

Contractor shall measure the insulation resistance of motor windings. Insulation resistance of the

motors shall be measured between the winding of the machine and its frame by means of a 500 /

1000 V Meggar in case of 415 V motors A minimum value of 1 megohm for 415 V motors shall be

considered a safe value. In case of lower I.R. Value, the insulation value shall be improved by any of

the following methods as directed by the Purchaser.

a) Blowing hot air from external source.

b) Putting the motor in oven:

c) Placing heaters or lamps around and inside after making suitable guarding and covering

arrangements so as to conserve the heat.

In case the insulation is low, the following method of drying has to be adopted, after consultation

with Purchaser. During drying the temperature rise of winding shall not exceed the permissible value for

the class of insulation used:

a) By locking the motor so that it can not rotate and then applying such a low voltage to the stator

terminals so as to pass full load current in the stator keeping the stator winding temperature

below 90° C . In this case a close watch shall be kept for any possible overheating and I.R.

Values vs. temperature shall be plotted and heating continued till I.R. value becomes steady.

Page 451: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 14 of 30

b) By blasting hot air from external source, Maximum temperature of winding while drying shall be

70° C to 80°C (thermometer) or 90° C to 95° C by resistance method. Heating shall be done

slowly first till steady temperature of winding is reached after 4 to 5 hours, and for large

machines after 10 hours. A record has to be kept for drying process, with half an hour readings

and, till steady temperature is reached. In case it is essential, the drying process can be

supplemented by blower.

3.3.3 It shall be ensured that the motor leads are correctly connected in the terminal box, as indicated in

the 'Name Plate'. The covers of all terminal boxes shall be properly fixed, the gaskets intact. The

control circuit shall be tested for proper functioning as per circuit diagram.

3.3.4 In case of synchronous machines, slip rings and brush gear shall be polished and brushes shall be

fixed in their holders with clearance and pressure as recommended by the manufacturers.

3.3.5 Before commissioning, the ventilation and cooling system of the motor must be inspected. In case

of motor with forced ventilation the air inlet shall be examined to ensure that it is free from moisture

and any foreign material. It shall also be ensured that recommended flow and pressure of air is

available to produce the required cooling effect.

3.3.6 The motor control gear shall also be carefully examined, the over-load settings may be reduced or

time lags bypassed from protective gear to ensure rapid tripping of switchgear in event of faults.

The direction of rotation of a new motor specially of large capacity, and phase sequence of supply

shall be kept in view while joining and connecting to the motor terminals.

3.3.7 Finally the motor shall be started on no-load after decoupling, and shall be allowed to run for a

minimum period of 4 hours, or for a time as instructed by Purchaser. Attention shall be given to the

proper running of the bearings, vibration or unusual noises if any. Voltage, starting current, no load

current, stator winding and bearing temperature shall be recorded after every 1 hour during this

test. Direction of rotation shall be checked and recorded. Normally the motors run in clockwise

direction as viewed from the driving end with reference to the phase sequence R, Y, B.

3.3.8 After switching off the motor, the insulation resistance of the motor shall be recorded under hot and

cold conditions.

3.3.9 If the no load test run is found satisfactory, the motor shall be allowed to run for 8 hours and all

readings shall be recorded.

3.3.10 The following work on motors, may be performed by the contractor if specifically called for.

a) The proper level of bearing oil has to be checked. The condition of grease in bearings shall be

checked and in case it is necessary, complete replacement of bearing with specified grade of

grease after proper cleaning of the bearing shall have to be done. Wherever external greasing facility

exists, the condition of grease may be checked by pumping some new grease of specified grade

at start. If the grease coming out is deteriorated grease shall be replaced.

Page 452: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 15 of 30

b) All the motors, motor exciter set and induction generators directly coupled or coupled through

reduction gears shall be checked for abnormal vibration, if any Large rated HV motors with

journal type bearings are liable to get damaged from shock, rough handling during transit. Any

minor defect in a race or roller may give rise to considerable amount of vibration and noise.

Contractor shall check and bring to the attention of Purchaser any defect noticed in this regard.

c) Due care shall be taken to avoid any damage to bearing insulation wherever provided.

3.4. Batteries

Battery (Lead acid, Nickel Cadmium or VRLA type as specified) shall be erected on stands and

insulators supplied by the manufacturer of the batteries. The installation shall be done as per the

layout drawings and manufacturer's instructions. Electrolyte if required / as applicable shall be filled as

per manufacturer's instructions. Interrow connections shall be made with the leads supplied by the

manufacturer. .

3.5 Neutral Earthing Resistor

The neutral earthing resistor shall be inspected for any damage to the resistor grid and other

components. The resistor shall be levelled and installed. All covers etc. shall be checked for

tightness to ensure that the enclosure of the resistor is dust, vermin and weatherproof. Earthing

conductors shall be taken from the out end terminal of the resistor, for connection to earth electrodes

and to the main grid.

3.6 Welding Receptacles

The welding receptacles shall be erected on steel/concrete structures as per the drawings. In isolated

places a separate support shall be fabricated and installed.

3.7 Push Button/Control Stations

The push buttons / control stations shall be installed near to the motors to be controlled. Individual

channel supports shall be installed as per standard. If control stations for hazardous areas are to be

supplied by contractor, these shall be of Ex (d) type, tested by CMRI and approved by CCE or other

applicable certifying authorities. All outdoor push buttons / control stations shall preferably have

integral canopies for additional weather protection. The canopy shall be made of 2 mm thick

galvanized sheet steel or FRP where these are not integral with the equipment.

3.8 Gang operated Isolators/outdoor Disconnectors

The isolators shall be transported to site in the dismantled condition. All the insulators may be also

supplied loose. The contractor shall inspect, clean, assemble and install the isolator on the base

structure previously fabricated, erected and leveled by him. The operating mechanism shall be

installed on the structure and connected to the isolator poles. The operating mechanism shall be

tested by slowly bringing the isolator to the closed position and carrying out the necessary adjustment

as per the manufacturer's instructions. The earthing switches, frames and operating handle etc. shall

be earthed.

Page 453: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 16 of 30

3.9 Miscellaneous Items

Contractor shall provide the following items in substation, as per Indian Electricity Rules

3.9.1 Fire buckets filled with clean dry sand and ready for immediate use for extinguishing fires and fire

extinguisher (carbon dioxide, dry chemical extinguisher etc.) suitable for dealing with electric fires

shall be conspicuously marked and kept.

3.9.2 First aid boxes containing ointments and medicines for immediate treatment of injuries (As

prescribed by Indian Red Cross Society or equivalent).

3.9.3 Instructions of restoration of persons suffering from electric shock in English, Hindi and local

language of the district shall be affixed in a conspicuous place.

3.9.4 Danger boards (H.V., M.V.) shall be provided on transformer gate, switchboards, entrance to

switchgear room and at other places as required by Purchaser.

3.10 Generators

Contractor shall install main, emergency or standby generators with their gas turbine or diesel engine

drivers, and equipment associated with these ‘packages’, in locations as shown on the AFC contract

drawings and in accordance with manufacturer’s instructions. Contractor shall install and terminate

interconnecting cables in accordance with equipment vendor’s drawings and contract drawings.

Contractor shall check the installation and correctness of the various protection devices fitted to

medium voltage machines. Anti-condensation heaters where fitted shall be connected up to a

temporary supply and left energized as soon as equipment is delivered.

4.0 CABLE INSTALLATION

4.1 General

4.1.1 Cable installation shall include power, control and lighting cables. These shall be laid in

trenches/cable trays as detailed in the power layout drawings. Cable routing given on the power

layout drawings shall be checked in the field so as to avoid interference with other services such

piping, instrumentation, civil, structural, mechanical etc. Any change in routing shall be done to suit

the field conditions suitably interfacing with other services wherever deemed necessary, after

obtaining approval of Purchaser.

High voltage, medium voltage power and control cables shall be separated from each other by

adequate spacing or by running through independent pipes, trenches or cables trays, as shown on

power layout drawings/installation details. Details of cable routes and cable spacings not shown in

detail drawing shall be determined by the Contractor and approved by the Purchaser.

4.1.2 High voltage, medium voltage power and control cables shall be separated from each other by

adequate spacing or by running through independent pipes, trenches or cable trays, as shown on

Page 454: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 17 of 30

layout drawings/installation standards. Details of cable routes and cable spacings not shown in

detail on these drawing shall be determined by the Contractor and approved by the Purchaser.

When single core cables are laid in flat formation, the individual cable fixing clamps and spacers

shall be of non-magnetic material. As a general practice, the sheath of single core cables shall be

earthed at one point to keep sheath at earth potential unless otherwise stated. Single core cables,

when laid in trefoil formation shall be braced by suitable clamps at a distance, not exceeding 3

meters along the cable routing.

If straight through joints are required to be provided on single core cables, amour shall be broken

at joints as per Supplier’s recommendations. For single core cables, armour shall be earthed at

one end for the cable run length as per Supplier’s recommendation.

Minimum spacing of 300 mm between power, control cables and Telephone, Communication, Fire

alarm cables shall be maintained.

4.1.3 The lengths indicated in the cables schedule are only approximate. The Contractor shall ascertain

the exact length of cable for a particular feeder by measuring at site. All cable routes shall be

carefully measured. Before the start of cable laying, the Contractor shall prepare cable drum

schedule and get that approved by Purchaser to minimize/avoid straight though joints and then the

cables cut to the required lengths, leaving sufficient lengths for the terminations of the cable at both

ends. The various cable lengths cut from the cable reels shall be carefully selected to prevent

undue wastage of cables. Extra loop length shall be given for feeder cables where required as per

the directions of Purchaser to meet contingencies.

Cables shall be laid in directly buried trench or in RCC trench (underground trench) or in cable tray

along pipe sleepers or in over head trays as shown on power layout drawings.

Overhead trays shall be installed 2700 mm (minimum) above grade level. At road crossings

overhead trays shall be installed at 7000 mm (minimum) above level or cables shall be routed

cable tray culvert/Electrical road crossing s as per power layout drawings.

Sufficient care shall be taken while laying cables to avoid formation of twist, sharp bend etc. in

order to avoid mechanical injuries to cables. Rollers shall be used for pulling of cables.

Cable installation shall provide minimum cable bending radii as recommended by cable Supplier.

4.1.4 Cables shall be neatly arranged in the trenches/trays in such a manner that criss-crossing is

avoided and final take off to the motor/switchgear is facilitated. Arrangement of cables within the

trenches/trays shall be in line with power layout drawings. Cable routing between cable trench and

equipment/motors shall be taken through GI pipe sleeves of adequate size. Pipe sleeves shall be

laid at an angle of maximum 45 to the trench wall. Bending radii of pipes shall not be less than 8D.

It is to be ensured that both the ends of GI pipe sleeves shall be sealed with approved whether

proof sealing plastic compound after cabling. In places where it is not possible, cables shall be laid

in smaller branch trenches.

Page 455: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 18 of 30

4.1.5 All cables shall be identified close to their termination point by cable tag numbers as per cable

schedule. Cable tag numbers shall be punched on aluminum straps (2mm thick, 20 mm wide and

of enough length) securely fastened to the cable and wrapped around it.

Each underground cable shall be provided with cable tags of lead securely fastened every 30 m of

its underground length with at least one tag at each end before the cable enters/leaves the ground.

In unpaved areas, cable trenches shall be identified by means of cable markers as per installation

drawing. These cable markers shall be placed at location of changes in the direction of cables and

at intervals of not more than 20 m and also at cable straight through joint locations.

4.1.6 All temporary ends of cables must be protected against dirt and moisture to prevent damage to the

insulation. For this purpose, ends of cables shall be taped with an approved PVC end cap or

rubber insulating tape.

4.1.7 Each row of cables shall be laid in place and before covering with sand. All wall opening/pipe

sleeves shall be effectively sealed after installation of cables to avoid seepage of water inside

building /lined trench. Every cable shall be given an insulation test in presence of Purchaser before

filling the cable trench with sand. Any cable which is found defective shall be replaced.

4.1.8 Where cables pass through foundation walls, the necessary openings shall be provided in advance

for the same by another agency. However, should it become necessary to cut holes in existing

structures for example floor slab etc., the Contractor shall determine their location and obtain

approval of the Purchaser before carrying out the same.

4.1.9 Cables for road crossings shall be taken through ERC (Electrical Road Crossing) as shown in the

power layout drawings.

At road crossing and other places where cables enter pipe sleeves adequate bed of sand shall be

given so that the cables do not slack and get damaged by pipe ends.

4.1.10 Wherever cable trench crosses storm water, waste water channel/drain, cables shall be taken

through PVC/RCC pipes. Where cables are required to cross drains of depth more than 1200 mm,

cables shall be taken over the drain on cable trays supported suitably using ISMC 150/200

sections.

4.1.11 Ends of cables leaving trench shall be coiled & capped and provided with protective cover till such

time the final termination to the equipment is completed.

4.1.12 Cables laid direct in ground

Cables shall be laid underground in excavated cable trenches where specified in cable layout

drawings. Trenches shall be of sufficient depth and width for accommodation of all cables. Cables

shall be properly spaced and arranged with a view of heat dissipation and economy of design.

Maximum number of cable layers in trench shall be preferably limited to 5 layers.

Minimum depth of cable trench shall be 750 mm for medium voltage and 900 mm for H.V. Cables.

The depth and the width of the trench shall vary depending upon the number of layers of cables

Page 456: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 19 of 30

Cables shall be laid in buried trenches at depth as shown in the power layout drawings. It is to be

insured by the Contractor that the bottom of buried trenches shall be cleared of all rocks, stones

and sharp objects before cables are placed. The trench bottom shall be filled with a layer of sand.

This sand shall be leveled and cables laid over it. These cables shall be covered with 150 mm of

sand on top of the largest diameter cable and sand shall be lightly compacted. A flat protective

covering of 75 mm thick second class red bricks shall than be laid and the reminder of the trench

shall then be back – filled with soil, rammed and leveled.

4.1.13 Cables laid in concrete trench

Cables shall be laid in 3 or 4 tiers in concrete trench as shown on power layout drawings. Concrete

cables trenches shall be filled with sand in hazardous area to avoid accumulation of hazardous

gases and oil. RCC covers of trenches shall be effectively sealed to avoid ingress of chemical and

oil in process area. Removal of concrete covers where required for the purpose of cable laying

and reinstating them in their proper position after cables are laid shall be done by Contractor.

All wall opening /pipe sleeves shall be effectively sealed after installation of cables to avoid

seepage of water.

4.1.14 Above ground cables

a) Cables installed above grade shall be run in cable trays, clamped on walls, ceiling or structures

and shall be run parallel or at right angles to beams, walls or columns. Cable routing shall be

planned to be away from heat sources such as hot piping, gas, water, oil drainage piping, air-

conditioning duct etc. Each cable tray shall contain only one layer of cables as far as possible

for power cables. However control cables may be laid in double layer in the cable trays.

b) Individual cable or small group of cables (upto 3 to 4 cables) which run along structures/walls

etc. shall be clamped by means of 16 SWG GI saddles on 25 x 6 mm saddle bars. Alternatively

small group of cables can be taken through 100/150 mm slotted channel tray/ISMC 100. Cables

shall be supported so as to prevent sagging. In general, distance between supports shall be

approximately 300 mm for cables upto 25 diameters and maximum 450 mm for cables larger

than 25 mm dia. To prevent the sagging of cables.

c) Cable laid on supporting angle in cable trenches, structures, columns and vertical run of cable

trays shall be suitably clamped by means of G.I. saddles/clams, whereas cables in horizontal

run of cable trays shall be tied by means of nylon cords. Distance between supporting angles

shall not exceed 600mm.

d) All cable trays (other than galvanized trays) and supporting steel structures shall be painted

before laying of cables. The under surfaces shall be properly degreased, derusted, descaled

and cleaned. The painting shall be done with one coat of redoxide zinc chromate primer. Final

painting shall be done with two coats of approved bituminous aluminum paint unless otherwise

specified.

Page 457: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 20 of 30

e) Where cables rise from trench to motor, lighting panel, control station, junction box etc., they

shall be taken in GI pipe for mechanical protection upto a minimum of 300 mm above grade.

Cable ends shall be carefully pulled through conduit to prevent damage to cable.

f) All G.I. Pipes shall be laid as per layout drawings and site conditions. Before fabrication of

various profiles of pipes by hydraulically operated bending machine (which is to be arranged by

the Contractor) all the burrs from the pipes shall be removed. GI Pipes having bends shall be

buried in soil/concrete in such a way that the bend shall be totally concealed. For G.I. pipes

buried in soil, bitumen coating shall be applied on the buried lengths. Installation of G.I. pipes

shall be undertaken well before paving is completed and necessary co ordination with paving

agency shall be the responsibility of Contractor.

Following guide shall be used for sizing of G.I. pipe.

i) 1 cable in a pipe - 53 % of pipe cross-sectional area occupied by cables.

ii) 2 cables in a pipe - 31 % of pipe cross-sectional area occupied by cables.

iii) 3 cables in a pipe - 43 % of pipe cross-sectional area occupied by cables.

iv) 4 and above cables in a pipe - 40 % of pipe cross-sectional area occupied by cables.

After the cables are installed and all testing is complete, conduit ends above grade shall be

plugged with a suitable weatherproof plastic compound / bitumen / suitable sealing compound.

Alternatively rubber bushes shall be employed for the purpose of sealing

4.1.15 Terminations

a) All HV and MV cables shall be terminated at the equipment by means of single/double

compression type cables glands as specified suitable for the cable size. They shall have a

screwed nipple with conduit electrical threads and check nut. The cables shall be identified

close to their termination points at both the ends of cable (cable numbers shall be punched on

aluminium strips 2mm thick and securely fastened to the cables wrapped around it) and also

along the route at recommended intervals, by cable tag numbers.

All cable entries for outdoor termination shall be preferably through bottom. Outdoor cable

termination through top of equipment shall not be permitted.

b) Power cables cores wherever colour coding is not available shall be identified with red, yellow

and blue PVC tapes. Where copper to aluminum connections are made, necessary bimetallic

washers shall be used.

c) In case of control cables, all cores shall be identified at both ends by their terminal numbers by

means of PVC ferrules suitable for core size. Wire numbers shall be as per

schematic/wiring/inter-connection diagram. All unused spare cores of control, cables shall be

neatly bunched and ferruled with cable tag at both ends, for future use.

Page 458: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 21 of 30

For trip circuit identification additional red ferules shall be used only in the particular cores of

control cables at the termination points in the Switchgear/Control panels and Control Switches.

d) Contractor shall drill holes for fixing glands wherever necessary. Gland plate shall be of non-

magnetic material/aluminum sheet in case of single core cables. All unused cable entries on

equipment/panels shall be plugged/sealed.

e) The cable shall be terminated at electrical equipment /switchboards through glands of proper

size. The individual cores shall then be dressed and taken along the cables ways or shall be

fixed to the panels with polyethylene straps. The cable glanding shall be done as per Supplier’s

instructions. Cable armour shall not be exposed after termination is complete. In case of

termination of cables at the bottom of a panel over a cable trench having no access from the

bottom close fit holes shall be drilled in the gland plate for all the cables in one line, and then

gland plate shall be split in two parts along the centre line of holes. After fixing bottom plate,

uncovered cable holes/gaps shall be sealed with cold setting compound.

f) Crimping of lugs to cable leads shall be done by hand crimping/hydraulically operated tool as

per requirement. Insulation of the leads shall be removed before crimping. Conductor surface

shall be cleaned and shall not be left open. Suitable conducting jelly shall be applied on the

conductor lead. Lugs shall enclose all strands of cable core. Cutting of stands shall not be

allowed.

g) HV cables shall be terminated with heat shrinkable termination kits, indoor or outdoor type as

specified by approved HV cable jointers. Supplier’s instructions shall be followed for applying

heat shrinkable termination kits.

h) The Contractor shall bring to the notice of Purchaser any mismatch in cable glands, lugs

provided with the equipment vis-à-vis to the cable size indicated in cable schedule for taking

corrective action.

i) The cable joints in power and control cables shall be avoided as far as possible. In case a joint

is unavoidable, the following shall be insured:

i) The number of joints shall be restricted to minimum as far as possible.

ii) The location of joints shall be identified with permanents markers.

iii) No joints shall be allowed in hazardous areas without the approval of Purchaser.

iv) No joints will be allowed in the Cable seller.

The jointing and termination of medium voltage power cables shall be carried out by trained

personnel only. Jointing and termination of high voltage cables shall be done by skilled and

experienced jointer duly approved by Purchaser. Only type tested termination kits of approved

make shall be used.

Page 459: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 22 of 30

j) No unauthorized repairs, modifications shall be carried out on the hazardous area equipment

terminal boxes and junction boxes. Damaged enclosures of hazardous area equipment shall be

brought to the notice of Purchaser by Contractor. After termination is complete, all the bolts,

nuts, hard wares of terminal box shall be properly placed in its position and tightened.

k) Where required, cable sealing boxes intended to be used with the apparatus shall be filled with

solid setting type bituminous compound unless otherwise specified.

5.0 LIGHTING INSTALLATION

5.1 General

5.1.1 The lighting fixtures in the plant shall be fed from lighting and small power distribution board. All

outdoor lighting shall be group controlled manually or through photoelectric synchronous timer.

Lighting wiring between distribution boards and lighting fixtures shall be done with 3-core (phase,

neutral and earth) Cu/XLPE/SWA/PVC cable for plant areas and substation building. Wiring in the

other building shall be done by means of 3-core Cu/PVC cables, or PVC insulated copper

conductor wires in conduit/Metsec channel as specified. All joints of conductors in Switch

boards/JBs Fittings shall be made only by means of approved mechanical connectors (nylon/PVC

connectors). Bare twisted joints shall not be permitted any where in the wiring system.

5.1.2 The lighting and small power layouts furnished by Purchaser will indicate approximate locations of

lighting fixtures. The Contractor shall determine, with approval of Purchaser, the exact locations of

each fixture in order to avoid interference with other services such as piping, instrumentation, civil,

structural, mechanical etc and also with a view to obtain as much uniform illumination as

practicable, and to avoid objectionable shadows. Conduits shall be laid out by the Contractor to

suit field conditions suitably interfacing with other services and as per directions of the Purchaser.

5.1.3 On walkways, platforms and other outdoor area, lighting fixtures shall be located nearer to landing

of stairs or ladders, gauges, flowmeters, panel boards and other equipment to provide proper

illumination.

5.1.4 The minimum height of any lighting fixture shall be preferably not less than 2.5 meters above the

floor level.

5.1.5 All outdoor cable terminations to outdoor junction boxes, panels, socket outlets etc. shall be

through bottom or from side. Top entries for cables shall be avoided to avoid water entry. All cable

glands for outdoor terminations shall be double compression type and the gland shall be covered

with PVC or rubber boot shroud. All unused cable entries shall be plugged with suitable blanking

plugs.

5.1.6 Mounting height of equipment shall be as under :-

Top of Switch Box : 1200 mm from FFL (Finished floor level)

Page 460: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 23 of 30

Bottom of Lighting/Power Panel : 1500mm from FFL

5/15 Amp. Receptacle : 300mm from FFL unless otherwise specified

(1200 mm for process areas and industrial sheds)

Lighting fixture : As indicated in layout drawing

Exhaust fan : In the cutout provided / as indicated in Layout

drawings.

5.1.7 Fixtures shall be firmly supported from the structures. Support clamps etc. may be bolted or

welded to the existing steel work or metal inserts. In case of concrete structures, where metal

inserts are not available, fixtures shall be suspended from concrete surfaces with the help of

anchor fasteners. In such cases special care shall be taken to see that anchoring is firm. In places

where ceiling fans are provided, lighting fixtures shall be suspended below the level of fan to avoid

shadow effect.

5.1.8 Circuit cables in a group shall be cleated to structure by using galvanised strip clamps or cable run

in cable trays wherever trays are available. Spacers and cleats shall be of required size to

accommodate the cables. All hardware shall be galvanised. Underground lighting cables (in

paved areas) shall be taken in suitable G.I. sleeves buried at a minimum depth of 300mm from

FFL. GI pipe sleeves shall be extended to 300mm above FFL. Exact termination/layout of G.I. pipes

(for protection of cables) shall be decided at site as per site convenience in consultation with

Purchaser.

5.1.9 Wiring for all outlet sockets shall be done with 3 cores of equal sizes for phase, neutral and

earth. The terminals of switch sockets shall be suitable to receive the size of wire specified.

5.1.10 All lighting fixtures shall be provided with terminal block with required terminals suitable for connection

of wire up to 2.5 sq. mm copper conductor.

5.1.11 The cable shall be straightened after unwinding it from the drum. All cables be clamped/laid in

straight run without any sag and kink.

5.1.12 For location where fan points are shown, fan hooks with junction box shall be provided during

concreting. Where fan hooks and J.Bs. are provided separately JB shall be located within a

distance of 300mm from hook for mounting of ceiling rose.

5.1.13 Industrial type plug sockets with 20A switch or rating as specified shall be provided at a height of

500mm from FFL for window AC units. Socket outlets and plugs for installation in MCC room, DG

room, etc. shall be of industrial metal clad type.

5.1.14 Wiring for exhaust fans shall be terminated in receptacles as specified in layout drawing and the

connection from receptacle to the exhaust fan shall be by means of a flexible cord equivalent in

size to the main run of wires. Switch for exhaust fan shall be located in a separate switch board

along with other switches

Page 461: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 24 of 30

5.2 Conduit System

5.2.1 Surface or concealed conduit system of wiring shall be adopted, as specified in the drawings.

Required number of pull boxes shall be used at intervals to facilitate easy drawing of wires.

Separate conduit shall be run for lighting and power circuits. Further, conduits for Normal

lighting/Emergency lighting/DC critical lighting shall be separate. Conduit layout shall be decided at

site as per site conditions. Drop conduits for switch boards shall be decided by Contractor as per

wall locations shown in Architectural drawings. All exposed run of conduits on surface, shall be

vertical or horizontal.

5.2.2 Only threaded type conduit fittings shall be used for metallic conduit system. Pin grip type or clamp

type fittings are not acceptable. Conduit ends shall be free from sharp edges or burrs. The ends of

all conduits shall be reamed and neatly bushed.

Conduit shall be of minimum 25mm dia. Maximum number of wires permissible in a conduit shall

be seven for wire size of 2.5 sq mm.

5.2.3 The exposed outer surface of the conduit pipes, including all accessories forming part of the

conduit system, shall be adequately protected against rusting. In all cases, bare threaded portion

of conduit pipe shall not be exposed unless such bare threaded portion is treated with anti

corrosive preservative or covered with approved plastic compound.

5.2.4 Conduit connection to outlet boxes shall be by means of screwed hubs or check nuts on either

side. Where concealed wiring is done, junction boxes (65mm deep) shall be used so as to rest on

shuttering properly. All conduit connections shall be properly screwed and Junction box covers

shall be properly fitted so as to avoid entry of concrete slurry.

5.2.5 Where concealed wiring is to be adopted, conduits shall be laid in time before concreting of the

slab. Pull wire (GI or steel) shall be provided inside conduit for the ease of wire pulling. The

Contractor shall coordinate his work with other agencies involved in the civil works in such a way,

that the work of the other agencies is not hampered or delayed. Vertical conduit runs shall be

made in wall before plastering is done so as to avoid chasing. Where chases are made for conduit

run Contractor shall fill these chases or any other openings made by them after completing the

work and patch the surface. During installation, care shall be taken to see that proper covers are

provided to prevent rusting of conduits. Locations of all point outlets, junction boxes shall be

marked with brick powder or sand so that these are easily identified after shuttering removal. As

built conduit layout drawing shall be submitted by Contractor after completion of the work.

5.2.6 All junction boxes, bends and other accessories shall be of the same material as that of conduit

and shall have the same protective coatings.

5.2.7 After erection, the entire conduit system shall be tested, for mechanical and electrical continuity

and shall be permanently connected to earth by means of approved type of earthing clamps.

Page 462: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 25 of 30

5.3 Hazardous Area Installation

5.3.1 Wiring in hazardous area shall be done by using minimum 2.5mm2 copper conductor armoured

cable. Circuit wiring feeding hazardous areas shall be controlled by two pole switches/MCBs (for

phase as well as neutral isolation).

5.3.2 Correct type of lighting equipment (fixtures and JBs) with regard to hazardous protection as

specified in the drawing shall be installed for the areas classified as Zone 1, Zone 2 etc.

5.3.3 The terminations in the junction boxes and the lighting fittings shall be done avoiding possibility of

loose connections due to vibrations. After the terminations are made the cover of the junction

boxes and the lighting fittings shall be closed properly with all bolts and hard wares in correct

position, retaining its explosion and weather protections. In fixtures having double cable entries,

both the entries shall be used for looping in and looping out connection, thus minimising the use of

a separate junction box. Wherever separate control gear boxes (C.G. box) are provided looping in

and looping out connections shall be through CG box, thus avoiding the use of a additional junction

box. All unused cable entries shall be sealed with suitable plugs.

5.3.4 Circuit cables shall be firmly cleated in a group along columns/ beam/ladders/side

channels/platform using 1.6mm thick GI saddles on 25x3 mm GI saddle bar at intervals of 400mm

to 500mm for straight run and on either side close to bending and at both termination ends as per

the directions of Purchaser. Where required, 3 or more of cables may be taken in slotted channel

tray after obtaining approval of the Purchaser. Cables shall not be routed along hand rails.

Where fire proofing column/structures are encountered, all cabling shall be taken in GI pipes of

required size and both ends shall be sealed, well before fire proofing is done. Similarly equipment

such as lighting fixture, control gear box, lighting/ power panels, field call stations, junction boxes

etc. shall be installed on suitable steel mounting frame/distance bracket, thereby avoiding direct

contact with the concrete used for fire proofing.

5.3.5 Cable glands for terminating cable on flameproof equipment shall be of double compression FLP

type. Any material/equipment specified to be supplied by Contractor for installation in hazardous

areas, shall be tested by CMRI and duly approved by PESO Nagpur or DGMS Dhanbad or any

other applicable statutory authority. All indigenous FLP equipment shall also have valid BIS license

as required by statutory authorities.

5.4 High Mast Lighting

5.4.1 The high masts shall be installed on concrete foundations with the base plate bolted on to the

anchor bolts. The high mast shall be painted with a coat of primer and two coats of aluminium

paint, the second coat to be given just before handing over to the Purchaser. The high masts shall

be numbered as per drawings. The high masts shall be connected to the plant earth grid at two

points.

5.4.2 Exact orientation of flood lighting fixtures shall be decided at site to achieve optimum utility of

these fixtures.

Page 463: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 26 of 30

6.0 EARTHING INSTALLATION

6.1 This consist of main earth conductor (grid conductor) forming a closed ring network with required

number of earth electrodes connected to it to provide a common earth for electrical device and

metallic structures. From each earth electrode two distinct connections shall be made of the main

earth conductor. The earth plates shall be used for taking multiple earth connections to two or

more equipment.

6.2 The earth conductors shall be laid in ground, along cable trays / cable trench / pipe rack etc as

indicated on the earthing layout drawings. The location shown on the earthing layout drawings are

indicative. The exact location of earth conductors in the filed shall be determined by Contractor in

consultation with the Purchaser. Earth conductors shall be located avoiding interferences with

other services such as piping, instrumentation, civil, structural, mechanical etc.

6.3 Where lined cable trenches are available, the earth conductor shall be laid in the trenches and

shall be firmly cleated to the sidewall of concrete trenches using GI clamps at interval of 400 mm to

500 mm and near to the termination end. The earthing conductor shall run along one of the cable

trays along a cable route. The earthing conductor shall be suitably cleated and electrically bonded

to all the other cable trays on the same cable route at regular interval of 25 to 30 metre. The

earthing for equipment shall be tapped from the main earth conductor and not from cable tray

support structure. Earth conductor when laid underground shall be at a depth of 600mm below

finished grade level.

6.4 Joints and tapping in the main earth loop shall be made in such a way that reliable and good

electrical connections are permanently ensured. All joints below grade shall be welded and shall be

suitably protected by giving two coats of bitumen and covering with Hessian tape. Earth strip laid

above ground shall be welded across straight through joints and joints shall be suitably protected

by giving two coats of bitumen to avoid oxidation and insulation film formation of the strip surface.

When two earth strips are to be jointed by means of welding, lap welding with an overlapping of

strip equivalent to double the width of the strip and all four sides shall be continuously welded. All

joints at tappings above ground shall be means of connector/ lugs. A minimum of two bolts of

adequate size shall be used for this purpose. Earthing strip joints at earth plate and equipment

shall be through GI bolts, nut etc.

6.5 Installation of Earth Electrodes

6.5.1 Earth electrodes shall be installed as shown on earthing layout drawings and installation details.

The location shown on the earthing layout drawings are indicative. The exact location of earth

electrodes in the filed shall be determined by Contractor in consultation with the Purchaser,

depending on the soil strata and resistivity. Earth electrodes shall be located avoiding interferences

with other services such as road, building foundation, column, pipelines etc. The civil area

drawings shall be referred for this. The distance between two earth electrodes shall not be less

than twice the depth of electrode.

Page 464: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 27 of 30

6.5.2 Earth electrodes shall preferably be located in a moist soil which has a fine texture, grain size and

distribution. Wherever practicable the soil be dug up, all lumps broken and stones removed from

the immediate vicinity of the electrodes and soil packed by watering and ramming as tight as

possible.

6.5.3 The electrodes shall have a clean surface, not covered by paint, enamel, grease or other materials

of poor conductivity.

6.5.4 All earth electrodes shall be tested for earth resistance by means of standard earth test meter. The

tests shall take place in dry months, preferably after a protracted dry spell.

6.5.5 The disconnect facility shall be provided for the individual earth electrode to check its earth

resistance periodically.

6.5.6 Location of earth electrodes shall be marked by permanent markers for easy identification. All

earth Electrodes shall be serial numbered and also marked on ‘As Built’ drawing for future

reference.

6.5.7 Individual earth electrodes shall be provided for each lighting arrestor and flood light mast.

6.5.8 Earthing system provided for concrete paved area by other agency where applicable; shall be

connected to the plant earthing system below ground by minimum two earth connections.

6.6 Connection

The earth system connections shall generally cover the following:

Equipment earthing for personnel safety

System neutral earthing

Static and lighting protection

6.6.1 The following shall be earthed.

System neutral

Current and potential transformer secondary neutral

Metallic non-current carrying parts of all electrical apparatus such as transformers,

switchboards, bus duct, motors, neutral earthing resistors, capacitors, UPS , battery charger

panels, welding receptacles, power sockets, lighting / power panels, control stations, lighting

fixtures etc.

Steel structures/ columns, rail loadings platforms etc.

Cable trays and racks, lighting mast and poles.

Storage tanks, spheres, vessels, columns and all other process equipment.

Fance and gate for electrical equipment (e.g. transformer, yard etc.)

Page 465: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 28 of 30

Cable shields and armour

Flexible earth provision for Wagon, Truck

Shield wire

Conductor size for branch connection to various equipment shall be as per Installation details

unless otherwise stated on earthing layout drawings.

6.6.2 All process pipelines shall be bonded and earthed at the entry and exist points of battery limit of

hazardous area. Earth continuity conductors across pipe flanges shall not be provided as per OISD

110.

6.6.3 Steel pipe racks in the process units and offsite area shall be earthed at every 24 metres.

6.6.4 Equipment / street light pole etc. located remote from main network may be earthed by means of

individual earth electrode and earth conductor unless otherwise stated in specifications.

6.6.5 The main earthing network shall be used for earthing of equipment to protect against static

electricity.

6.6.6 All medium and high voltage equipment (above 250V) shall be earthed by two separate and

distinct connections with earth.

6.6.7 Plant instrument system clean earthing, UPS system clean / safety earth shall be separate from

the electrical earthing system.

6.6.8 All paint, scale and enamel shall be removed from the contact surface before the earthing

connections are made.

6.6.9 All earthing connections for equipment earthing shall be preferably from the earth plate mounted

above ground wherever provided. Equipment foundation bolts shall not be used for earthing

connection.

6.6.10 Earth connections shall be made through compression type cable welded lugs.

6.6.11 All hardware used for earthing installation shall be hot dip galvanized or zinc passivated. Spring

washers shall be used for all earthing connections and all connections adequately locked against

loosening.

6.6.12 Lighting fixtures and receptacles shall be earthed through the extra core provided in the lighting

circuit/ cable for this purpose.

6.6.13 The reinforcement of sub-station building and the sub-station floor shall be connected to main

earth grid.

7.0 LIGHTNING PROTECTION INSTALLATION

Lightning protection shall be provided for the equipment, structure and buildings as shown on

lightning protection layout drawings. Self conducting structures shall not require separate aerial rod

Page 466: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 29 of 30

and down conductors. These shall however be connected to the earthing system at two or more

points as shown on earthing layout drawing. An independent earthing network shall be provided for

lightning protection and this shall be bonded at least at two points with the main earthing network

below ground. Lightning down conductor shall be brought to earth electrode in shortest straight

path as feasible to minimize surge impedance. Aerial and down conductors shall be located

avoiding interferences with other services such as ducts, pipes, equipment, supports etc.

8.0 LIST OF CONSTRUCTION EQUIPMENT

The contractor shall have all necessary construction equipment, tools and tackles and testing

instruments to carry out the erection works and to commission the system as specified. These shall

include but not be limited to the following, and these shall be brought to site by contractor before the

start of work.

8.1 Equipment

1. Portable grinder.

2. Portable welding machine.

3. Portable gas cutting / welding set.

4. Pipe threading machine.

5. Pipe bending machine (hydraulic).

6. Portable drill machine suitable to take up drilling for different sizes as per requirement.

7. Dewatering pump sets (diesel driven).

8. Power Hacksaw.

9. Conduit dyeset.

10. Hydraulic crimping machine.

11. Hand crimping tool.

12. Portable electric blowers, vacuum cleaners.

13. Miscellaneous items such as slings, pulleys, tarpaulins, wooden sleepers, ladders, etc. as

required.

14. Safety belts, safety goggles, and gloves.

15. Separate tool kit for each Electrician.

8.2 Test Instruments

1. Insulation tester 1000 V hand driven.

Page 467: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR ELECTRICAL EQUIPMENT INSTALLATION

14495-00-EL-SPC-0014 Rev : A Page 30 of 30

2. Insulation tester 2500 V motor/hand driven.

3. Insulation tester 5000 V motor/hand driven

4. Phase sequence indicator.

5. Earth Resistance tester.

6. Single phase variac

7. 3 phases variac of adequate capacity.

8. Secondary injection testing kit.

9. Multimeter both analogue and digital

10. Portable Ammeters, Wattmeters, P.F. meters.

11. Portable Voltmeters.

12. Clip on meters of different ranges.

13. Tacho-meter.

14. Kelvins double bridge for measurement of very low resistance.

15. D.C. high -pot test kit.

16. Oil filtration machine of adequate capacity.

17. LUX METER to measure illumination levels.

Page 468: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

14495-00-EL-SPC-0015 Rev : A Page 1 of 11

VVSPL CAPACITY AUGMENTATION PROJECT

Specification for Field Inspection, Testing and Commissioning

Project No: 403102-14495

Document No: 14495-00-EL-SPC-0015

14 Feb 2017

I-Think Lodha Techno Campus, 5

th Floor, Tower B,

Pokhran Road No. 2 Thane (West) – 400607 Tel: +91 2266515700 Fax: +91 2267818000

© Copyright 2017 WorleyParsons

Page 469: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 470: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR FIELD INSPECTION, TESTING AND COMMISSIONING

14495-00-EL-SPC-0015 Rev : A Page 3 of 11

CONTENTS

1.0 SCOPE ............................................................................................................................... 4

2.0 CODES AND STANDARDS ......................................................................................... 4

3.0 FILED INSPECTION, TESTING AND COMMISSIONING ................................................. 5

Page 471: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR FIELD INSPECTION, TESTING AND COMMISSIONING

14495-00-EL-SPC-0015 Rev : A Page 4 of 11

1.0 SCOPE

This specification covers minimum requirements for the field inspection, testing and commissioning

of electrical equipment and installation, forming part of electrical power distribution and utilization

system for VVSPL Capacity Augmentation Project.

The Contractor shall be fully responsible for the installation of electrical equipment.

Definitions

Purchaser : Hindustan Petroleum Corporation Limited

Engineer / Consultant : WorleyParsons India Pvt. Ltd.

Contractor : Contractor of field inspection, testing and commissioning of electrical

equipment and installation

Vendor / Manufacturer : Supplier of electrical bulk items

2.0 CODES AND STANDARDS

2.1 The filed inspection, testing and commissioning of electrical equipment and installation shall be

carried out in line with this specification and the latest edition of following Indian Standards and

OISD standards.

2.2 In addition to the above it shall be ensured that the field inspection, testing and commissioning

conforms to the requirements of the following as applicable:

a) Indian Electricity Act and Rules.

b) Regulations laid down by CEA/Electrical Inspectorate.

c) Regulations laid down by PESO / DGMS (as applicable).

SP 30 (BIS) National Electrical Code 2011

IS 1255 Code of practice for installation and maintenance of power cables

up to and including 33kV rating

IS 7816 Guide for testing Insulation resistance of rotating machines

IS 10810 : Part 43 Method of test for cables : Part 43 - Insulation resistances

IS 10810 : Part 45 Method of test for cables : Part 45 - High Voltage test

OISD-STD-137 Inspection of Electrical Equipment

OISD-RP-147 Inspection and safe practices during electrical installations

Page 472: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR FIELD INSPECTION, TESTING AND COMMISSIONING

14495-00-EL-SPC-0015 Rev : A Page 5 of 11

d) The petroleum rules (ministry of Industry Government of India).

e) Any other regulations laid down by central/state/local authorities and Insurance agencies.

2 .3 In case of any contradiction between various referred standards, specifications and statutory

regulations the following order of priority shall govern:

- Statutory regulations

- This specification

- Codes and standards

However the Contractor shall bring any such contradiction to the notice of Purchaser for prior

approval.

3.0 FILED INSPECTION, TESTING AND COMMISSIONING

3.1 Contractor shall carry out complete filed inspection, testing and commissioning of electrical

equipment as per Inspection Test Plans.

3.2 Before the complete installation or an addition to the existing installation is put into service,

inspection/ pre-commissioning checks and tests shall carried out by contractor, In the event of

defects being found out , the same shall be rectified and the installation retested as applicable.

3.3 The pre-commissioning inspection among the requirements shall include visual inspection,

checking the workmanship of the installation, the rating of equipment, safety clearances sizes of

cables installed, conformance to the AFC document, soundness of switchgear bus connections,

wiring properly dressed and labeled, sealing of unused cable entries, checking of all safety

interlocks, control/ interface functions as per requirements etc.

3.4 Visual inspection for soundness of bus bar connections of bus ducts, terminal connections of

equipments / motor shall be carried out. It shall be ensure that no foreign materials are present

inside bus duct and equipment terminal boxes. After the visual inspection, all the covers of

equipment manufacturers instructions.

3.5 Pre- commissioning tests shall include but not be limited to the following

Continuity test for each winding and power and control circuits.

Insulation test for each winding and power and control circuit.

High Voltage test for cables

Dielectric strength test on transformer oil.

Checking the correctness of wiring schemes, control circuit interlocks for intended functioning

Verification of phase sequence.

Page 473: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR FIELD INSPECTION, TESTING AND COMMISSIONING

14495-00-EL-SPC-0015 Rev : A Page 6 of 11

Testing of all types of relays/ releases for required operation.

Testing of measuring instruments for proper functioning

Earth continuity test for all circuits.

Checking of safety features of correctness of operation etc.

Checking of all wired interface contacts (analog, digital input/ output contacts) for DCS and ESD

interface, at panel and equipment terminal chambers as applicable. (Contractor shall co-

ordinate with the other agencies involved for the above and provide support service for

checking interfaces of electrical equipments and the intended functioning)

Earth resistance measurement for each earth electrode and the earthing system as a whole.

Lighting installation shall be tested for correct illumination levels, with the fittings installed.

Fittings shall be operated only With specified type of a lamp or tube.

Checking of battery float and boost charge voltage at correct levels.

Load trials as agreed between Contractor and Purchaser.

3.6 After the above test and inspection are completed, control circuits shall be tested for correct

operation under all operating combinations and proved correct applying power to main circuits.

3.7 A close visual inspection of electrical equipment in hazardous area shall be made to ensure that

equipment is suitable for the classified zone and gas group and correctly installed , with all covers,

bolts, nuts and hardware’s intact and there is no physical damage mark seen on the enclosure.

3.8 Site Acceptance test procedure for specific equipment shall be furnished by the respective

equipment vendor. The contractor shall provide necessary assistance to the equipment vendor to

perform site acceptance testing to enable the equipment vendor to perform the same.

3.9 All pre-commissioning checks and tests shall be carried out as per the directions of Purchaser. In

addition to the equipment manufacturers instructions, pre-commissioning check requirements shall

also be complied. All tests shall be carried out by contractor in the presence of Purchaser.

3.10 The contractor shall bring to site required tools, tackles and testing instruments for carrying out

filed testing, Contractor shall use only calibrated measuring and test instrument and shall maintain

calibrated records.

3.11 The Insulation Resistance test values for various electrical equipment shall be below:

3.11.1 Cables

The insulation resistance test values for cables shall be as per following table:

Page 474: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR FIELD INSPECTION, TESTING AND COMMISSIONING

14495-00-EL-SPC-0015 Rev : A Page 7 of 11

Rated Voltage of the Cable DC Test Voltage in Volts

Minimum Insulation

resistance in Mega

ohms

Lighting and power circuit wiring 250 1

650 /1100V grade cables 1,000 10

1,900/3,600V grade cables 1,000 200

3,800/6,600V grade cables 1,000 200

6,350/11,000V grade cables 5,000 200

8,700/15,000V grade cables 5,000 200

12,700/22000V grade cables 5,000 200

19,000/33000V grade cables 5,000 200

3.11.2 HV, MV and Miscellaneous Switchboards

The insulation resistance test values for switchboards shall be as per following table:

Rated Voltage of the

Switchboard DC Test Voltage in Volts

Minimum Insulation

resistance in Mega ohms

33,000V 5,000 200

11,000V 5,000 200

6,600V 1,000 200

3,300V 1,000 200

415V 1,000 100

240V 500 10

110V 500 10

3.11.3 Generators and Motors

The insulation resistance test values for Generators and Motors shall be as per following table:

Page 475: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR FIELD INSPECTION, TESTING AND COMMISSIONING

14495-00-EL-SPC-0015 Rev : A Page 8 of 11

Rated Voltage of the

Generators and Motors DC Test Voltage in Volts

Minimum Insulation

resistance in Mega ohms

11,000V 5,000 120

6,600V 1,000 80

3,300V 1,000 50

415V 1,000 15

240V 500 12

3.11.4 Transformers

The insulation resistance test values for Transformers shall be as per following table:

Rated Voltage of the

Transformers DC Test Voltage in Volts

Minimum Insulation

resistance in Mega ohms

Up to 600V 1,000 100

601 to 500V 2,500 1,000

5001 to 15,000V 5,000 5,000

15001 to 35,000V 5,000 10,000

3.11.5 It shall be ensured that during insulation tests, electronic devices and components that are liable to

get damaged on applied test voltage shall be disconnected from circuit. The instructions of

equipment / panel manufacturer shall be followed strictly in this regard.

3.11.6 For medium voltage (up to 1000V), 1000V Megger and for high voltage 5 kV Megger shall be used

3.12 High Voltage testing

3.12.1 D.C. high voltage test shall be conducted as per following table on all H. V. feeder cables and also

on 1100 V grade cables where straight through joints have been made.

Rated Voltage

of cable (kV) TEST VOLTAGE (kV) BETWEEN

Duration

(Minutes)

Uo / U *

Any Conductor and

Metallic Sheath /

Screen / Armour

Conductor to Conductor

(For Unscreened Cables)

Page 476: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR FIELD INSPECTION, TESTING AND COMMISSIONING

14495-00-EL-SPC-0015 Rev : A Page 9 of 11

0.65/1.1 3 3 5

1.9/3.3 5 9 5

3.3/3.3 9 9 5

3.8/6.6 10.5 18 5

6.6/6.6 18 18 5

6.35/11 18 30 5

11/11 30 30 5

12.7/22 37.5 - 5

19/33 60 - 5

* UO : Phase Voltage

U : Line Voltage

3.12.2 The cable cores must be discharged on completion of DC high voltage test and cable shall be kept

earthed until it is put into service.

3.12.3 DC test voltage for old cables shall be 1.5 times rated voltage or less depending on the age of

cables, repair work or nature of joining work carried out, etc. In any case, the test voltage shall not

be less than the rated voltage.

3.13 All protective relays including thermal overload relays shall be tested by secondary injection

current. Primary injection tests shall be carried out for differential protection, restricted earth fault

protection at full/ reduced current to ensure correctness of complete wiring.

3.14 Before energizing any equipment, ‘COMMISSIONING CLEARANCE FORM’ as per standard

format shall be duly filled in by contractor and submitted to WP/ Owner.

3.15 It shall be ensured that the electrical inspectorate approval is available before energizing the

equipment.

3.16 Cables

3.16.1 Before energizing, the insulation resistance of every circuit shall be measured from phase to

neutral and from phase/neutral to earth.

3.16.2 Where splices or terminations are required in circuits rated above 650 volts, insulation resistance

of each length of cable shall be measured before splicing and or /terminating. After completion of

splices and /or terminations measurements shall be repeated.

3.16.3 The insulation resistance of directly buried cable shall be measured before cable trenches are back

filled. Measurements shall be repeated after back filing.

Page 477: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR FIELD INSPECTION, TESTING AND COMMISSIONING

14495-00-EL-SPC-0015 Rev : A Page 10 of 11

3.16.4 D.C. High Voltage test shall be conducted on cables given below after installation.

a) All 1100 volts grade cables in which straight through joints have been made.

b) All cables above 1100 V grade.

Cables shall be installed in final positions with all the straight through joints complete. During the

high voltage test, all other electrical equipment related to the cable installation, such as switches,

instrument transformers, bus bars, etc., must be earthed and adequate clearance shall be

maintained from the other equipment and framework to prevent flash overs. In each test, the

metallic sheath/screen/armour shall be connected to earth.

3.17 Lighting and Small Power System

3.17.1 Pre-commissioning checks and tests shall include but not be limited to the following:

a) The insulation resistance of each circuit without the lamps (load) being in place shall be

measured and it should not be less than 1000,000 ohms. (Between phases, phases to neutral,

phase/neutral to Earth).

b) Current and voltage of all the phases shall be measured at the lighting panel busbars with

all the circuits switched on with lamps. If required load shall be balanced on the three phases.

c) The earth continuity for all socket outlets shall be checked. A fixed relative position of the

phase and neutral connections inside the socket shall be established for all sockets.

d) After inserting all the lamps and switching on all the circuits, minimum and maximum illumination

level shall be measured in the area and recorded.

e) It shall be ensured that switch provided for ON/OFF control of point (light/fan/socket) is only

on LIVE side.

f) Operation of ELCB's shall be checked

g) focusing angle of fixtures shall be changed/ adjusted where required

3.18 Earthing System

3.18.1 Earthing systems/ connections shall be tested as follows:

a) Resistance of individual earth electrodes shall be measured after disconnecting it from the grid

by using standard earth test megger.

b) Earthing resistance of the grid shall be measured after connecting all the earth electrodes to the

grid. The resistance value of an earth grid to the general mass of earth shall be as follows:

For the electrical system and equipment a value that ensures the operation of the protection

device in the electrical circuit but not in excess of 1 ohm.

Page 478: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

SPECIFICATION FOR FIELD INSPECTION, TESTING AND COMMISSIONING

14495-00-EL-SPC-0015 Rev : A Page 11 of 11

For lighting protection, the value of 5 ohms as earth resistance shall be desirable, but in no

case it shall be more than 10 ohms.

c) The resistance to earth shall be measured typically at the following points:

At each electrical system earth or system neutral earth.

At each earth provided for structure lighting protections.

At one point on earthing system used to earth electrical equipment enclosures.

At one point on earthing system used to earth wiring system, enclosures, such as metal

conduits and cable sheaths or armour.

At one point on fence enclosing electrical equipment.

Page 479: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

HINDUSTAN PETROLEUM

CORPORATION LTD.

Page 480: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

HINDUSTAN PETROLEUM

CORPORATION LTD.

Page 481: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

HINDUSTAN PETROLEUM

CORPORATION LTD.

Page 482: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

HINDUSTAN PETROLEUM

CORPORATION LTD.

Page 483: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

HINDUSTAN PETROLEUM

CORPORATION LTD.

Page 484: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP

HINDUSTAN PETROLEUM

CORPORATION LTD.

AutoCAD SHX Text
%%UPLAN - CAR PARKING AREA
AutoCAD SHX Text
%%UELEVATION
AutoCAD SHX Text
%%UCROSS SECTION
AutoCAD SHX Text
CAR PARKING
AutoCAD SHX Text
BIKE PARKING
AutoCAD SHX Text
USER NAME:
AutoCAD SHX Text
DRAFT CHK
AutoCAD SHX Text
REF DRAWING No
AutoCAD SHX Text
REFERENCE DRAWING TITLE
AutoCAD SHX Text
REV
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REVISION DESCRIPTION
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
CUSTOMER
AutoCAD SHX Text
DESIGNED
AutoCAD SHX Text
APPROVED
AutoCAD SHX Text
ENG CHK
AutoCAD SHX Text
DRG No
AutoCAD SHX Text
REV
AutoCAD SHX Text
LOCATION:
AutoCAD SHX Text
PLOT DATE & TIME:
AutoCAD SHX Text
N:\403102-14495-EPMC-VVSPL-CAPACITY-AUGMENTATION\12.0-DRAWINGS\12.01 CIVILS\12.01.03 BUILDINGS\CAR PARKING\14495-00-ST-DSK-0003.DWG
AutoCAD SHX Text
17/5/2018 4:02:41 PM
AutoCAD SHX Text
prashant.gawade
AutoCAD SHX Text
SAVE DATE & TIME:
AutoCAD SHX Text
17/5/2018 2:44:28 PM
AutoCAD SHX Text
ENGINEERING AND PERMIT STAMPS (As Required)
AutoCAD SHX Text
WORLEYPARSONS_A1_REV0
AutoCAD SHX Text
CUSTOMER
AutoCAD SHX Text
CONSULTANT
AutoCAD SHX Text
"This drawing is prepared solely for the use of the contractual customer of
AutoCAD SHX Text
WorleyParsons and WorleyParsons assumes no liability to any other party
AutoCAD SHX Text
for any representations contained in this drawing."
AutoCAD SHX Text
ABN 61 001 279 812
AutoCAD SHX Text
WorleyParsons Services Pty Ltd
AutoCAD SHX Text
Copyright C
AutoCAD SHX Text
SHEET
AutoCAD SHX Text
WORLEYPARSONS PROJECT No.
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
403102-14495
AutoCAD SHX Text
1:50
AutoCAD SHX Text
VVSPL CAPACITY AUGMENTATION PROJECT
AutoCAD SHX Text
CAR PARKING LAYOUT
AutoCAD SHX Text
14495-00-ST-DSK-0003
AutoCAD SHX Text
0
AutoCAD SHX Text
1 OF 1
AutoCAD SHX Text
0
AutoCAD SHX Text
17-MAY-18
AutoCAD SHX Text
ISSUED FOR TENDER
AutoCAD SHX Text
PRG
AutoCAD SHX Text
PRK
AutoCAD SHX Text
SAJ
AutoCAD SHX Text
PAR
AutoCAD SHX Text
-
AutoCAD SHX Text
-
AutoCAD SHX Text
%%UNOTES
AutoCAD SHX Text
1.ALL DIMENSIONS ARE IN MILLIMETRES AND LEVELS ARE IN METRES UNLESS ALL DIMENSIONS ARE IN MILLIMETRES AND LEVELS ARE IN METRES UNLESS NOTED OTHERWISE. 2.THSI IS A CONCEPTUAL LAYOUT, NOT FOR CONSTRUCTION. THSI IS A CONCEPTUAL LAYOUT, NOT FOR CONSTRUCTION. 3.CONTRACTOR TO DEVELOP THE SCHEME OF THE PARKING SHED FOR APPROVAL.CONTRACTOR TO DEVELOP THE SCHEME OF THE PARKING SHED FOR APPROVAL.
Page 485: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 486: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP
Page 487: 18000010-HD-11994:90a678e2d15f84fbe93cb13dca896c57Tender No. : 18000010-HD-11994 Tender Published On : 21-Jun-2018 11:15 Basic Information Of Tender Title Solar Car Parking Shed-VREEP